Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2016-R0070 - S.E Water Reclamation Plant Improvements - MH Civil Constructors, Inc. - 02_25_2016 (2)
Resolution No. 2016-R0070 Item No. 5.13 February 25, 2016 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract 12682 for S. E. Water Reclamation Plant Sludge Drying Bed Improvements, by and between the City of Lubbock and MH Civil Constructors, Inc., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on EehaW 25, 2{ti 6 L "4& GLEN C. ROBERTSON, MAYOR ATTEST: Rebec a Garza, City Secreta OVED AS TO Woolf raAlin, P.E., Director�� er Utilities a, t Amy L. Si Deputy y RES.Contract-MH Civil Constructors, Inc. 1.29.16 CERTIFICATE OF INTERESTED PARTIES c,,.. W .6 FORM 1295 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no imerested parties CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2016-10412 MH Civil Constructors, Inc. Amarillo, TX United States Date Filed: 02/08/2016 2 Name of governmental entity or state agency that is a party to the contract for which the form is being tiled. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the goods or services to be provided under the contract. RFP 16-12682-JM Concrete, earthwork and utdihes 4 Nature of interest (check applicable) Name of Interested Party City, State, Country (place Of business) Controlling Intermediary Moreno, Juan Amarillo, TX United States X Hernandez, Saul Amarillo, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFf V ♦'�� I swear, of affirm under w2nalty of p •rlw �, that thz- ahovc rfrdosur, r true anti correct Uns REMLEY NOTARY PUBLIC • •: STATE OF TEXAS my coMtlrtt 3gm EOVIs ` signature of authorized gent of cortracliny Imsiness entity AFFIX NOTARY S-1 AMP / SEAL ABOVE Sworn to and subscribed before me, by the said _t_)( >i3 _Q4 llCs-ilr�� i _, Ihis the i J 1 day of to terrify which. witness my hanrt and seal of office. [T } 1 Signature of officer ladministeri rLoath Printed name of officer ad ' istering oath Title of officer ad inistering oathj Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34944 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 it there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-10412 Date Filed: 02/08/2016 Date Acknowledged: 02/08/2016 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. MH Civil Constructors, Inc. Amarillo, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the goods or services to be provided under the contract. RFP 16-12682-JM Concrete, earthwork and utilities 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Moreno, Juan Amarillo, TX United States X Hernandez, Saul Amarillo, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, of affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP 1 SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34944 C'c bbok TEXAS ADDENDUM 2 Engineer's Addendum No. 1 RFP 16-12682-JM S.E. Water Reclamation Plant Sludge Drying Bed Improvements DATE ISSUED: January 15, 2016 CLOSE DATE: January 27, 2016 at 3:30 p.m. The following items take precedence over specifications for the above named Request for Proposal (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Engineer's Addendum No. 1: Modifications to the Project Manual Specifications and Drawings 1. Per Engineer's Addendum No. 1, Project Specifications/Drawings have been revised and are attached to this addendum. All requests for additional information or clarification must be submitted in writing and directed to: Juan Mendez, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2169 or Email to JMendez(a7mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, fib" W&K467 CITY OF LUBBOCK Juan Mendez, Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anv lanaua2e, reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the reauirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 4222 85th Street Lubbock, Texas 79423 806.473.22W TO., ALL PLANHOLDERS ADDENDUM . .. .... ..... ... .... FROM: Brian M. Stephens, PE NOi-9 01 . PROiECt-NAME Cl I ty I o I f Lubbock, 11 T I exas "I Southeast Water I I... Reclamation 1 Plant Sludge Drying Bed Improvements PROJECT NO.. 01.2810.14 DATE: January 15, 2016 Attention of all Prospective Bidders/Plan Holders is directed to the following modifications to the referenced Project Manual Specifications and Drawings. This Addendum forms a part of, and shall be attached to the Project Manual Specifications, and modifies the original Project Manual Specifications dated November 2015 as noted below: This Addendum consists of 2 page(s) and the attached drawing(s) no(s).C-301. I. CHANGES TO ADVERTISEMENT A. NONE 11, CHANGES TO DIVISION 0 —BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT: A. NONE Ill. CHANGES TO DIVISION 1 — GENERAL REQUIREMENTS: A. NONE IV. CHANGES TO DIVISIONS 2 THROUGH 16 (TECHNICAL SPECIFICATIONS): L11 A. NONE V. CHANGES TO DRAWINGS: A. SHEET C-301 1. Add Detail A4 as shown on the attached drawing. \\Data1XProjeCtSX2014X2810.14\BID-PROPOSAL PHASBAddendMAddendum No 01WSC-Civil-Addenda.doom Abilene AmdHo Austin El Paso Frisco Las Cruces Lubbock Midland team-psc.corn I Addendum No. 01 Page 2 January 15, 2016 VI. QUESTION & ANSWER: 01. WHAT IS THE ALLOWANCE FOR THE VERTICAL WALLS TO BE POURED SEPARATELY FROM ONE CONTAINMENT SECTION TO ANOTHER? THERE IS NO DETAIL AS HOW TO ADDRESS A VERTICAL BULK HEAD IF ONE IS NEEDED. PLEASE ADVISE IF THERE IS OR IS NOT AN OPTION TO REPLACE A VERTICAL JOINT IN THE WALL, A1.YES, THERE IS AN OPTION TO PLACE A VERTICAL JOINT IN THE WALL. JOINTS SHALL BE LIMITED TO A MAXIMUM OF 60' O.C. PLEASE REFERENCE DETAIL A4 ATTACHED WITH THIS ADDENDUM. END OF ADDENDUM N v p ��P�Eeoeoeeoc�1�QS�1�C i BRIAN M. STEPHENS 92015 _ 01/15/16 1r�i `�`A NG�w Respectfully submitted, 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. By: ` 5 �fP�E�OF��pRy1`1�'jCl err*d• �••.*%,� -1 � t 41C % 44................CL ......%* O _3 /MICHAEL ROLAND HOLDER/ ; 93654 C ' 01/15/2016 FIRST PLACEMENT f 1 l_J 6" PVC WATERSTOP HORIZONTAL REINFORCEMENT AT EXTERIOR WALLS CONTINUOUS THROUGH JOINT 1/2" x 112" JOINT WITH 1-112" x 3-112" KEYWAY SEALANT AT EACH FACE (� 3. 3• NOTES: 1 1. PROVIDE CONSTRUCTION JOINT AT 60'-0" MAX A4 �NO LL VERTICAL CONSTRUCTION JOINTALE I_J l PARKHILL SMITH & COOPER ( } S.E. WATER RECLAMATION PLANT in CONSTRUCTION JOINT DETAIL WALL VERTICAL SLUDGE DRYING BED IMPROVEMENTS �- Issue: Addendum #1 Date: 1/15/2016 Project No: 01.2810.14 Sheet: C-301IA4 TEXAS ADDENDUM 3 Revised Proposal Submittal Form RFP 16-12682-JM S.E. Water Reclamation Plant Sludge Drying Bed Improvements DATE ISSUED: January 21, 2016 CLOSE DATE: January 27, 2016 at 3:30 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Revised Proposal Submittal Form The revised Proposal Submittal Form is attached to this addendum. A. Please note the following revisions to the original Proposal Submittal Form: 1. Item 5 — Structural Concrete a. Original Proposal Submittal Form requested a Unit Price for 500 cubic yards of concrete. b. Revised Proposal Submittal Form requests a Lump Sum Cost with an estimated quantity of 500 cubic yards of concrete. All requests for additional information or clarification must be submitted in writing and directed to: Juan Mendez, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2169 or Email to JMendez(a),mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, PO" MKdA7 CITY OF LUBBOCK Juan Mendez, Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 16-12682-JM — S.E. Water Reclamation Plant Sludge Drying Bed Improvements Proposal of (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the S.E. Water Reclamation Plant Sludge Drying Bed Improvements, having carefully examined the plans, specifications, instructions to offerors, notice to offerors 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 price to cover all expenses incurred in performing the work required under the contract documents. BASE PROPOSAL ITEM NO. DESCRIPTION UNIT Estimated Quantity Unit Price Extended Amount 1 Mobilization/demobilization LS 1 $ $ 2 Trench Safety LS 1 $ $ 3 Demolition and disposal of existing sludge LS 1 $ $ drying beds and underdrains 4 Site grading/caliche pad LS 1 $ $ 5 Structural Concrete (estimated 500 c.y.) LS 1 $ $ 6 Underdrain with media and piping LS 1 $ $ 7 Fiberglass manholes with stubs EA 1 $ $ 8 Cut and Plug existing sludge line LS 1 $ $ I 9 Extension of 4" potable wash -down line LF 470 $ $ with hose bibs 10 RPZ backflow preventer and hotbox EA 1 $ $ 11 Bollards EA 20 $ $ 1 ITEM NO. DESCRIPTION UNIT Estimated Quantity Unit Price Extended Amount 12 Drying Bed Access Road SY 5,350 $ $ 13 Signage LS 1 $ $ 14 Remove and replace fencing LF 320 $ $ TOTAL PROPOSAL AMOUNT (Items 1-14) $ PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: The proposed number of consecutive calendar days to completion: Days Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to complete the project within 180 CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $300 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials 2 Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal 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 proposal 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 proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 16-12682-JM Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. I. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Al Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. ja Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. _6Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 4. 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. N Qilk Ce t r4 (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND S. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. DISCLOSURE OF INTERESTED PARTIES FORM CHAPTER 46 12. GENERAL CONDITIONS OF THE AGREEMENT 13. DAVIS-BACON WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS PaEe Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP 16-12682-JM Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 pm on January 19, 2016, 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: S.E. Water Reclamation Plant Sludge Drying Bed Improvements After the expiration of the time and date above first written, said sealed proposals will be opened in the Purchasing Conference Room 204 of City Hall and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, Room 204, 1625 131h Street, Lubbock, TX, 79401, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 pm on January 19, 2016, and the City of Lubbock City Council will consider the proposals on February 11, 2016, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer 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 proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. The bond must be in a form accepted by the City Attorney and must be dated the same as the Contract Award date. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror 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 proposal submitted. There will be a non -mandatory pre -proposal meeting on Wednesday, January 13, 2016 at 10:00 am, at Break Room of the Southeast Water Reclamation Plant (SEW") 3603 Guava Ave, Lubbock, TX 79457. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages (based on a hourly rate time 8 hours per day minimum) included in the contract documents on file in the ? office of the Director of Purchasing and Contract Management of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors 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 all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals 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 - proposal meetings and proposal closings are available to all persons regardless of disability. If you require special assistance, please contact the Director of Purchasing and Contract Management Office at (806) 775- 2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, .Marta ACvarez Marta Alvarez DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank .i GENERAL INSTRUCTIONS TO OFFERORS ' 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish the S.E. ( Water Reclamation Plant Sludge Drying Bed Improvements per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 Um on January 19, 2016, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 16- 126824M, S.E. Water Reclamation Plant Sludge Drying Bed Improvements" and the proposal closing date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing & Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated for award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for closing proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal meeting will be held on Wednesday, January 12. 2016 at 10:00 am, at Break Room of the Southeast Water Reclamation Plant (SEWRP) 3603 Guava Ave, Lubbock, TX 79457. All persons attending the meeting are required to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Director. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Director. Such addenda issued by the Director of Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. 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 Director of Purchasing and Contract Management Office no later than five (5) calendar days before the proposal 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 explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Director of Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP 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 proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering 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 closing of proposals. 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP 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 proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or ,,- judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIALIPROPRIETARY is not in conformance with the Texas Open Records Act. - 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any a business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City ._ the offeror 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 proposal. 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 offerors 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. 3 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Director of Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: City of Lubbock Juan Mendez, Buyer 1625 131h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: JMendez@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be completed within 180 CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed- issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the t ; Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the t 4 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. 16 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. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, it's 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 3 Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of 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 l! Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially ' paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer 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 proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. p 1 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, 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 j the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. - 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE i 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. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer 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 proposer' 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 proposer'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 this contract requiring an inspector will not be performed on Sundays 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 Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal 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 proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. A bid that has been opened may not be bidder shall submit his bid on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal for RFP 16-12682-JM S.E. Water Reclamation Plant Sludge Drying Bed Improvements 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for closing of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL CLOSING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. i 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. 31 QUALIFICATIONS OF OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations y deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall fiunish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract 9 6 32 and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer 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 proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 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 five (5) 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. BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 25% for Contractor Qualifications, 5% for Safety Record and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of 5 points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" and any past 10 1-- ` experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the Experience Modification Ratio. 32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. The estimated budget for the construction phase of this project is $535,000. Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR 11 FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34 ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 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. 35 PREVAILING WAGE RATES 35.1 Offerors 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. i 12___ l 35.2 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. 35.3 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. Proposers shall use the Davis Bacon wages rates attached herein for Lubbock County: littp://www.wdol.gov/dba.aspx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 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. 13 TEXAS GOVERNMENT CODE 4 2269 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 1 PROPOSAL SUBMITTAL FORM REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: January 27, 2016 PROJECT NUMBER: RFP 16-12682-3"M — S.E. Water Reclamation Plant Sludge Drying Bed Improvements Proposal of MH Civil Constructors, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the S.E. Water Reclamation Plant Sludge Drying Bed Improvements, having carefully examined the plans, specifications, instructions to offerors, notice to offerors 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 price to cover all expenses incurred in performing the work required under the contract documents. BASE PROPOSAL ITEM NO. DESCRIPTION UNIT Estimated Quantity Unit Price Extended Amount l Mobilization/demobilization LS 1 $ 16,505.00 $ 16,505.00 2 Trench Safety LS I $ 2,689.00 $ 2,689.00 3 Demolition and disposal of existing sludge L5 1 $ 44 445.00 $ 44 445.00 dryingbeds and underdrains ' 4 Site grading/caliche pad LS I $ 33,639.00 $ 33,639.00 5 Structural Concrete (estimated 500 c.y.) LS 1 $ 242,483.00 $ 242,483.00 6 Underdrain with media and piping LS 1 $ 32,392.00 $ 32,392.00 7 Fiberglass manholes with stubs EA I $ 8,290.00 $ 8,290.00 8 Cut and Plug existing sludge line LS 1 $ 6,810.00 $ 6,810.00 9 Extension of 4" potable wash -down line LF 470 $ 36.00 $ 16,920.00 with hose bibs 10 RPZ backflow preventer and hotbox EA 1 $ 20,405.00 $ 20,405.00 11 Bollards EA 20 $ 640.00 $ 12,800.00 ITEM NO. DESCRIPTION UNIT Estimated Quantity Unit Price Extended Amount 12 Drying Bed Access Road SY 5,350 S 9.00 $ 48,160.00 13 Signagc LS 1 $ 5,051.00 $ 5,051.00 Ljl�4�Removeeplace fencing LF 320 $ 56.00 $ 17,920.00 TOTAL PROPOSAL AMOUNT (Items 1-14) $ 508,499.00 PROPOSED CONSTRUCTION TIME: p 1. Contractors proposed CONTRUCTION TIME for completion: j The proposed number of consecutive calendar days to completion: 120 Days 11 1 Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to complete the project within 180 CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of S300 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. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror 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 proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond 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 proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's initials Enclosed with this proposal is a Cashier's Check or Certified Check for N.A. Dollars (S ) or a Proposal Bond in the sum of 5% of Contract Amount Dollars (S 5% ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, 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 proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPQSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. . _. (Seal if Offeror is a Corporation) ATT T: Scc tart' Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date Jam", 20160 Addenda No. 2 Date January 20, 2016 Addenda No. 3 Dated0M 2�, 20166, Addenda No. Date Date: January 27, 2016 Authorized Signat re Saul B. Hernandez (Printed or Typed Name) MH Civil Constructors, Inc. Company 4200 Ridgecrest Circle, Ste. 11 Address Amarillo Randall City, County Texas 79109 State Zip Code Telephone: 806 - 367-6043 Fax: N.A. Email: saulhCa}mh-civil.com FEDERAL TAX ID or SOCIAL SECURITY No. 27-2016347 M/WBE firm: woman Black American Native American HiManic American Asian Pacific American I Other S eci ) IFIC id Bond KNOW ALL MEN BY THESE PRESENTS: That we the undersigned, MH Civil Constructors, Inc. as Principal, and International Fidelity Insurance Company a corporation of the State of New Jersey , as Surety, are hereby held and firmly bound unto City of Lubbock, Texas in the penal sum of Five -Percent (5%) of the Total Contract Amount ($5% of the Cont ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this 5th day of ..,January 20 16 The condition of the above obligation is such that whereas the Principal has submitted a certain bid, to enter into a contract in writing for S E. Water Reclamation Plant Sludge Drying Bed Improvements NOW, THEREFORE, (a) If said bid shall be rejected, or in the alternate (b) If said bid shall be accepted and the Principal shall execute and deliver an acceptable form of contract, and shall furnish a bond for the faithful performance of said Contract, and for the payment of the persons performing labor or furnishing materials In connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid; THEN, THIS OBLIGATION SHALL BE VOID, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. IN WITNESS WHEREOF, the Principal and the Surety have hereto set their hands and seals, and such of them as are corporations have caused their corporate seals, to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, sealed and delivered in the presence of: ATTEST: ATTEST: Bid Bond Date m 2 Zl r(I, MH ' ' Constructors, Inc. Principe[ International Fideli Insurance By: Cory Attorney -In -Fact one Newark Center 20thAr Newark. New Jersey 07102.52C7 1$00433.41671(B73) 624.7200! VANW.IFIC COM I y t # x INTERNATIC}NAL`FIQELITY 1NS,URANCE C0MPANY ` ""ALLEGHENY CASUALTY CQMPANY = ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvania, having their prim office in the City of Newark, New Jerseydo hereby constiWte and appoint ; TRACY VELASQUEZ, LAUREN FREEMAN, BRANDY E. BROWN, CORY B. BENTLEY, ROBERT B. BENTLEY Amarillo, TX. their true and lawful attomsy(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings contracts of Indemnity and other writing obligatory n the nature thereof, which are or may be allowed, rec�tred or permitted by law, statute rule, rreeggulation' contract or otherwise and the execu6en of such Instrument(s) in pursuance of these presents, shall be as binding upon the saki INTERNATIONAL FIDELITY 1NSURANCO- COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all Intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney Is executed and may be revoked, pursuant to and by authors By -Laws the B -Laws of INTERNATIONAL FIDELITY INSURANCE under COMPANY and ALLEGHENY CASUALTY COMPANY and Is granted der and by au of the _ ��� resolution adopted the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board of -Directors of ALLEGHENY CASUALTY COMPANY at a meeting duty held on the 15th day of August, 20Do; "RESOLVED, that f1) the President, Vice President Executive Vice President or Secretary of the Corporation shag have the power to appoint, and to revoke the appointments a , eysdn-Fact or agents with power and autiwrity as defined or Ilrruted ku their respecti<+a ppoowwers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnitty� and other written obiigations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the a ntments of joint -control custodians, agents for acceptance of process, and Attomeys-In-fact with authority to execute waivers and consents on behalf of Corporatlon; and (3) the signature or any such Officer of the Corporation and the tlan's seal may be affixed by bestmile to any power of attorney or certification for the execution of any tend, undertaking recognizance. ccon%ct of indemnity or other written tion in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter being hereby adpted by the�Corporation as the original signature of such officer aruf the original seal of the ((� Corporation, to be valid and binding upon the Corporation with tha same force ohd effect as though manually affixed," i IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on trite 22nd day of July, 2014, [J STATE OF NEW JERSEY County of Essex ROBERT W. MINSTER Executive Vice President/Chief Operating Officer (intemational Fidelity Insurance Company) MA President (Allegheny Casualty Company) On this 22nd day of July 2014, before me came the Individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he Is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said Instrument are the Corporate Seals of sold Companies: that the said Corporate Seals and his signature were duty affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set myhand affixed try Official Seal, .,,,p,nn„,,,_ at the City of Newark, New Jersey the day and year first above written, G a�gsio �G? 0 Ff4 G NOTARY p; :9 PUBLICOF NO O&t;�t A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Apr# 16, 2019 CERTIFICATION I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth In said Power of Attorney, with the originals on file In the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and Is now In full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this day of 5th January, 2016 hAAfi[A BRANCt), Aests anti erxetaryt' r , ' "< z r z ! S` t--` .s, e a - s •4`3-',�,.' . ;ia N1 a c af•"w IMPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-3334167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, 201h Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714.9104 Fax: (512) 475-1771 Web: hARL//www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.staN.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. U the dispute Is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. AVISO BNORTANTE Para obtener information o para someter una queja: Usted puede llamar al numero de telefono gratis de International Fidelity Insurance Company's para Informacion o para someter una queja al: 1-800.3334167 Usted tambien puede escribir a International Fidelity Insurance Company: Attn: Claims Department One Newark Center, 20'h Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httpJ/ vww.tdi-state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reciamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TIN). UNA ESTE AVLSO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de informacion y no se convierte en parte o condition del documento adjunto. Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? - The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right i to require the submission of additional information. t__. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: Contractor's General Information Organization Doing Business As MH Civil Constructors, Inc. 4200 Rid crest Circle Suite 11 Business Address of Principle Office Amarillo TX 79109 Telephone Numbers Main Number 806 367-6043 Fax Number NIA Web Site Address www.mh-WI.com Form of Business (Check One) x A Corporation A Partnership An Individual • 8 • • Date of Incorporation February 26, 2010 State of Incorporation Texas Chief Executive Officer's Name President's Name I Juan A. Moreno Vine President's Name(s) Secretary's Name Saul B. Hernandez Treasurer's Name Saul B. Hernandez • Date of Organization N.A. State whether partnership is general Name Business Address N.A. li!U 32 Average Estimate of Revenue for the Current Year $6,700,900.00 Contractor's Organizational Experience Organization Doing Business As MH Civil Constructors, Inc. Business Address of Regional Office 4200 Ridgecrest Circle, Suite 11 Amarillo TX 79109 Name of Regional Office Manager Saul Hernandez Telephone Numbers Main Number 806 367-6043 Fax Number N.A. Web Site Address www.mh-cW.com List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies ntIv doing business: Names of Organization From Date To Date MH Civil Constructors, Inc. February 26, 2010 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization _ Percent Ownership . e Years experience in projects similar to the proposed project: r As a General Contractor 6 As a Joint Venture Partner N.A. Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? Nommm If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal In the past ten ears? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? Yes If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined In the contract documents? No If yes provide full details In a separate attachment. See attachment No. Contractor's Proposed Key Personnel I Organization Doing Business As I MH Civil Constructors, Inc. i Provide a brief description of the managerial structure of the organizational cart. Include the title and names of key personnel. Juan Moreno supervises all field construction. Saul Hernandez supervises all documentation. Manuel Flores serves as the site superintendent. :ation and illustrate with an this chart at an attachment to Provide a brief description of the managerial structure proposed for this project and illustrate with an I organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. Juan Moreno supervises all field construction. Saul Hernandez supervises all documentation. Manuel Flores serves as the site superintendent. Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical Information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, Including the roles and responsibilities for each assignment, and primary language. Additional information Hole Primary Candidate Alternate Candidate Project Manager Juan Moreno Saul Hernandez Project Superintendent Manuel Flores Carlos Venegas Project Safety Officer Marco Villareal Juan Moreno Quality Control Manager Saul Hernandez Marco Villareal If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. H the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 7 Proposed Project Managers Organization Doing Business As Name of Individual MH Civil Constructors, Inc. Juan Moreno Years of Experience as Project Manager 12 Years of Experience with this organization 6 Number of similar projects as Project Manager 6 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Wichita Fails LS 65 Sanitary Extension 25%. February 2016 Canadian WWTP Ph 3-5 25% May 2017 Buffalo Gap Sanitary Sewer and Water System 25% February 2016 Reference Contact information (listing names indicates approval to contacting the names individuals as a V c.I NIVR\>r IVIG on Pro ect Project Manager . .. Name of Individual VRIIVIVs1IGA IVIV on Pro ect Pr °i6Ct Manager Saul Hernandez Years of Experience as Project Manager 10 Years of Experience with this organization 6 Number of similar projects as Project Manager 6 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Buffalo Gap Water and Sewer Systems 15% February 2016 Wichita Falls LS 65 15% February 2016 Canadian WWTP Ph 3-5 35% Mav 2017 Title/ Position Candidate role I Project Manager { Candidate role I Project Manager on Project 1 on Protect 8 Proposed Project Superintendent Organization Doing Business As Name of individual MN Civil Constructors, Inc. Manuel Flores Years of Experience as Project Superintendent 11 Years of Experience with this organization 6 Number of similar projects as Superintendent 6 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Buffalo Gap Sanitary Sewer System 50% February 2016 Buffalo Gap Water Line Impr. 50% February 2016 Reference Contact Information {listing names indicates approval to contacting the names individuals as a vai iuivaus IUK% Project Manager `All lu'uect "�" Project Manager on Project on Project Name of Individual Carlos Venegas Years of Experience as Project Superintendent 8 Years of Experience with this organization 6 Number of similar projects as Superintendent 6 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used Estimated Project for this Project Completion Date Canadian WWTP Ph 3-5 1 90% February 20% T. Blane Telephone 940 761-7477 Telephone 325 695-1070 E-mail blane.bosweil wichitafalistx. ov E-mail aphilli s cobmartin.com Project LS 65 Sanitary Extension Project Buffalo Gap Sanitary Sewer S s. Candidate role project Manager Candidate role project Manager on Project on Project 9 Proposed Project Safety Officer Organization Doing Business As Name of Individual MH Civil Constructors, Inc. Marco Villareal Years of Experience as Project Safety Officer 8 Years of Experience with this organization 6 Number of similar projects as Safety Officer 3 Number of similar projects in other positions 3 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Buffalo Gap Sanitary Sewer and Water System 70% February 1 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference Name Allen Phillips. E.E Name Dwiaht Brandt. P.E. Title/ Position ftW Manager I Civil Engineer Title/ Position Princi al Civil En 'n r Organization Jacob and Martin LTD Organization Brandt Enalneers, LTD Telephone 101 Tel hone 806 353-7233 E-mail a ills s 'acobmartin.com E-mail DI-BrandtAbLandlengineers.com Project Buffalo Ga Pro cis Pro ect Canadian WWTP & Hunsley Hills Candidate role project Manager on Project Name of Individual Years of Experience as Project Safety Officer Candidate role Project Manager on Project Juan Moreno 12 Years of Experience with this organization 1 Number of similar projects as Safety Officer 6 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Wichita Falls LS 65 San' Extension 25% February 2016 Canadian WWTP Ph 3-5 25% May 2017 Buffalo Gap Sanitary Sewer and Water System 7NamMeT. Blane Boswell P.E. 25% . Name Mike February 2016 Keenum Civ� En inset! Pr Mana er Titlet Position St er E inset Or anization of Lubbock Tele hone 940 761-7477 Tele hone 806 775-2393 E-mail blane.boswell@wichitafalistx.gov E-mail mkisenumi0mylubblock.us Project LS 65 Sanrta Extension Pro ect I Lubbock NW Draini Ph 1 Candidate role on Project P ct Mana er g Candidate role on Pro ect Project Manager 10 Proposed Project Quality Control Manager Organization Doing Business As MH Civil Constructors, Inc. Name of Individual Saul Hernandez Years of Experience as Quality Control Manager 10 Years of Experience with this organization Number of similar projects as Quality Manager 6 Number of similar projects in other positions 6 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Buffalo Gap Water and Sewer Systems 15% February 2016 Wichita Falls LS 65 15% February 2016 Canadian WWTP Ph 3-5 35% Mav 2017 Deference Contact Information {listing names indicates approval to contacting the names individuals as a Candidate role project Manager Candidate role Project Manager on Pro ect on Project Name of Individual Marco Villareal Years of Experience as Quality Control Manager Years of Experience with this organization 6 Number of similar projects as Quality Manager 3 Number of similar projects in other positions 3 Current Project Assignments Name of Assignment Percent of Time Used Estimated Project for this Proiect I Comutetion Date I Title/ Position I Prr iprt Mananar I civil Fnninpar I Title/ Position I Prinriml civil Fnninear I Candidate role I Project Manager on Project role Project Manager Contractor's Project Experience and Resources Organization Doing Business As Mt; CIv11 Constructors, Inc. ®Q Provide a list of major projects that are currently underway, or have been completed within the last ten ears on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five years which specifically illustrate the organizations capability to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach In the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetin HUB / MWBE Partici ation Goal . a Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own B ill Lease CAT 315 Excavator Excavation T 345 ExcavatorBreakInq concrete Dump truck Removal maLedal X What work will the organization complete usi its own resources? Demo, earthwork, utilities, concrete What work does the organization propose to subcontract on this project? Haulofi, concrete pumping 12 Contractor's Subcontractors and Vendors Organization Doing Business As ( MH Civil Constructors, Inc. a list of subcontractors that will provide more than 10 percent of the work (based on contract J \\V YtI�\��YL. Name Work to be Provided _�W—\•_1_._VI_V_.O\1\ �,� Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessa Furnish Furnish HUB/M Vendor Name Equipment / Material Provided Only and WBE concrete 13 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner Ci of Lubbock Project Name I Lubbock Concrete Channel Repairs General Description of Project: Project Cost $390,000.00 Date Project Completed 1012014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Juan Moreno Saul Heman Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Jennifer Davidson Stormwater Engineer of 806 775-2337 JDavidson mall.ci.lubbock. Designer Saul Hernandez Office Manager _Qty MH Civil Constructors Inc. 806 367-6043 saulh mh-civil.com Construction Manager Project Owner I City of L renzo Project Name I citV of Lorenzo Water System Improvements General Description of Project: Project Cost $174 000.00 Date Project Compietecb512014 Key Project Personnel Project Manager Project Safety Officer Su erintendent Quality Control Manager Name Saul Hernandez Juan Moreno Juan MarennManuel Flores Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner of1mom Loma Designer -City Cl_ayton Scal s P.E. En ine r _G4.Df 8063 1fi cscales ksaen .com Construction Manager Project Owner I City of Lubbock Project Name I lake Alan HenryWildlife Miti anon Water Distribution General Description of Project: Project Cost$141,012.50 Date Project Completed 0&2013 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul Hernandez Juan Moreno Juan Moreno Manuel Flores Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner City of Lubbock Water Utilities En ineer. City of Lubbock 806 775-2344 man rem maii.ci.lubbock.tx. Designer Joe Man rem Water Utilities Engineer City of Lubbock 806 775-2344 angrem@maii.ci.lubbock.tx. Construction Manager 14 Pro ect mrormaaon Project Owner Ci of Amarillo Name Loop 335 Water and Sewer Relocations Phase 2 General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $1,570,000 Notice to Proceed March 15 2014 15 Change Orders Contract Substantial Completion Date at Notice to Proceed July 1 2014 75 Owner Enhancements $35,000 Contract Final Completion Date at Notice to Proceed July 15 2014 120 Unforeseen Conditions $75,000 Change Order Authorized Substantial Completion Date N/A NIA Design Issues Change Order Authorized Final Completion Date NIA NIA Total Actual / Estimated Substantial Completion Date July 15 2014 120 Final Cost 1680 400 Actual / Estimated Final Completion Date Jul 15, 2014 120 Project Manager Project Sup Safety Officer Quality Control Manager Name Saul Hernandez Juan Moreno Juan Moreno Manuel Flores Percentage of Time Devoted to the Project o 50% 50% 20° Proposed for this Project Saul Hernandez Tonv Gates Juan Moreno Manuel Flores Did individual Start and Complete the Project? Yes No Yes I Yes If not, who started or completed the project in their place. Juan Moreno Reason for change. left corn an Name Title/ Position Organization Telephone E-mail Owner Qy of Amarillo Chief Utilities Engineer Qy of Amarillo 806 378-4265 Jonathan.Gresham amadilo. Designer Jon Gresham Chief Utilities En ineer Cityof Amarillo 806 378-4265 Jonathan.Gresham aman lo. Construction Manager ���.tssiesYf>.Uisputes�f�esciFvei;iear�l?,errdtng�; 4tio.n,nt ikspuxe, Heviw.E3oar�is .�� 16 Y hr� r. nstructors. Inc 0 moil A January 27, 2016 for Concrete Foundations Related Services City of Lubbock ►Civil Constructors. Inc. i i LETTER OF INTEREST 8 STATEMENT OF QUALIFICATIONS July 8, 2013 City of Lubbock Purchasing Department Re: Upcoming Projects Dear Purchasing Department: MH Civil Constructors, Inc. is interested in continuing working for the City of Lubbock and is pleased to provide you with our Qualifications of Quafifications for the Concrete Foundations and Related Services. We believe MH is well qualified to assist you and your staff with the tasks required to successfully complete future projects. Our project team has experience working on utility and industrial projects. Most recently, the structural concrete package was completed for the Lubbock Northwest Drainage Phase 1 and Lubbock Concrete Channel Repairs for the Storm Water Department. We also understand the importance of proper coordination with your staff and conformance with Xcel's and the Engineer's Project Manual. We are extremely confident in our abilities to provide the City of Lubbock with construction services. Please feel free to contact us if you have any questions related to our Statement of Qualifications. Respectfully yours, MH CIVIL CONSTRUCTORS, INC. f Saul B. Hemandez, P.E. Principal SBHI Encl.: Statement of Qualifications r i ABOUT MH Civil Constructors, Inc. We provide all layout and staking required for our services. technology along with unparalleled customer service. MH Civil Constructors is a full -service, tum-key contractor specializing in civil construction including: construction layout, steel reinforcement tying, concrete, earthwork, and site utilities. We have the knowledge and expertise to provide innovative Construction Layout and Staking MH has a great deal of experience and knowledge with regard to providing accurate and precise construction layout and staking. We use state of the art surveying equipment and tools in cost-effectively performing construction staking and layout services for our clients and their contractors. MH can provide location and grade stakes for site improvements such as building foundations, walls and column lines, parking lot curbing, paving and sidewalks, sanitary and storm sewer structures, water main facilities, roadways, mass site grading and more. From transmission pipelines to gantry cranes, MH has provided layout support to several projects. Using a robotic total station, MH provided record drawings for a custom 42" header at Osage WTI'. Steel Tying Services MH provides skill and expertise in erection of reinforcing steel (rod busting). Our team has completed large and small projects due to our dedication serving our customers with quality performance. Our experience, personnel, supervision, and management combine to make MH the right choice for your next project. MH can be an asset as your rebar specialist for all your project needs. Maintaining a safe working environment for all personal at a jobsite is a primary goal for all jobsites. Our success results from planning ahead and communication. Our personnel arc qualified read plans and develop the best method of tying steel. Site and Structural Concrete r.gfit�r i�aL�ir?41K . V .e Tlrarr I' From treatment facilities to aquatic centers, our team experience consists of forming, pouring, and finishing complex structures. We utilize various forming systems, liars, and tools to complete the project efficiently and on time. Our in-house rebar detailing team utilizes proven software to develop rebar submittals. In turn, we can accelerate and maintain project schedules. Our team's experience working with commercial, industrial, and water/wastewater facilities makes MH the right choice for your next project. 3 KEY TEAM MEMBERS SAUL B. HERNANDEZ, P.E., Office Manager EDUCATION AND REGISTRATION 2009 / Professional Engineer No.112102 / Texas 2008 / Professional Engineer No.19602 / New Mexico 2004 / BS Civil Engineering / Texas Tech University 1998 / Borger High School RESPONSIBILITIES Mr. Hernandez co-founded MH Civil Constructors, Inc. (MH) in 2010 and serves as the MH's Treasurer and Office Manager. Saul's responsibilities include managing contracts, and AP/AR department; assisting with estimates; and project start up and closeout. BACKGROUND Prior to co-founding MH, Saul's past experience includes working as a consulting engineer. Duties Included the design of water civil projects including utility pipelines, pump stations, rail and road ways, and site development. Mr. Hemandez's responsibilities included obtaining permits and evaluating right-of-way, analyzing water/sewer systems, development of contract documents, providing construction support to major construction projects, and project administration including reviewing submittals, payment applications, and project requirements. CREDENTIALS © MH Civil Constructors, Inc., 2010 to current, Treasurer and Office Manager © Parkhill, Smith, & Cooper, Inc., 2004-2009, Consulting Civil Engineer © Texas Tech University, 2000-2004, Student Q City of Borger,1996 to 2000, Utility Draftsman COMMUNITY INVOLVEMENT AND PROFESSIONAL ACTIVITIES © Panhandle Regional Planning Commission, Board of Directors Member, 2009 to present o Executive Committee Member 2010 to present l o Audit Committee Member 2011 to present y lL0 American Society of Civil Engineers, Texas Section, High Plains Branch President, 2009 to present o Texas Section Fail 2011 State Meeting Co -Chairman, 2011 o High Plains Branch Vice -President, 2008 o High Plains Branch Treasurer, 2007 © Toastmasters Natural Gassers Member, 2008 to 2009 i © St. Hyacinth's Catholic Church Member FAMILY AND LEISURE Saul married Adina in December 2006. They have one son, Simon, one daughter, Brooklynn, and are expecting their third child in July 2013. Saul enjoys his time with his family, Texas Tech football, and gol ing. 5 3 KEY TEAM MEMBERS ZE MANUEL FLORES, General Superintendent EDUCATION 19991 Caprock High School BACKGROUND AND EXPERIENCE Mr. Flores Joir�d MH P. Constructors, Inc. (MH) in 2010 and serves as the MH's General Superintendent. Manuel's responsibilities include supervising superintendents, foreman, and leadmen, maintaining schedules and coordinating fief activities with subcontractors and suppliers. In 2000, Manuel began his career as a laborer with Gilvin and Terrill, a local heavy civil construction company. By 2006, Manuel had worked his way from a laborer to a lead carpenter and heavy equipment operator. His tasks included reviewing construction drawings; erecting and constructing forming systems for several bridge and highway projects, and operating heavy equipment. In 2007, Manuel Joined Cajun Constructors, Inc. where he assisted Mr. Moreno in the Survey Department for the Dallas Division. In 2008, Mr. Flores was made a Quality Control Foreman at the Marathon Petroleum Refinery Garyville, Louisiana. His responsibilities included reviewing steel reinforcement bar placement, formwork, concrete, safety, and providing documentation for construction activities as well as approvals to proceed. After traveling for a couple of years, it was time to come home. In 2009, Mr. Flores joined Western Builders (WB) as a carpenter. He attended a carpentry apprenticeship program and is currently a 4-year apprentice. CREDENTIALS © MH Civil Constructors, Inc., 2010 to current, General Superintendent © Western Builders of Amarillo, Inc., 2009 © Cajun Constructors, Inc, 2007 to 2009, Quality Control Foreman © Gilvin and Terrill, Inc., 20DO to 2007, Heavy Equipment Operator FAMILY AND LEISURE Manuel's home life consists of his wife Norma and their two daughters, Jacqueline and Leslie. When not spending time with his family, Manuel enjoys bowling and billiards. 0 7 MANAGEMENT & KEY MEMBERS Juan A Moreno Conslt 4m Manager (806) 29D-5289 Manage Projects, Bidding Carlos E.Vegas Project Superintendent (806) 42OaM State Dab: June 2010 Civil Comiructm, Inc. Oral St"dnWKIN t (806) 4MI913 Field Construction Start Date: Sept 2010 officeManager (80B)282.9450 Contracts, APIAR. HR. Sordg, Corporate Tyler Briney Estbrralor Chisfina Rernley Submittels, Schedules, EsUrna ng Bing Suppliers & Subcontractors APIAR Start Date- January 2016 Starl Date: July 2012 Figure 5 Organizational Chart .�� Recent Project & Experience List wDled has Type Project No. Name Completed Value in Bonded? Scope 1000's Structural Concrete, Site Utilities and Paving 2016 - 03 City of Canadian WWTP Phase 3-5 0% 4,558 Yes Reconstruction of WWTP 2015 -18 Town of Buffalo Gap Potable Water System 60% 279 Yes Water system upgrades 2015 -15 City of Wichita Falls LS 65 Sanitary Sewer Extension 55% 930 Yes Installation of sanitary sewer, demolition of lift station, clearing 2015 04 City of.CanadiamWWTP Phase 2 s�-... m_ ..., M..... __,. ., .. �........u.,... Aug 2015 � . Yes insfaga�of saiiitary sewer ark aeration un ss .. _ 2015 - 01 City of Luber Concrete Drainage Channel Repairs, Year 3 0% 500 No Mult-year maintenance contract - stormwater repairs 2014 - 41 Town of Buffalo Gap Sewer Collection System peniage unit no. i Jvvarer mem I* of Amaallo F,IreStatfon #12t6ncrete Bulkhead I City of AmarDlo'Pilgrlm Ailey Improvements 95% 3,656 Yes is 2Q14 205 Yes 1 it 2014` 64 Yes 4 N 2014 ' 86 Yes li N 2014 115 ' Yes 11 pt 2014 674: Yes.: h �nstivcBar at FlunsleyNias Boulevard _.. . sanitary sewer system including FM & 4 lift stations $' sewer line . 20' water Una n of concrete bulkhead wall n of concrete drainage channel,: A of concrete cx rtis pavement; and sealcoat' and replace site concrete' for new facUity ' rt 2" `iaiu Irv" .,aawe`r'anri�n:wataclfi�c Itst, 013 30 High Plains l3io Energy Stoiage Tank Expansion ' . :lan 2014 `. 834 .: ENo . ;2 ISM .r 01�' 29 Gfty of'Amarigo Trtrck;Washout!Efduent FadC�ty Pali 2014 i 17 Yes . ' NeOdlity for eflluer r '013° Z8 City of'Amar�lo,Georgia'Storm Sewer Emergency Repairs �, May 2014 297 Yes McCarty Lake repairs _ _ 013 26 `City of L04* BalIey.County Well Field Phase 1 Nov 2013, 70 No ;Flow meter and lbw c 013.- 20 City of UftockNtwaukee Avenue Paving ' Oct 2013 95 No Bice gate sWeture 013 ,19: Cit of Amartilo Osage WTP Stair Replacement Sept 2013 40 No 12 taq stair repiac: ' I 8 Recent Project & Experience List Shaded area indicates p'mjed has ban completed. Type Project No. Name Completed Value in 1000's Bonded? Scope 201 Survey 'Mild 2013" 21 qttrv" 404ir"66"" water' be '-::Ki 2013'081-,,'C ..... . ... . "I net ,,,Year o, I Oct 2014- 390: ,NO Mult-year maintenance contract silormw,ater repairs, 2013`46 Me* tieLoadIn g "March 2013 4 No Contract drawin gs for loading dock 2,011344, Fmyadi'bR`0"y' Feb 2013 S No, Survey for new water he 2013-03, Texoma Water Line Layout Jan 2013 2 No Layout for, new water. line 3 I& City of Amdrillki'HDRArden Road Plp Dec 2014, 198 No Su!vey,qOd hydro'ekca4ale existing uNdes fornew 36' 14, 201-10y"41y , of Lubbock LAH W61etRipeline' June 2013 142 Yes; lnstiiillatldh"oi5.6mlles of HOPE water line, air valv6s,,miters 2013 275 N6 27,000 SF SOG'(sWcturqI only)' Ot, CEky Iq'BpfIMprqvdihehtsPhC, 1�20�12 "April May 2013`. 4M 'Yes., Install. of bus.shefteit and sidewalks 4:41 TTUSikkhtit�Ceittkf6e,,Audsmt6�agon�, �!Ndv, I 532� N'q� iOOO"SFfidity,,,foundations and paving 12012 40,, �AW66'14 adkberry'Subshft'!��� Nov2012 35 No, for new elect Foundations equipment electrical e0iJim ,2012"=739` )YJondIk6'IS6New,G'ym Jan 2014 250 Yes Foundations for new 16,000 SF gym and site concrete IOU,- 38 OCL Enbridqe AJAX Gas Plant Nov 2012 81 No Drilled shafts for pipe supports 2012-37 Friona ISD New, Gym June 2013 172 Yes ;Foundaffons only4or 22,000 SF new gymnaslum 1012'--1 36 Brownfield Public Safety. Q!Hcp April 2013 149 No Foundations SF,fatty, ,stadium style seating n ' 20121"-35 qty,of,dlarendcn"Watet,,,Une,Urvey, Nov, 2012 10 No Survey for new water line !261Z-,32,,,,;`A6he Abilene , -s`t", , O"'ak'S'tibstation :'Oct 2012, 137 No Foundations for, new electrical substation ��d12'-'30 Ciy , ` ':" I'll 4 t _b[AmadI16 HDR 24th Street, 8'. Pipeline Survey May,2014 92 No Survey and hydro excavate existing utilities for, now 48" pipelirK TO 2013, 78 No S46'representative for bwineff 2012 -'28 Mh , eeWEagle Rock'C�ryo�nicOlant, Cleating June 2012 26 No Site clearing for, new facility 2012-27 Amairillo 1-11111sidle Heights Rehabilitatiori'Sultes April 2013 1,297 No Earthwork,, site utilities, foundations for 61,000 SF facility 2012-24 Lubbock HS Cafeteda may 2013 288, No Foundation for 41,000 SF cafeteria 2012,- 22, Wesdbibok'ISD Ph 6, Jan 2013 169 = No New,11,000 SF ag1iirn Oct 2012 -9 No Survey for new water line 2012 20', Cilyof Amarillo Airpoi# EuNeyEkEndl,1142,' I�J* 2012 �18 :No Survey, for airport:Improvem ents ,2012,r19,,-,,,,Sunra ISDNdW,Gym,,,�, y,, June 20111': 4115� Yiis�, New base6entlevell gy!n!qopdlng perimeter 12!,walls 2012 Y!,-18 G`uyi 0 on i�iovti P'Expansion and Novus 11 KODE ,Sept20112 212, 'No 51 Dia shafts and new foundations for operating substation ,2012 717, — Xce Muleshoe I 6eml k, I ul' and no Survey - Y-1 June 2012 8 �No, Survey for expansion 2012-11 : Lubbock Gene Messer Chevrolet Nov 2012 391 No 36,000 SF new dealership and site concrete 9 Recent Project & Experience List MI Shaded arse Indicates pr , has bean cQmpbietl Project No. Name Full -va << Completed Value in Bonded? 1000's � rormosa riasucs ii anK rann a ron Phillips Guard House J Vew Stadium Complex C it Ph 11 J 111 '72' No F )12 163 No F )12 60 No . P 111 215 No P 112 89 No E Scope rvHE3Z::= ro: Marta Alvarez, Director of Purchasing and Date: January 27, 2016 Contract Management =rom: Saul B. Hernandez, P.E. Job No: RFP 16-12682-JM le: Pending & Contemplated Litigation MH Civil Constructors is currently contemplating litigation with the following entities: MAPP Construction, LLC, 344 Third St., Baton Rouge, LA — Project owner terminated contract with MAPP, who was the General Contractor on a project where MH Civil Constructors, Inc. was subcontractor and MAPP has failed to pay MH contract balance. High Plains Contractors & Mgmt. Group, 414 S. Dumas Ave., Dumas, TX 79029 — non-payment of retainage on contract with MH. MH Civil Constructors, Inc. ( 4200 Ridgeaest Circle Phone (806) 367-6043 Page 1 of 1 I( Ste.11 www.mh-civiLow Amarillo, TX 79109 City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal 1. the undersigned Offeror, certify that the insurance requirements contained in this proposal 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 proposal. _ Saul B. Hemandez Contractor (- Original ignature) Contractor (Print) c_ CONTRACTOR'S ]FIRM NAME: MH Civil Constructors, Inc. ' (Print or Type) CONTRACTOR'S FIRM ADDRESS: 4200 Ridgecrest Circle, Suite 11 Amarillo, TX 79109 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the! Director of Purchasing and Contract Management for the City of Lubbock at (806) 775-2163. j RFP 16-12682-IM — S.E. Water Reclamation Plant Sludge Drying Bed Improvements Page Intentionally Left Blank Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals 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 proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors 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 proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted 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 offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal 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. ,®Offeror's initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO .. X__ If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (I0) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK 0.98 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentatioAs or omissions may cause my proposal to be rejected. Signature Office Manager ° Title 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: MH Civil Constructors, Inc. FEDERAL TAX ID or SOCIAL SECURITY No. 27-2016347 Signature of Company Official: D I Printed name of company official signing above:. ISaul B. Hernandez Date Signed: CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the low by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1 •a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. SeeSection 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. Ma C1q0 (OAJfdGAO(S11a• you are filing an update to a re. FORM CIQ OFFICE LISE ONLY Date Aece ved (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 71h business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information in this section is being disclosed. W-A. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? ® Yes ®No S. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named In this section AND the taxable income is not received from the local governmental entity? Yes ® No C. Is the tiler of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more? ® Yes ® No D. Describe each employment or business and family relationship with the local government officer named in this section. 0A, , 5L isµ (�O Gu-1AtX6Sj'4(. Signature of veilor doing business with the governmental entity ft�- q ,Zalb Date Adopted 8/7/2015 PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. A kState Fence and Supply Lubbock. Texas Fence installation ® D0 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ S. ❑ ❑ , 6. ❑ o _ 7. ❑ ❑ - 8. ❑ ❑ 9• a ❑ 10. ❑ 11. ❑ o 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ n 16. ° ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO i SUBMITTED BY: t MH CIVIL CONSTRUCTORS, INC. (PRINT NAME OF COMPANY) RFP 16-12682-JM — S.E. Water Reclamation Plant Sludge Drying Bed Improvements L _. Paine Intentionally Left Blank 1 POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Director of Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Zaidcr Fe"If Ljj� k , Ted} %Rick" _ ❑ 1_ 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ O 6. ° ° 7. ❑ ❑ 8. ❑ 13 9. ❑ ❑ 10. ❑ I. ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ SUBMITTED BY: �N cm-1 coafirfcw , roc (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP I6-I2682-JM -- S.E. Water Reclamation Plant Sludge Drying Bed Improvements PAYMENT BOND Pate Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that MH Civil Constructors Inc. (hereinafter called the Principal(s), as Principal(s), avnc (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Five Hundred Eight Thousand Four Hundred Ninety Nine Dollars $50( g,4991 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25"' day of February, 2016, to RFP 16-12682-JM S.E. Water Reclamation Plant Sludge Drying Bed Improvements and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. �IN WITN�S WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this Z�� day of A i 2016. Surety4 q (Company Name) *By: (Title, , f"v1V-4ql_ (JAJJ 1 By: t►l �'yyy-lZ- (Pri d Name) (Signature) (Title) k { d The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates _ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom ser ice of procel may be had in matters arising out of such suretyship. Sur ' * By: (Title ' Approved as to form: City of Lubbock By: City Att * Note: igned by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that th' 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. I�, MERCHANT7SN__k BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies' do hereby make, constitute and appoint, individually, Brandy Brown; Cory B Bentley; Lauren Freeman; Robert B Bentley; Ronald McQueen Hudson; Tracy Velasquez their true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION ($10,000,000.00) DOLLARS This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 26th day of August , 2015 '�,, .•• LNG Cp ••. �.• �%o MERCHANTS BONDING COMPANY (MUTUAL) ��a•"`'C1O114 ,, �1';, •• • . • MERCHANTS NATIONAL BONDING, INC. :'fit~ zCO3 gin: :a' 1933 C: :yid ;��:• By �l ,,�' jy .rj ,�r ••.�W • � \1•. STATE OF IOWA Tr .:U1H�• • • • • COUNTY OF Dallas ss. h.rrPresident On this 26th day of August . 2015 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �P"'^<s WENDY WOODY 0 > Commission Number 784654 Z °� My Commission Expires U� /OwP June 20 2017 Notary Publi , Punty,a (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25nd day of February , 2016 POA 0014 (6/15) . • \NG CQ. A• • y; 2 rn'. • z. : 3. Secretary ' a 1933 ' . y : c. � r m PERFORMANCE BOND Page Intentionally Left Blank 1_ STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE re (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that MH Civil Constructors Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto thb City of Lubbock (hereinafter called the Obligee), in the amount of Five Hundred Eight Thousand Four Hundred Ninety Nine Dollars 50($ 8,499) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25�h day of February, 2016, to RFP 16-12682-JM S.E. Water Reclamation Plant Sludge Drying Bed Improvements 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. WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of �6t0 12016. Surety (Company Name) * By: (Title) By: S a-1�2yV1Cir Q i. (Pr' ed Name) (Signature) ,y (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates G� A _ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service Or process may be had in matters arising out of such suretyship. COW Suretyy a *By. Approved as to Form City of Lubbock By: ZZ * Note: If i ed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this p6dson has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 1 2 ,q"� MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies' do hereby make, constitute and appoint, individually, Brandy Brown; Cory B Bentley; Lauren Freeman; Robert B Bentley; Ronald McQueen Hudson; Tracy Velasquez their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver on behalf of the Companies, as Surety, bonds, undertakings and other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION ($10,000,000.00) DOLLARS This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-. Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 26th day of August , 2015 STATE OF IOWA ,.0%"010U.44'. 4 des ,C3 0�?ORP�9 A,-• 9,,'y�� 4k, -o- o; . 3• a 1933 ; c' .y MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. COUNTY OF Dallas ss. ," President On this 26th day of August , 2015 , before me appeared Larry Taylor, to me personally known, who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies; and that the said instrument was signed and sealed In behalf of the Companies by authority of their respective Boards of Directors. e�s WENDY WOODY v Commission Number 784654 ? "� ' N My Commission Expires W lowt. June 20 2017 Notary Publ, , County, Iowa (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25nd day of February , 2016 •• LNG CO '•. 00?ORP Uq�'°q' 1--:2 -o- c a 1933 . y • Secretary POA 0014 (6/15) No Text MERCHANTS BONDING COMPANY.,, MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. 2100 FLEUR DRIVE - DES MOINES, IOWA 50321-1158 - (800) 678-8171 - (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. 2100 Fleur Drive Des Moines, Iowa 50321-1158 (515)243-8171 (800) 678-8171 SUP 0073 TX (2/12) No Text CERTIFICATE OF INSURANCE Page Intentionally Left Blank TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT CERTIFICATE OF INSURANCE DATE: TYPE OF PROJECT: (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ El Occurrence Personal & Adv. Injury $ ? Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Ll Any Auto Combined Single Limit $ El All Owned Autos Bodily Injury (Per Person) $ D Scheduled Autos Bodily Injury (Per Accident) $ El Hired Autos Property Damage $ D Non -Owned Autos D GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ Cl BUILDER'SRISK D 100% of the Total Contract Price $ 11 INSTALLATION FLOATER $ EXCESS LIABILITY 0 Umbrella Form Each Occurrence $ Aggregate $ 11 Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ El Included Statutory Limits Partners/Executive 11 Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER ' The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: Title: THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS AND HEAVY EQUIPMENT. t., CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRIBUTORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS AND HEAVY EQUIPMENT. 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 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 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) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (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; (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 (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 (G) 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 Page Intentionally Left Blank Contract 12682 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 25`h day of February , 2016 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 MH Civil Constructors Inc. of the City of Amarillo, County of Randall 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: REP 16-12682-JM S.E. Water Reclamation Plant Sludge Drying Bed Improvements and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. MH Civil Constructors Inc.'s proposal dated January 27th, 2016 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 proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: COMPLETE ADDRESS: Company h .tt t_-1 Jain ��LT�f J 1C Address'42 a & EZ1d Q e— City, State, Zip K\\Q 'iA o , " ri, `ig loci CITY OF LUB CK, XAS (OWNER): By: Glen CAoberts6n, Mayor I:rto04yI1F , City Secretary AS TO CONTENT: Water Utilities Wood FraAklin. P.E. Director of Public Works APPROVED AS TO FORM: A im e ity A,,tt rney Page Intentionally Left Blank A CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 i CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 841h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 71h business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing ° requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at: httus://www. ci.lubbock.tx.us/departmental-webs itesi departments/purchasinp,/veiidor-infonnati on DISCLOSURE OF INTERESTED PARTIES CHAPTER 46 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 1 TAC §§46.1, 46.3, 46.5 The Texas Ethics Commission (the commission) proposes new §§46.1, 46.3, and 46.5, relating to the disclosure of interested parties in certain contracts with a governmental entity or state agency. House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. House Bill 1295 requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. Form 1295 is available at: https://www.ci.lubbock. tx.usldepartmental-websites/departments/purchasinglvendor-information Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 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 Successful Offeror, MH Civil Constructors Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, John Turpin, P.E., Chief Water Utilities Engineer, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or Resident Project Representatives as may be authorized by said Owner to act in any particular way under this agreement. Engineers, supervisors or Resident Project Representatives will 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 Offerors, General Instructions to Offerors, Proposal, 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 Offeror for inspection in accordance with the Notice to Offerors. 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 will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an 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. 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 otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. The Work must be operational and ready for the Owner's continuous use as intended. All initial training for Owner personnel required by the specifications by the Contractor and his subcontractors and suppliers shall have been completed. All final operations and maintenance manuals shall have been submitted and given a disposition of "no exceptions noted". All instrumentation and SCADA equipment shall be installed and operational. Final grading and seeding shall be performed for substantial completion. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished five 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 will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will 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 will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) 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 will be as brief as practical and Contractor shall be allowed no ! .f 2 t F it extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, it's 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 (as distinguished from Resident Project Representative(s)) 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 y 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 distinguished from Resident Project Representative, 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 will be 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 Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. 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 will 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. 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 i 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 will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES r_ 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 4 such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of t 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 to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; 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, as estimated by the Engineer and approved by the Owner. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which 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 proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. 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 proposals are received, and if no such notice is received by the Owner's i e Representative prior to the closing of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering 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 closing of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. 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 Engineer 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. 27. 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 will 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 x 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. 6 __.; f 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 ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED ON A PRIMARY AND NON-CONTRITORY BASIS AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORESEMENT SHALL INCLUDE PRODUCTS OF COMPLETED OPERATIONS AND HEAVY EQUIPMENT. A. Commercial General Liability Insurance (Additional Insured (to include products and complete operation) 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: Contractual Liability Personal Injury & Advertising Injury Products of Completed Operations Endorsement Heavy Equipment Endorsement B. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. C. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED D. Umbrella Liability Insurance — NOT REQUIRED E. 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 $1,000,000. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with i 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 furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 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 will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (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; F (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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 will provide services on the project will 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. 10 (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (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 11 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 (ww►utdi.state.t_cat 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; (iii) include in all contracts to provide services on the project the following language: `By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (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 12 t (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer 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 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 Engineer, 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 offering. 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 Engineer 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 proposing 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, 13 rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. 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 Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to 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 $300, 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 fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic 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. 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 proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project 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. 14 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 proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 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 within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals 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, provided that the over run or under run of estimated quantities note exceed 15% of the estimated quantity. 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 4_ z 15 Fi Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, 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. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by 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. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment 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. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. 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. 16 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 but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of two (2) years from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify 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, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. 17 When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or 18 9 (b) The Owner, under sealed proposals, 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. 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. K : 67,i�. The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in s the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the 19 Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and 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 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. 20 a 1i 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. 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. 57. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 58. 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. 59. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001) 21 Page Intentionally Left Blank DAVIS-BACON WAGE DETERMINATIONS Page Intentionally Left Blank I EXHIBIT A General Decision Number: TX150007 01/02/2015 TX7 Superseded General Decision Number: TX20140007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures ..................$ 13.52 LABORER Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common._..._ ... $ 10,30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer....................$ 10.30 POWER EQUIPMENT OPERATOR: - Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less........................$ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ........................$ 12.28 4_: Loader/Backhoe..............$ 14.18 Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 -, Scraper .....................$ 10.61 Spreader Box ................$ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................$ 14.46 Single Axle .................$ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................$ 12.49 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed I ` in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this --. classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION i� 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 Pate Intentionally Left Blank SPECIFICATIONS Technical Specifications 10444* 4Uibbock City of Lubbock, Texas Southeast Water Reclamation Plant Sludge Drying Bed Improvements November 2015 PSC Project # 01281014 PARKHILLSMITH&COOPER in Technical Specifications „4E 001 City of ubbock City of Lubbock, Texas Southeast Water Reclamation Plant Sludge Drying Bed Improvements November 2015 PSC Project # 01281014 V ���°eeeeoeae eo O ` A ee oeee 6 C! �eoe•oo................... we� BRIAN M. STEPHENS d ppeegoeeeoeoseeeeeeeeeeeeeeepeee� 92015 11 /24/15 FW8 PARKHILLSMITH&COOPER TABLE OF CONTENTS DIVISION 0 — BIDDING REQUIREMENTS AND CONTRACT INFORMATION Not Used DIVISION 1— GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 2 01025 Measurement and Payment........................................................................................................2 01040 Coordination and Meetings........................................................................................................ 2 01090 Reference Standards.................................................................................................................. 4 01500 Construction Facilities and Temporary Controls....................................................................... 3 01568 Erosion and Sediment Control During Construction................................................................. 2 01600 Material and Equipment............................................................................................................ 3 DIVISION 2 — SITE WORK 02050 Removal, Demolition and Salvage............................................................................................. 4 02110 Site Preparation and Cleaning.................................................................................................... 2 02151 Trench Safety Systems............................................................................................................... 2 02200 Earthwork.................................................................................................................................. 3 02223 Backfilling................................................................................................................................. 2 02231 Flexible Base Course................................................................................................................. 4 02665 Piping, Valves and Fittings........................................................................................................ 7 02730 Sewer Line and Underdrain Construction................................................................................10 02732 Glass -Fiber Reinforced Polyester (FRP) Manholes................................................................... 8 DIVISION 3 - CONCRETE 03300 Cast -In -Place Concrete for Buildings and Structures............................................................... 16 DIVISIONS 4 -16 Not Used APPENDICES Appendix A OSHA 1926 Subpart P Appendix B Sludge Drying Bed Closure Plan 01281014 TABLE OF CONTENTS PAGE - 1 �r 11115 ` i t SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents. B. Contractor use of site. C. Owner occupancy. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Texas, Southeast Water Reclamation Plant, Sludge Drying Bed Improvements. 1. Location: City of Lubbock, Texas (Refer to location map.) 2. Owner: City of Lubbock, Texas. B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as follows: 1. Sludge Drying Beds: Existing drying beds will be closed and new drying beds will be constructed. Improvements include roads and piping for the new beds. 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. 3. Coordinate with City on the schedule of any plant shutdown or demolition. 4. Contractor shall only perform work onsite during normal city operation hours. a. City Hours: 7:00 am. - 6:00 pm. Monday — Friday. b. Contractor shall also be required to observe city holidays. 01281014 SUMMARY OF WORK 01010 - 1 11/15 PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01281014 SUMMARY OF WORK 01010 - 2 11115 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 GENERAL The unit price bid on each item, as stated in the Proposal, shall include furnishing all labor superintendence, coordination efforts, bonds, insurance, mobilization, incidentals, machinery, equipment and materials necessary to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans, called for in the specifications and for which no separated pay item is listed shall be included in the bid price with the most applicable pay item(s). 1.2 UNIT COST ITEMS A. 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 Bid Sheet. All work so included shall be installed, constructed or performed as shown on the drawings and/or specifications. 1.3 LUMP SUM ITEMS A. 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 materials 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 MOBILIZATION/DEMOBILIZATION A. Mobilization/Demobilization shall include costs associated with insurance, payment bond, performance bond and move-in/move-out related costs. There will be no measurement made for mobilization/demobilization, rather it shall be paid as a percent of completeness. In no case shall the amount of mobilization/demobilization exceed five (5) percent of the total contract price. 1.5 TRENCH SAFETY SYSTEMS A. Payment for Trench Safety Systems, shall be made on a lump sum basis. Payment of all work prescribed under this item shall be full compensation of the Trench Safety Systems including any design, testing, inspection, additional excavation and backfill required, for furnishing, placing, maintaining and removing all shoring, sheeting, bracing, etc. and for all other labor, materials, tools, equipment, and incidentals necessary to complete the Trench Safety System work. s 01281014 MEASUREMENT AND PAYMENT 01025 - 1 11/15 r 1.6 FINAL CLEANUP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance of the work by the Owner. This cleanup shall include, among other things, removing all construction materials, final grading of all trench surfaces and construction sites, and in general preparing the site of the work in an orderly manner. B. The cost of cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01281014 MEASUREMENT AND PAYMENT 01025 - 2 11/15 SECTION 01040 COORDINATION AND MEETINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination B. Pre -bid Meeting C. Coordination with Utilities 1.3 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. B. 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. 1.4 PRE -BID MEETING A. Engineer will hold pre -bid conference two weeks before the bid opening day, if necessary. B. Attendance Required: Owner, Engineer and Contractor and major subcontractors. 1.5 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. PART2-PRODUCTS Not Used 01281014 COORDINATION AND MEETINGS 01040 - 1 11115 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 01281014 COORDINATION AND MEETINGS 01040 - 2 11/15 t__. SECTION 01090 REFERENCE STANDARDS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to 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 Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. D. Should specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. E. The contractual relationship of the parties to the Contract 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 818 Connecticut Avenue, N.W. Washington, DC 20006 AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006 AGMA American Gear Manufacturers Association 1500 King Street, Suite 201 Alexandria, VA 22314 01281014 REFERENCE STANDARDS 01090 - 1 11/15 AISC American Institute of Steel Construction 400 North Michigan Avenue Eighth Floor Chicago, IL 60611 AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWS American Welding Society 550 LeJeune Road, N.W. Miami, FL 33135 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W. Washington, DC 20036 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL, 60195 EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, N.W. Washington, DC 20005 EJMA Expansion Joint Manufacturers Association 25 North Broadway Tarrytown, NY 10591 01281014 REFERENCE STANDARDS 01090 - 2 11115 FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC 20407 IEEE Institute of Electrical and Electronics Engineers 345 East 47th Street New York, NY 10017 NEC National Electrical Code (by NFPA) NECA National Electrical Contractors Association 7315 Wisconsin Avenue Bethesda, MD 20814 NEMA National Electrical Manufacturers Association 2101 'L' Street, N.W. Washington, DC 20037 NFPA National Fire Protection Association Battery March Park Quincy, MA 02269 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 1468 Ann Arbor, MI 47106 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, IL 60077 SSPC Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, PA 15213 UL Underwriters' Laboratories, Inc. 333 Pfingston Road Northbrook, IL 60062 WRI Wire Reinforcement Institute 8361 A Greensboro Drive McLean, VA 22102 D1281014 REFERENCE STANDARDS 01090 - 3 11115 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 END OF SECTION 01281014 REFERENCE STANDARDS 01090 - 4 11/15 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, ventilation, water, and sanitary facilities. B. Temporary Controls: Barriers, fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, and project signage. 1.3 TEMPORARY ELECTRICITY A. Provide temporary electric service as required. 1.4 TEMPORARY WATER SERVICE A. The Contractor is responsible for providing all water required for construction of the Project. B. Water used for construction purposes may be obtained from existing mains and fire hydrants as directed by the Owner. However, the Contractor shall make his own arrangements for connections to mains and fire hydrants and shall furnish all piping, fire hoses or hauling of the water to the point where the water is required at his own expense. C. The Contractor shall secure permission from the WWTP Superintendent before connecting to any fire hydrant or main for the purpose of obtaining water for construction purposes. An inspection shall be made at the end of construction and any damage caused to fire hydrants, or pavement, and shall be repaired at the Contractor's cost to the satisfaction of Owner. 1.5 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Permanent building facilities shall not be used during construction operations. Maintain daily in clean and sanitary condition. 1.6 BARRIERS 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. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 01281014 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 11/15 1.7 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. 1.8 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Prohibit traffic from landscaped areas. 1.9 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.10 ACCESS ROADS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. C. Designated existing on -site roads may be used for construction traffic. 1.11 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Lawfully remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. 1.12 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 to pre -construction conditions. 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. 01281014 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 11/15 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01281014 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 3 11/15 SECTION 01568 EROSION AND SEDIMENT CONTROL DURING CONSTRUCTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Obtain permits and furnish labor, materials, equipment and incidentals necessary to provide erosion and sediment control during construction including furnishing, installing and maintaining erosion and sediment control structures and procedures and the proper removal when no longer required. 1.3 NATIONAL POLLUTION DISCHARGE ELIMINATION SYSTEM (NPDES) PERMIT A. A Storm Water Pollution Prevention Plan (SWP3) was not prepared for this project. Storm water siltation and control devices shall conform to the TCEQ Construction Storm Water General Permit TXR 150000 and EPA NPDES. The Contractor shall prepare a SWP3 plan, if necessary, for the project and copy Engineer with SWP3, NOI, and NOT as applicable. Include cost of Plan and implementation in the most appropriate bid item. 1. One (1) acre or less of disturbed area and not part of a larger common plan a. Coverage under the General Permit (TXR150000) is not required. 2. Five (5) acres or more disturbed area a. Review the facility's compliance history ranking; 1) If the facility is new or has a ranking of "high" or "average," continue to Step B; 2) If it is "poor," then the facility is not eligible for coverage under a general permit. Contactor shall apply for an individual permit. b. Read the general permit (TXR150000) to make sure it is applicable to the project; ( ) C. Prepare and implement a Storm Water Pollution Prevention Plan. For more details, refer to Part III of General Permit TXR150000. 1 d. Submit an original completed Notice of Intent (NOI) form with an original signature and fee as noted on the NOI. Three options are available: 1) Submit both the NOI and fee payment electronically through STEERS;,_. 2) Submit the NOI on paper and the fee payment online via ePay; 3) Submit the NOI on paper and the fee payment by check. e. Prior to starting construction, a copy of the NOI and a copy of the Site Notice shall be posted at the construction site. Leave notices posted until construction is completed. j 3. Five (5) acres and less of disturbed area (but at least 1 acre) { a. If construction is to take place in a particular county during a particular time period when erosion is expected to be minimal (refer to Appendix A of TXR150000), the Contractor may be eligible for regulation under the Low { Potential for Erosion Requirements. t. i 01281014 EROSION AND SEDIMENT CONTROL DURING CONSTRUCTION 01568 - 1 ( j 11115 b. If the potential for soil to wash away during your construction activity is low, the Contractor may qualify for the Low Rainfall Erosivity Waiver. C. Even if the Contactor is eligible for coverage under a general permit, the Contactor may opt to request coverage under an individual permit. B. Provide dust control in accordance with the SWP3. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01281014 EROSION AND SEDIMENT CONTROL DURING CONSTRUCTION 01568 - 2 11/15 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 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. D. Contractor shall only supply materials that have been approved in accordance with the City of Lubbock Design Standards and Specifications. 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. 01281014 MATERIAL AND EQUIPMENT 01600 - 1 11115 P 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 "City of Lubbock Proposal Submittal Form". 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. r 01281014 MATERIAL AND EQUIPMENT 01600 - 2 11/15 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 01281014 MATERIAL AND EQUIPMENT 01600 - 3 11115 SECTION 02050 REMOVAL, DEMOLITION AND SALVAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Removal of wastewater pumps and associated piping from project site. B. Disconnecting identified utilities. 1.3 RELATED SECTIONS A. Section 01500 - Construction Facilities and Temporary Controls. B. Section 01600 - Material and Equipment. 1.4 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. 1.5 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of capped utilities and subsurface obstructions. 1.6 QUALIFICATIONS A. Experience in performing the Work of this Section. 1.7 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. The Owner must designate materials before removal from the site. 2. Materials and equipment not designated by the Owner 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. 01281014 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1 `� 11/15 1.8 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. 1.9 SCHEDULING A. Schedule Work to coincide with new construction. B. 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. 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 Owner. Do not resume operations until directed. 01281014 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2 11115 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. Interruption: No interruption of utility service to the City of Lubbock's Wastewater Treatment Plant will be allowed. 3.7 DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 01600. C. Do not burn or bury materials on site. Leave site in clean condition. D. 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. 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. C. 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. D. 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. 01281014 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3 11/15 3.9 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 01281014 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4 11/15 SECTION 02110 SITE PREPARATION AND CLEANING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. The work covered by this section of the specifications consists of preparing for construction operations by the removal and disposal of all obstructions from the right-of-way, designated easements and private property, where removal of such obstructions is not otherwise provided for in the plans. B. Such obstructions shall include abandoned utility lines, fences, trees, shrubs, vegetation, sidewalks, driveways, pavement, concrete, rubbish and all miscellaneous debris. C. Bidders shall make such investigations of the nature of material to be encountered in excavations as they deem necessary and shall assume all responsibility for fully informing themselves of the character of such material. No additional compensation will be allowed for rock. Use of explosives is forbidden. D. The Contractor shall furnish all materials, equipment, tools, labor, superintendence and incidentals required to perform the work as indicated on the drawings, as directed by the Engineer, and as specified herein. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 CLEARING A. Clearing shall consist of removal and lawful disposal of vegetation, rubble, trees, tree roots, down timbers, snags, brush, pavements of various types and rubbish within the areas to be cleared. Individual trees, groups of trees or other vegetation not required to be removed and occurring outside the earthwork area shall be protected against unnecessary cutting, breaking or skinning of roots, skinning and brushing of bark, or smothering of trees by stockpiling construction materials or excavated materials within drip lines. 3.2 DISPOSAL A. The Contractor shall lawfully dispose of all material removed from the jobsite. 01281014 SITE PREPARATION AND CLEANING 11/15 02110 - 1 3.3 CLEAN UP A. After completion of all work in connection with the project, the entire work area and any adjacent areas disturbed by the construction shall be cleaned of all construction debris, rocks and excess materials and all such material shall be removed from the site and lawfully disposed of by Contractor. The entire area shall be graded to uniform surfaces and shall present a neat and clean appearance before final acceptance. END OF SECTION 01281014 SITE PREPARATION AND CLEANING 02110 - 2 11115 a SECTION 02151 TRENCH SAFETY SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. 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. B. 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. 1.3 RELATED SECTIONS A. Excerpts from OSHA Subpart P. 1.4 SCOPE OF WORK A. 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. B. Alternative methods of trench safety may be submitted for approval to the Engineer, however alternative methods will not be reviewed or reviewed prior to bid opening. C. Appendix C OSHA 1926 Subpart P is included in these specifications for information only. It is the Contractor's responsibility to adhere to the latest version from OSHA. 1.5 QUALITY ASSURANCE A. Trench safety systems will be designed based on field test borings from the ground storage tank and booster pump station sites. The Contractor shall review all test borings and notify the Owner of any field conditions encountered which are not representative of the test boring logs. B. 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. C. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trenches and excavations. 01281014 TRENCH SAFETY SYSTEMS 02151 - 1 11/15 I. SECTION 02223 BACKFILLING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. PART 2-PRODUCTS Not Used 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 ASTM D 1557. 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. Place and compact materials in continuous layers not exceeding 8 inches compacted depth. D. Employ a placement method that does not disturb or damage utilities in trenches. E. Maintain optimum moisture content of backfill materials to attain required compaction density. F. Backfill against supported foundation walls. Do not backfill against unsupported foundation walls except for cantilevered retaining walls. G. Backfill simultaneously on each side of unsupported foundation walls. H. Slope grade away from building minimum 2 inches in 10 ft, unless noted otherwise. I. Make grade changes gradual. Blend slope into level areas. J. Spread surplus backfill materials in designated areas. K. Leave fill material stockpile areas completely free of excess fill materials. f, 01281014 BACKFILLING 02223 - 1 11/15'' 3.4 TOLERANCES A. To Surface oeak!£±n:Plus 7 minus one inch from required elevations. 3.5 PROTECTION OF FINISHED WORK A. R c m@a!S& subjected m vehicular traffic. 01281014 11/15 END OFSECTION BACKFILtING 023-2 SECTION 02231 FLEXIBLE BASE COURSE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section covers excavating, crushing, hauling, and spreading base material and wetting, compacting and shaping it to form a flexible base course for the caliche road and the topsoil of all dikes to the lines, grades and typical cross sections shown on the plans, and as specified herein. The Contractor shall furnish all materials, equipment, tools, labor and superintendence and incidentals necessary to complete the work. 1.3 BASE COURSE MATERIAL A. The base material shall consist of argillaceous limestone, calcareous or calcareous clay particles, with or without stone, conglomerate, gravel, sand or other granular materials. Materials for use in constructing the base course shall be furnished by the Contractor from a source approved by the Owner. The Contractor shall be responsible for locating the source of caliche, securing approval of the source, and for making arrangements with the owner of the property, on which the pit is located, for use of the material. The pits shall be stripped of all unacceptable material and the stripping shall be disposed of in a manner agreeable to the owner of the property on which the pit is located. The pits shall be opened so as to immediately expose the vertical faces of all of the various strata of acceptable material. Unless otherwise directed, the material shall be secured in successive vertical cuts extending through all of the exposed strata. Any incidental costs, including securing, stripping, or crushing the base material, shall be paid for by the Contractor and shall be included in the bid price. 1.4 MATERIAL TESTS A. Contractor will provide all preconstruction testing of material to verify it meets the requirements of 2. LA and 2.1.13 below. Material shall not be shipped until such results have been examined and approved by the Owner. B. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. 1. All base material sources are subject to approval by the Engineer. 2. If material characteristics within an approved source change, the material shall be subject to retesting and re -approval prior to continued use. 3. The Contractor shall not change material sources without approval by the City. 01281014 11/15 FLEXIBLE BASE COURSE 02231 - 1 t`s C. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. 1. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. 2. Lower strength materials, such as flowable fill, are not acceptable. 3. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maximum of 1.5 percent deleterious material when tested in accordance with Tex-413A. 4. When crushed concrete is used, the final product shall be entirely in compliance with the specifications for single source material. D. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base. PART2-PRODUCTS 2.1 CALICHE MATERIAL All acceptable material shall be screened and the oversized material crushed and returned to the screened material in such a manner that a uniform material is produced. The processed base material, when properly slaked and tested by the Texas Department of Transportation (TxDOT) standard laboratory methods, shall meet the following requirements: A. Sieve Analysis: Sieve Analysis Cumulative % Retained (by weight) Retained on 1-3/4" Sieve 0% Retained on 1-3/4 " Sieve 0% Retained on 7/8" Sieve 10 to 35% Retained on 3/8" Sieve 30 to 50% Retained on No. 4 Sieve 45 to 65% Retained on 40 Sieve 70 to 85% Retained on No. 200 Sieve 85 to 100% B. Soil Binder: 1. The material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: a. The liquid limit shall not exceed 35 b. The plasticity index shall not exceed 3 min, 12 max C. The linear shrinkage shall not exceed 8.5 d. Wet ball mill valve shall not exceed 50 C. Wet Ball Mill: 1. When tested in accordance with Tex- 116-E (Wet Ball Mill) the base material shall have a value not to exceed 45. 2. The percent of material passing the #40 sieve shall not increase by more than 20 during test. 01281014 FLEXIBLE BASE COURSE 02231 -2 11115 SECTION 02665 PIPING, VALVES AND FITTINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1— General Requirements apply to work of this section. 1.2 WORK INCLUDED A. 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. 1.3 MATERIAL SCHEDULE A. All exposed plant piping and Ductile Iron Pipe, AWWA C151. B. Line sizes 3" or less shall be PVC Schedule 80. 1.4 SUBMITTALS A. Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class calculations. PART2-PRODUCTS 2.1 PVC PIPE A. PVC pipe 4 inches in diameter, shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-900, Class 150 (DR 18). B. 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. C. PVC Pipe 4 inches and smaller, or exposed, shall be Flanged Schedule 80 PVC pipe. D. All non -potable PVC pipe shall be Schedule 80, and purple in color. 2.2 PIPE FITTINGS A. General: 1. 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. 2. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. 3. 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. 01281014 PIPING, VALVES AND FITTINGS 02665 - 1 11115 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. B. Ductile Iron Fittings: 1. Ductile iron fittings shall conform to AWWA C 110. 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. 2. Unless otherwise indicated, buried ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with AWWA C104 and C106 respectively. Exposed fittings shall have an external epoxy coating and cement -lined in accordance with AWWA C106. 3. 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. 4. 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. 2.3 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 B16.1 (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 stainless 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. 2.4 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 I . 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 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, M & H, or approved equal. 2. Valves used in combination with tapping sleeves or crosses shall be either MJ x FL or true tapping valves. 3. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. 01281014 PIPING, VALVES AND FITTINGS 02665 - 2 11/15 C. Valve Boxes and Extension Stems 1. 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. 2. 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. D. Hose bibs shall be cast in brass with a 3/4" hose connection: The hose bib shall be capable of withstanding a 125 psi working pressure. 1. Hose bib shall come equipped with a weather resistant stand constructed of 12 gauge steel. E. All exposed piping shall be insulated. Insulation shall include an aluminum jacket. PART 3 - EXECUTION 3.1 GENERAL A. 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 POLYETHYLENE WRAP A. All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct tape. 3.3 INSPECTION A. 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. 3.4 RESPONSIBILITY FOR MATERIALS A. 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. 3.5 HANDLING PIPE AND ACCESSORIES A. 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. C 01281014 PIPING, VALVES AND FITTINGS 02665 - 3 11/15 �l. �1 t_ B. 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. 3.6 ALIGNMENT AND GRADE A. 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. B. 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. 3.7 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. 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. 3.8 EXPOSED PIPING A. All exposed piping shall be installed in a neat and workmanlike manner. All piping runs shall be truly horizontal or vertical except where specifically shown otherwise on the drawings. Piping shall be adequately supported by temporary supports during installation. Permanent supports, as specified and as shown on the drawings, shall then be placed so that pipe loads are supported thereon. Spacing of such supports shall be as required to prevent deflection of the pipe between supports, as shown on the drawings. 3.9 CLEANING AND INSPECTING A. Before lowering into the trench, 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. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.10 SETTING VALVES, VALVE BOXES AND FITTINGS A. 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. B. 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. 01281014 PIPING, VALVES AND FITTINGS 02665 - 4 11/15 Sections of 6-inch pipe shall be used for valve box extensions and shall be sufficient length to extend from the top of the valve bonnet to within 8 inches of the ground surface. p 3.11 EXCAVATION AND TRENCHING A. 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 thirty-six (36) inches , unless otherwise specifically shown on the drawings. B. 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. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. C. 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. D. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. E. 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 Systems for guidelines on trench shoring methods for pipelines. F. 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. G. 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. H. 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. I. Trench digging machinery may be used to make the trench excavations except in places where v 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. J. 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. K. There will be no classification of the excavated materials and the term excavation shall include '4 all materials encountered in excavating the trenches or structural excavations. L. Blasting will not be permitted for this project. M. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction.` c 01281014 PIPING, VALVES AND FITTINGS 02665 - 5 { i 11115 3.12 BACKFILLING 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 2-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. A. 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 material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. B. 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 6-inches in thickness and compacted by tamping to a density of not less than 95% modified proctor density as determined by ASTM D 1557. 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. C. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. D. 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% modified proctor density as determined by ASTM D 1557. 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 3000 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. 3.13 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified 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. 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): f 01281014 PIPING, VALVES AND FITTINGS 02665 - 6 -� 11/15 PVC: Ductile Iron: L _ ND,f L _ SNP 7,400 133,200 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 CLEANUP A. 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. B. 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 01281014 PIPING, VALVES AND FITTINGS 02665 - 7 11/15 SECTION 02730 SEWER LINE AND UNDERDRAIN CONSTRUCTION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Polyvinyl chloride (PVC) pipe and fittings. B. Miscellaneous small piping. C. Manholes. 1.3 RELATED SECTIONS A. Section 02151 — Trench Safety Systems. B. Section 02223 - Backfilling. 1.4 SUBMITTALS A. PVC Pipe and Fittings, ASTM D-3034 and F679 as appropriate for pipe diameter furnished. B. Laboratory analysis for rock embedment including sieve analysis, fracture faces, abrasion tests and soundness tests. C. Trench Safety. 1.5 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.6 REGULATORY REQUIREMENTS A. Conform to applicable code for piping and component requirements. 1.7 TRENCH SAFETY A. The Contractor shall be responsible for complying with all federal, state, and local trench safety requirements, and for the safety of trenches and excavations. 1.8 SEPARATION CRITERIA A. New sanitary sewer pipe shall be installed no closer to any water line than 9 feet in all directions. Parallel water and sewer lines must be installed in separate trenches. _. 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 1 11/15 B. Where a new sanitary sewer pipe crosses a water line, the sewer pipe within 9 feet of the crossing shall be constructed either of PVC or other material as specified and placed no closer than 6 inches from the water line, measured between the nearest outside pipe diameters. The water line shall be located above the sewer line wherever possible and one length of sewer pipe must be centered on the water line. PART2-PRODUCTS 2.1 PIPE A. Polyvinyl Chloride (PVC) Pipe 1. Gravity: The sanitary sewer pipeline and fittings shall be approved type pipe with rubber gasket type joints, complying with ASTM Specification as follows: a. 8-inch PVC Gravity Sewer: ASTM 3034, SDR 26. Pipe material shall be Cell Class 12454-B PVC resin compound conforming to ASTM D 1784. b. 8-inch Perforated PVC Underdrain: Piping shall conform to ASTM F758. Piping material shall be cell class 12454-B resin compound conforming to ASTM D1748. B. Pipe Fittings: Fittings for PVC pipe shall, in general, be bell -and -spigot type and of PVC material meeting ASTM Specification D-3034 and ASTM F679 as appropriate. C. Pipe Joints: Push -on joints for PVC sanitary sewer pipe shall meet the requirements of ASTM D3212. Joints between ductile iron pipe and PVC pipe shall be made by using a DFW coupling or equal. 2.2 ACCESSORIES A. Warning Tape a.-J 1. Provide tape made of plastic, green, and a minimum of 4 inches wide and have lettering that states there is a buried sewer line below. 0 B. Pipe Joint Materials 1. Furnish all necessary accessories for completing the joining of the pipe. C. Grade Adjusting Rings 1. Provide adjustment rings made from cast iron or concrete. 2. Precast concrete grade rings will be steel reinforced and meet or exceed the requirements of ASTM C478. 3. Grade rings made from cast iron will meet or exceed the requirements of ASTM A536. d 4. Grade rings made from HDPE will be injection molded and meet or exceed the requirements of ASTM D 1248. 5. Grade rings will be designed to support an AASHTO H2O loading. 6. Grade rings will suitable for use on concrete or fiberglass manholes and have a minimum clear opening of 30 inches. D. Manhole Joint Seal Material 1. Provide asphaltic type joint sealant for all manhole joint. Seal material will be manufactured by Conseal, Sika, Ramnek, or approved equal. f.n� 2. Joint material will meet or exceed the requirements of Federal Specification 55-S-210A. It will be suitable for application in ambient temperatures ranging from 30 to 150 degrees F. 3. Provide in strips with widths of 1 inch and rolls in minimum lengths of 14 feet wrapped. � 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 2 1 11/15 r l 1, a E. Infiltration Preventer Inserts 1. Provide inserts to minimize inflow of runoff into the sanitary sewer system. 2. Inserts will be concave and suitable for mounting snuggly in the manhole ring. The insert will have a neoprene seal gasket mounted with pressure sensitive adhesive. 3. Make the inserts from high density polyethylene with a minimum thickness of 0.187 inches that meets or exceeds the requirements of ASTM 01248, Class A, Category 5, Type III with a minimum impact brittleness temperature of minus 180 degrees F. ' 4. Provide a lifting strap made from woven polypropylene that is attached to the insert with a rivet and backup washer made from stainless steel. 5. Inserts will have a vent hole that will release a maximum of 5 gallons of water per f--, hour into the sanitary sewer system. The vent will release sewer gas under a 1 psi or less pressure differential. 2.3 UNDERDRAIN MEDIA MATERIAL A. Sand Media: Uniformity Coefficient: 3.5 Sieve Size Percent Passim 10 100% 14 85% 16 58.9% 20 10.7% 30 3% 40 1% 100 0% B. Geotextile Liner 1. Geotextile shall be nonwoven with a 100 US sieve opening size capable of passing a minimum of 75 gal./min. 2. Geotextile weight shall be 12 oz./sy with a 300 lb., minimum tensile strength. C. Gravel Material 1. Gravel media shall be separated into two classes as shown on the plans. Gravel shall be of the specified nominal size, and free of debris and loose organic material. D. Contractor shall supply Owner with contact information for underdrain media supplier as well as a sample of each media type prior to the installation. PART 3 - EXECUTION 3.1 MEASUREMENT AND PAYMENT A. Sanitary Sewer Pipe 1. Payment for installation of sanitary sewer pipe will be on a linear foot basis in depth ranges of 2 feet. Gravel embedment, excavation, backfill and other items necessary to completely install the pipe are included in this unit price. 2. Measurement will be from the natural ground to the flow line of the pipe. The Owner's Representative will perform measurement. 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 3 11/15 B. Sanitary Sewer Manholes 1. Payment for installation of sanitary sewer manholes will be on a vertical linear foot basis with the first 4 feet considered a standard manhole depth. Excavation, backfill and other items necessary to completely install the manholes are included in this unit price. 2. Measurement will be from the natural ground to the manhole invert. The Owner's Representative will perform measurement. C. Warning Tape 1. Payment for installation of sanitary sewer warning tape will be on a liner foot basis. 2. The Owner's Representative will perform measurement. D. Manhole Inserts 1. No additional payment will be made for installation of manhole inserts. They are considered a standard part of the manhole. E. Underdrain System: Shall be paid as lump sum item. It shall include all required media and perforated piping as well as any additional appurtenances shown in the plans. 3.2 GRAVITY PIPELINE INSTALLATION A. General 1. All pipe and accessories for the work specified herein shall be unloaded, handled, laid, jointed, tested for defects and for leakage in the manner herein specified. 2. Coordinate delivery storage, and delivery schedule with Owner's representative. B. Responsibility for Materials 1. 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. C. Handling Pipe and Accessories 1. All pipe, fittings, 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. 2. 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. D. Trench Excavation 1. The Contractor shall be responsible for complying with Texas House Bills 662 and 665 safety standards and with the applicable OSHA regulations concerning trench excavation, general excavation and construction safety. a. Contractor will provide construction -staking services. The Contractor is responsible for notifying the Owner's Representative of any concerns with construction staking. b. Contractor will excavate as necessary to attain the lines and grades at the locations shown on the Plans or as staked in the field. t 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 4 11/15 a 2. Pipe trenches shall be excavated to the lines and grades shown on the drawings. The Contractor's attention is drawn to the fact that the trench bottom, as shown on the drawings, is approximately 6-inches below the bottom of the pipe grade so that bedding material can be placed beneath the pipe in accordance with the trench cross- section details and these specifications. The minimum depth of cover for the piping shall be 36-inches unless otherwise specifically shown on the drawings. Trench widths shall be as shown on the drawings. Trench safety systems as specified shall be installed where required. The trench walls shall be made vertical to a point at j least one foot above the top of the pipe. Vertical trench walls above this point will ! not be required; however, in areas of limited right-of-way or when necessary to protect existing facilities or private property, the slope of the trench wall shall be limited. Where necessary to stay within the maximum width limits at the top of the pipe or to maintain a relatively straight trench wall to remain within available right-of-way, the trench walls shall be adequately supported as required by these specifications and OSHA regulations. The Contractor shall be fully responsible for any damage to private property or existing facilities due to inadequate support. 3. Excavate trench only as necessary to install the pipe. Excavation limits are as follows: a. Pipe less than 18 inches: Pipe O.D. + 12 inches. b. Pipe from 18 to 36 inches: Pipe O.D. + 18 inches. 4. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. 5. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds 5-feet. 6. As soon as practicable after the completion of laying and jointing of the pipe, the trench shall be backfilled. The Contractor shall be responsible for properly and adequately barricading and signing open trenches and excavations to protect the public during the construction of the project. 7. In order to obtain a true even grade, the trench shall be fine graded and shaped in [ accordance with the details as shown on the plans. Any part of the trench excavated below grade shall be corrected by filling with approved material and thoroughly compacting. If clay, rock or other unyielding material is encountered in the bottom of the trench, it shall be removed to a depth of 6-inches below grade, refilled with selected material and thoroughly compacted to grade. 8. Bell holes of ample dimensions shall be dug at each joint to permit the jointing and bedding of the pipe to be properly accomplished. . 9. Before the next phase of construction can take place above the trench bottom, which has been excavated to the proposed subgrade of the specified class of bedding, the Contractor shall shape and grade earth subgrade. The earth subgrade for the bedding shall be free of surface water, firm, solid and stable before the rock embedment material is placed. 10. Trench digging machinery may be used to make trench excavations except in places where operations of same would cause damage to 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. Extreme care shall be used to prevent damage and the Contractor shall be fully responsible for damage to any such lines. 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 5 11/15 11. Wherever necessary to prevent caving, the trench shall be adequately supported as required by Paragraph E. Trench Safety System. The Contractor is entirely responsible for assuring that trenches are adequately supported and barricaded to protect both his workmen and the public. i 12. There will be no classification of or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures and property shall be protected from damage by construction equipment. All excavated material shall be piled in a manner which will not endanger the work, existing structures or the public and which will cause the least obstruction to roadways. 13. The Contractor will be required to locate all known utility lines, including consumer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. 14. The Contractor shall not be allowed to disrupt the service on any utility lines except consumer service lines, which may be taken out of service for short periods of time, if the Contractor obtains permission from the Owner's representative. 15. The Contractor shall immediately notify the proper utility company of any damage to utility lines, in order that service may be established with the least possible delay. Any damage to existing lines and the repair of consumer lines which are authorized-., to be cut or temporarily taken out of service shall be repaired or replaced by the j Contractor at his own expense, and as directed by an official representative of the owner of the damaged line. 16. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. E. Trench Safety Systems 1. 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 securing his own copy of the latest version of Subpart P. 2. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the City of any unforeseen field conditions which might affect the integrity of the trench safety system. 3. 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. 4. Alternative methods of trench safety may be submitted for approval to the City, however alternative methods will not be reviewed or approved prior to bid opening. 5. Provide detail drawings for proposed trench safety systems. Clearly identify where l 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 concurred with by the City. 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 6 11/15 F. Trench Methods 1. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed by a registered professional engineer stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. 2. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a registered professional engineer showing all member properties, design strengths and any stress increases used with justification for their use. G. Cleanup 1. The backfill shall not be rounded up over trenches. The surface of the trench backfill shall be compacted and bladed to final grading contours. 2. 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. 3. Any trench settlement which occurs within the one-year warranty period shall be corrected by the Contractor at no expense to the Owner. 3.3 CONNECTIONS WITH EXISTING PIPING A. Connections between new work and existing piping shall be made using fittings suitable for the conditions encountered. Contractor shall adequately dewater any manhole to provide a suitable tie-in. Existing manholes shall be rehabilitated at the Contractor's expense if tie-in point is damaged or unsuitable. 3.4 LEAKAGE TEST Sanitary Sewer Pipeline: Low pressure air tests shall be made by the Contractor on all sewer lines not less than 30 days after installation. The tests on the sewer lines shall be made on sections of i- pipe between new manholes. A. A low pressure air test must follow the procedures described in American Society for Testing and Materials (ASTM) C 828, ASTM C 924, or ASTM F 1417 or other procedure approved by the TCEQ executive director, except as to testing times as required in Table C.3 in subparagraph (B)(2) of this paragraph or Equation 3c in subparagraph (C) of this paragraph. B. For sections of collection system pipe less than 36 inch average inside diameter, the following procedure must apply, unless a pipe is to be tested as required by paragraph (2) of this subsection. 1. A pipe must be pressurized to 3.5 pounds per square inch (psi) greater than the pressure exerted by groundwater above the pipe. 2. Once the pressure is stabilized, the minimum time allowable for the pressure to drop from 3.5 psi gauge to 2.5 psi gauge is computed from the following equation: 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 7 11115 Equation C.3. T, _ (0.085 x D x K) Q where: T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419 x D x L, but not less than 1.0 D = average inside pipe diameter in inches L = length of same pipe size being tested, in feet Q = rate of loss, 0.0015 cubic feet per minute per square foot internal surface C. Since a K value of less than 1.0 may not be used, the minimum testing time for each pipe diameter is shown in the following table: Table C.3. — Minimum Testing Times for Low -Pressure Air Test Pipe Diameter (inches) Minimum Time (seconds) Maximum Length for Minimum Time eet) Time for Longer Length (seconds/foot) 6 340 398 0.855 8 454 298 1.520 10 567 239 2.374 12 680 199 3.419 15 850 159 5.342 18 1020 133 7.693 21 1190 114 10.471 24 1360 100 13.676 27 1530 88 17.309 30 1700 80 21.369 33 1870 72 25.856 D. An Owner may stop a test if no pressure loss has occurred during the first 25% of the calculated testing time. E. If any pressure loss or leakage has occurred during the first 25% of a testing period, then the test must continue for the entire test duration as outlined above or until failure. F. Wastewater collection system pipes with a 27 inch or larger average inside diameter may be air tested at each joint instead of following the procedure outlined in this section. G. A testing procedure for pipe with an inside diameter greater than 33 inches must be approved by the TCEQ executive director. H. If a test fails to meet the minimum allowable requirements of the test, the Contractor shall immediately determine the cause, make the necessary repairs and retest. All testing and repair work shall be done at the Contractor's expense. 3.5 DEFLECTION TEST A. A deflection test shall be made by the Contractor on all flexible sewer pipe. The test shall not be made on a section of sewer until all the backfill on that section has been in place for 30 days. 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 8 11115 B. The deflection test shall be run using a rigid Go -No Go full circle mandrel with a diameter _ equal to 95% of the inside diameter of the pipe. The Contractor shall submit shop drawings of the mandrel to the Engineer for approval prior to using the mandrel for testing. C. The test shall be performed without mechanical pulling devices. Wherever possible and practical, the testing shall be initiated at a downstream manhole and proceed upstream. D. No pipe shall exceed a deflection of 3% of the inside diameter of the pipe. All excess . deflections shall be corrected. The Contractor shall excavate to the point of the excess deflection, correct the deficiency and retest the pipe. If the pipe retest fails the 5% allowable deflection, the pipe shall be replaced. E. Leakage testing will not be performed until all backfill material required has been placed and densified for a period of 30 days. Leakage testing shall only be performed in the presence of the Owner's representative personnel. Contact Owner's representative at least 48 hours in advance of testing activities. 3.6 MANHOLE TEST A leakage test shall be performed on each manhole installed in this project. The manhole leakage test shall not be performed until all backfill around the manhole has been in place for at least 48 hours. Manhole leakage tests may be performed by one of two methods: A. A hydrostatic exfiltration test, or B. A vacuum test. 1. Manhole Hydrostatic Exfiltration Test a. All wastewater lines entering the manhole shall be temporarily plugged with an internal pipe plug. The manhole shall be filled with water to the manhole ring and allowed to stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour saturation period, the manhole shall be refilled with water to the manhole ring and the test period begun. The Contractor shall provide test equipment in which the volume of water lost can be accurately metered or measured. The minimum test period shall be one hour. The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of manhole diameter per foot of manhole depth per hour. b. The exfiltration test shall only be performed in the presence of the Owner's Representative. Any manhole which fails the hydrostatic exfiltration test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. 2. Manhole Vacuum Test a. To perform a vacuum test, the Contractor shall plug all lift holes and exterior joints with a non -shrink grout and plug all pipes entering a manhole. b. No grout must be placed in horizontal joints before testing. C. Stub -outs, manhole boots, and pipe plugs must be secured to prevent movement while a vacuum is drawn. d. The Contractor shall use a minimum 60 inch/lb torque wrench to tighten the external clamps that secure a test cover to the top of a manhole. e. A test head must be placed at the inside of the top of a cone section, and the seal inflated in accordance with the manufacturer's recommendations. f. There must be a vacuum of 10 inches of mercury inside a manhole to perform a valid test. 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 9 11/15 g. A test does not begin until after the vacuum pump is off. h. A manhole passes the test if after 2.0 minutes and with all valves closed, the vacuum is at least 9.0 inches of mercury. i. Any manhole which fails the vacuum test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. Manhole vacuum tests shall only be performed in the presence of the Owner's Representative or their representative. Contact Owner's Representative at least 48 hours in advance of testing activities. 3.7 FINAL CLEANUP A. After the construction work is completed and before final acceptance by the Owner, the Contractor shall remove all rubbish, excess materials from excavations and other debris from the site of the work, and all trench surfaces shall be bladed and all depressions caused by settlement shall be filled. The cost of cleanup shall be included in the bid prices for the various units of work. END OF SECTION 01281014 SEWER LINE AND UNDERDRAIN CONSTRUCTION 02730 - 10 11115 SECTION 02732 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. The work covered by this section of the specifications includes that necessary for furnishing and installing glass -fiber reinforced polyester (FRP) manholes. The Contractor shall furnish all materials, equipment, tools, labor, superintendence and incidentals required for the complete construction of the work as shown on the drawings and as specified herein. All material used in construction of the manholes shall be new and of the size, type and class specified herein and as indicated on the Contract Drawings. B. In general the FRP manholes shall be a on -piece monolithically designed unit manufactured of glass -fiber reinforced, supplier certified, unsaturated commercial grade polyester resin containing chemically enhanced silica to improve corrosion resistance, strength and overall performance. FRP manholes hall be manufactured in strict accordance with ASTM D3753-99 and will include a manufacturer's 20-year corrosion and structural warranty. 1.3 REFERENCES A. Pre -manufactured manholes and other FRP components shall conform to the following standards: 1. ASTM D3753-99, Standard specification for glass fiber reinforced polyester manholes and wetwells; 2. ASTM C581, Practice for determining chemical resistance of chemical thermosetting resins used in glass fiber reinforced structures intended for liquid service; 3. ASTM C582, Plastic Laminate; 4. ASTM D695, Test methods for compressive properties of rigid plastics; 5. ASTM D2583, Test method for Indentation Hardness of Rigid Plastics by means of a Barcol Impressor. 6. ASTM D2584, Test method for ignition loss of cured reinforced resins 7. ASTM D790, Test method for flexural properties of unreinforced and reinforced plastics and electrical insulating materials 8. ASTM D3753-99, Std.; specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells. 9. AWWA C950, Glass -Fiber Reinforced Thermosetting Resin Pressure Pipe. 10. AASHTO H-20, Axial Loading. American Association of State Highway Officials H-20. 01281014 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 1 11115 1.4 SUBMITTALS A. Contractor shall submit for engineer review and approval all components of the material to be used in manhole(s), including details of construction, reinforcing, joint occurrence, method of assembly and qualifications of personnel to perform field assemblies (if field assembly is required). B. The fiberglass reinforced plastic (FRP) manufacturer shall furnish and submit for approval complete fabrication drawings and calculations for all structures. All inserts, pipe sleeves and other accessories indicated on the Contract Drawings shall be illustrated and dimensioned on the fabrication drawings. C. Provide manufacturer's literature including recommended installation procedures, instructions, certificates of material conformance with all parts of the specifications, test reports demonstrating conformance with ASTM D-3753-99 and to the requirements of this specification. 1.5 QUALITY ASSURANCE A. The manufacturer shall examine the FRP manhole, prior to shipment, for dimensional correctness, hardness and workmanship. B. Controls on glass and resin content shall be maintained for all manufacturing procedures and for each portion of manhole fabrication. Records shall be maintained of the control checks. Proper glass content may be shown by glass usage checks or by glass and resin application rate checks, in accordance with the material composition test in ASTM D3753. C. All required ASTM 3753 testing shall be completed and records of all testing shall be kept by manufacturer. At the request of the Engineer these records shall be mailed for review within five (5) workings days of receiving the request. This material shall be included with literature and other documents specified for Submittal materials. 1.6 CERTIFICATION A. Manufacturer shall certify that material and workmanship comply with the provision of ASTM 3753. This certification shall consist of a statement by the manufacturer accompanied by a copy of the test results, that the manhole(s) has been sampled, tested, and inspected in accordance with the provisions of ASTM 3753 and this specification, and meets all requirements. An authorized agent of the manufacturer shall sign each certification. All tests shall be performed as specified in ASTM 3753. Testing documents shall be no older than three (3) months earlier than Contractor Notice to Proceed. 1.7 HANDLING A. FRP manholes shall be lifted with two slings on spreader bar in horizontal position or by use of a 4"X4" timber inserted crosswise inside the manhole to the underside of the collar with a rope or chain attached to lifting device. Manholes may also be equipped with lifting lugs. Use of chains or cables in contact with the manhole surface is prohibited. FRP manholes may be stored upright or horizontally, however, the manholes vertical deflection shall not exceed 4% of the diameter when stored on its side. The manholes shall not be dropped or impacted. Additional handling and installation instructions shall be in accordance with the FRP manufacturer's instructions. Each FRP section manufactured in accordance with the drawings shall be clearly marked to indicate the intended installation location. 01281014 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 2 11/15 PART 2 - PRODUCTS 2.1 MANUFACTURER A. Fiber reinforced polyester (FRP) manhole(s) shall be manufactured by LF Manufacturing or approved equivalent. B. Fiberglass Reinforced Polyester manhole(s), shall be cylinders made of composite laminate. The laminate shall consist of thermo-setting chemical resistant polyester resin, fiberglass reinforcement, and additions as required. Manhole(s), shall be manufactured in strict accordance with ASTM D-3753-99, and will include a manufacturer's 20-Year Corrosion & Structural Warranty. C. The manufacturer of the manhole(s) shall be able to show experience in the manufacture of FRP manhole(s), in scope to that required for the project, for a continuous, uninterrupted period of at least five (5) years. References shall be provided upon request by Engineer. 2.2 MATERIALS A. Resin: Unsaturated commercial grade polyester resins shall be used and they must meet the requirements listed below. The same supplier shall supply all resin. Mixed lots or "odd lots" of resin from different vendors shall not be used and will be grounds for rejection. Manufacturer shall document the lot number of the resin used for this project and include same with submittal information. UV Inhibitors/stabilizers shall be added directly to resins system to prevent photo -degradation of laminate. Exterior gel -coating or painting shall not be permitted. B. Reinforcing materials: The reinforcing materials shall be commercial grade "B" type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. The interior reinforcing surface layer shall have a thickness of between 0.25 mm to 0.50 mm (10 to 20 mils). Reinforcement materials shall include chemically resistant surface mat compatible with raw sewerage and organic surfacing veil. C. Fillers and additives: Fillers, when used, shall be inert to the environment and manhole construction and not in any way effect the performance of the manhole for its intended purpose. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements governing standards. However, calcium carbonate shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. D. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. Cured laminate shall meet the following conditions: Pro e Test Method Requirement Glass Content (% by wt.) ASTM D 2584-68 9% - 20% Compressive Strength ASTM D 695-69 Minimum 12,000 psi Flexural Strength ASTM D 790-70 Minimum 12,000 psi Flexural E-Modulus ASTM D 790-70 Minimum 700,000 psi Surface Hardness ASTM D 2583-67 Minimum 90% of Resin's Normal Value 01281014 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 3 11/15 2.3 GENERAL DESCRIPTION A. Dimensions: The manhole shall be a circular cylinder, reduced at the top to a circular manway not smaller than 30" inside diameter. Manholes shall be produced in half -foot increments of length +/- 2". Nominal inside diameters shall be as indicated on the Contract Drawings but no less than 48 inches. Tolerance on the inside diameter shall be +/- 1 %. The minimum wall thickness for all FRP manholes at all depths shall be 0.480" H-20 Wheel loading and all static and dynamic loads shall be considered in final wall thickness. B. Configuration: 1. Cone Sections: The Manway reducer must provide a bearing surface on which the specified ring and cover shall be supported and adjusted to grade. Adjacent height shall not exceed one foot. The reducer shall be concentric and shall be joined to the barrel section at the factory with resin and glass fiber reinforcement, thus providing required monolithic design to prevent infiltration and/or exfiltration through the manhole. Manway reducer cone section shall be self -centering to permit vertical height adjustment (raising or lowering) of manhole utilizing manufacturer provided materials and detailed written instructions. Butt -Joint attachment of cone to pipe is not permitted. C. Class: The manhole shall comply with H-20 wheel load (minimum 16,000 pounds dynamic wheel load) and be able to support said loading without benefit of backfill. AASHTO H-20 as required by ASTM D-3753 Latest Edition. D. Stubouts and Connections: 1. Inserta-Tee: Joints for sewer pipe line and drop connections sizes 4" - 12" shall be made by means of Inserta-Tee watertight compression connection. Installation shall be in strict accordance with manufacturer's written instructions utilizing installation equipment approved for use by the manufacturer of the Inserta-Tee fitting. Use of equipment which does not meet this requirement is expressly prohibited. 2. Pipe Stubouts: a. Install rubber gasketed PVC sewer pipe stubouts to manhole with resin and glass -fiber reinforced lay-up. Gaskets shall meet the same performance requirements of the sewer pipe to be installed unless otherwise directed by the Engineer. Resin and fiberglass shall be of the same type and grade as used in the fabrication of the fiberglass manhole. Attachment of PVC stubout to manhole wall shall be done using non -pigmented resins to allow for easy field inspection. b. Install resilient rubber pipe -to -manhole connectors (boots) which conform to the performance requirements of ASTM C-923. Resilient rubber pipe -to -manhole boots shall be attached using fiberglass lay-ups directly to manhole wall by manufacturer. C. Manholes for large diameter FRP pipe installations may have either factory installed FRP Pipe Stub -Outs identical to pipe used for the project, or a factory installed coupling to bottom of the manhole for T-base style installation. E. Manhole Bottom: Resin and glass fiber reinforced manhole bottoms may be provided, at Contractor option. Manholes shall be provided with glass reinforced bottom (Contractor option) section designed to withstand the hydrostatic head pressure, empty and water to grade, of units at 25-ft. burial depth. (Units deeper than 25-ft. shall be reinforced as necessary to sustain the H-20 wheel loading status and all other induced static and dynamic loads). Fiberglass ribs or fiberglass structural members may be utilized to } 01281014 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 4 11/15 �r j ' meet the design criteria. Stiffeners shall be of non -corrosive materials encapsulated in fiberglass. FRP encapsulated wood or lumber will not be permitted. Bottom sections shall be furnished with an integral 3" wide anchoring flange. Invert and bench may be field installed utilizing concrete to the requirements of Division 3. Invert and bench may be factory installed utilizing non -corrosive materials encapsulated in fiberglass minimum 1/4" thick. F. Marking and Identification: All manholes shall be marked in letters no less than 1" in height with the following information: 1. Manufacturers Identification 2. Manufacturers Serial Number 3. Manhole Length 4. ASTM Designation 5. Installation assist marks (vertical lines 901 apart at base of manhole). 6. Project station location G. Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber -reinforced polyester resin. Manhole cylinders to 72" ID to be manufactured by "computer controlled "Drostholm" continuous band mandrel process". Larger Diameters to be manufactured by computer regulated steel mandrel process utilizing structural rib design. H. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manway openings to accommodate 24" or 32" specified ring and cover. I. Manway Reducer: Manway reducers shall be concentric with respect to the larger portion of the manhole diameters through 92". J. Cover Ring and Support: The manhole shall provide an area from which a typical ring and cover plate can be supported without damage to the manhole. K. Assembly Joints: Product components, i.e., cylinders, reducers, bottoms, and connectors, may be joined together to form a complete manhole. 2.4 FABRICATION A. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Hand -work finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5" in diameter, delamination and fiber show. B. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5" in diameter, and wrinkles of 0.125" or greater in depth. Surface pits shall be permitted up to 6' 2" if they are less than 0.75" in diameter and less than 0.0625" deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted up to 4' 2" if they are less than 0.5" in diameter and less than 0.0625" thick. C. Repairs: Any manhole repair is required to meet all requirements of this specification. D. Manhole Lengths: Manhole lengths shall be in whole or 1/2-foot increments +/- 2". E. Load Rating: The complete manhole shall have a minimum dynamic load rating of 16,000 lbs. When tested in accordance with ASTM 3753. To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 lbs. and shall not deflect vertically downward more than 0.25" at the point of load application when loaded to 24,000 lb. When installed and without the benefit of backfill around the manhole as support the complete manhole shall be H-20 rated, no exceptions. 01281014 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 5 11115 F. Stiffness: The cylindrical portion of the manhole is to be tested in accordance with ASTM Method D 2412. The manhole cylinder shall have the minimum pipe -stiffness values shown in the table below, when tested in accordance with ASTM 3753, Section 8.5, (note 1). Manhole Length (ft) PSI 3-6 0.72 7 - 12 1.26 13 - 20 2.01 21 - 25 3.02 26 - 35 5.24 G. Soundness: In order to determine soundness, an air or water test is to be applied to the manhole test sample. While holding the pressure between 3-5 psi, the entire manhole must be inspected for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM 3753, Sec. 8.6. H. Chemical Resistance: Per ASTM C 581; (see ASTM 3753, Section 8.7), Flexural strength, flexural modulus, and barcol hardness are plotted versus time on log -log coordinates. The line defined by these points is extrapolated to 100,000 hours. The minimum extrapolation retention allowed for any of these properties is 50%. Test samples used are actual pieces of manhole or samples manufactured in a manner consistent in every way with the manhole component construction. I. Physical Properties: Flexural Strength (cone): Hoop: 15.4 x 103 psi Axial: 17.2 x 103 psi Flexural Strength (pipe): Hoop: 22.5 x 103 psi Axial: 14.3 x 103 psi Compressive Strength: 18.9 x 103 psi 2.5 REJECTION OF MANHOLES A. Manholes are subject to rejection on account of any of the following visual defects: 1. Fuzz: Glass fibers loosely adhering to manhole, which are not wet out with resin. 2. Protruding Fibers: Glass fibers sticking out from pipe surface that is not wet out with resin. 3. Resin Runs: Runs of resin and sand on surface of manhole. 4. Dry Areas: Areas in laminate with glass to wet out with resin. 5. Delamination: Separation in the laminate. 6. Blisters: Light (straw) colored areas resulting from too hot a cure. 7. Craze: Crack usually star shaped; caused by sharp impact. 8. Surface Pits or Voids: Small air pockets on the surface or directly beneath the surface mat. 9. Wrinkles: Smooth irregularities on the surface. 10. Torn Edges, End Delamination and End Gauges: Tears and rips in the edge of cuts. 11. Ground Area: Areas around lay-up, which have been abraded and not covered by lay-up. 12. Hand Lay-up Ragged Edges: Areas at the edge of hand lay-up that are not rolled down properly and that are rough. 13. Painting or gel -coating of exterior or interior laminate. 01281014 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 6 11115 fi s 4: PART 3 - EXECUTION 3.1 GENERAL The manhole(s) installation shall strictly follow the manufacturers recommended installation procedures. 3.2 INSTALLATION A. General Installation Outline: Manufacturer's complete manhole installation instructions must be consulted before actual installation is performed. B. Setting Manhole: To lift manhole, insert 4" x 4" timber crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Lower manhole into wet concrete base to a minimum depth of 4". Minimum 2" thick concrete bearing surface beneath bottom edge of the manhole is required. Plumb manhole using standard bubble level and by moving manhole with hands. Work concrete around manhole base and 6 inch minimum over incoming lines. Inverts and laterals are made following standard procedures: Do not pick up fiberglass manhole by cone if concrete slab is attached above ground. Install lifting lugs into concrete slab for handling. Lift manhole with slab attached by the slab not the manhole. C. Backfill: Backfill FRP manholes with flow fill to bottom of base course elevation or top of subgrade in paved areas. D. Bring to Grade: Construct chimney on flat shoulder of manhole using precast concrete rings. Chimney shall not exceed 12 inches including ring and cover. 3.3 QUALITY OF MATERIALS AND INSTALLATION The quality of all materials, the process of manufacture, and the finished sections shall be subject to review and approval by the Engineer, or other representative of the Owner. Such review shall be made at the place of manufacturer, or at site of delivery, and the sections shall be subject to rejection on account of failure to meet any of the specification requirements as specified herein. Sections rejected after delivery to the job site shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed shall be acceptable if repaired or removed and replaced at the Contractor's expense. Removal or replacement shall be subject to Owner for review and approval. 3.4 TESTING A leakage test shall be performed on each manhole installed in this project. The manhole leakage test shall not be performed until all backfill around the manhole has been in place for at least 48 hours. Manhole leakage tests may be performed by Hydrostatic Exfiltration Test or Vacuum Test as described below: A. Hydrostatic Exfiltration Test 1. Fiberglass manholes shall be hydrostatically tested per manufacturer's recommendation; or a. All wastewater lines entering the manhole shall be temporarily plugged with an internal pipe plug. The manhole shall be filled with water to the manhole ring and allowed to stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour saturation period, the manhole shall be refilled with water to the manhole ring and the test period begun. The 01281014 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 7 11115 Contractor shall provide test equipment in which the volume of water lost can be accurately metered or measured. The minimum test period shall be one hour. The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of manhole diameter per foot of manhole depth per hour. b. The exfiltration test shall only be performed in the presence of the Owner's Representative. Any manhole which fails the hydrostatic exfiltration test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. B. Vacuum Test 1. To perform a vacuum test, the Contractor shall plug all lift holes and exterior joints with a non -shrink grout and plug all pipes entering a manhole. 2. No grout must be placed in horizontal joints before testing. 3. Stub -outs, manhole boots, and pipe plugs must be secured to prevent movement while a vacuum is drawn. 4. The Contractor shall use a minimum 60 inch/lb torque wrench to tighten the external clamps that secure a test cover to the top of a manhole. 5. A test head must be placed at the inside of the top of a cone section, and the seal inflated in accordance with the manufacturer's recommendations. 6. There must be a vacuum of 10 inches of mercury inside a manhole to perform a valid test. 7. A test does not begin until after the vacuum pump is off. 8. A manhole passes the test if after 2.0 minutes and with all valves closed, the vacuum is at least 9.0 inches of mercury. 9. Any manhole which fails the vacuum test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. Manhole vacuum tests shall only be performed in the presence of the Owner's Representative or their representative. Contact Owner's Representative at least 48 hours in advance of testing activities. END SECTION 01281014 GLASS -FIBER REINFORCED POLYESTER (FRP) MANHOLES 02732 - 8 11/15 s r SECTION 03300 CAST -IN -PLACE CONCRETE FOR BUILDINGS AND STRUCTURES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 — General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section specifies cast -in place concrete, including formwork, reinforcement, concrete materials, mix design, placement procedures, and finishes for buildings and structures. 1.3 RELATED SECTION A. Section 02200 — Earthwork: Drainage fill under slabs -on -grade. 1.4 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.5 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. 1. Form materials and form -release agents. 2. Reinforcement accessories. 3. Admixtures. 4. Waterstops. 5. Curing materials. 6. Floor and slab treatments. 7. Bonding agents. 8. Adhesives. 9. Vapor retarders. 10. Epoxy joint filler. 11. Joint -filler strips. 12. Repair materials. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mix water to be withheld for later addition at Project site. t 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 1 11/15 BUILDINGS AND STRUCTURES C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared according to ACI315, "Details and Detailing of Concrete Reinforcement." Include material, grade, bar schedules, stirrup spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required for openings through concrete structures. D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork. Design and engineering of formwork are Contractor's responsibility. 1. Shoring and Reshoring: Indicate proposed schedule and sequence of stripping formwork, shoring removal, and installing and removing reshoring. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. E. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." F. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1. Prior to placing any concrete, hold a pre -installation conference meeting involving the Superintendent, Engineer, applicable subcontractors, and testing lab. The meeting will include the following subjects (minimum): a. Site preparation. b. Grades and drainage. C. Installation of auxiliary materials (vapor retarders, ducts, etc.). d. Type of floor and thickness. e. Reinforcement and placement. f. Joints. g. Flatness and levelness. h. Concrete materials, production, placement and delivery. i. Compaction of soil. j. Finishing tools and finishing. k. Curing/Sealing/Hardeners: Type and timing/duration of application. 1. Testing and inspection. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 2 11/15 BUILDINGS AND STRUCTURES 0 1.7 DELIVERY STORAGE AND HANDLING A. Deliver, store, and handle steel reinforcement to prevent bending and damage. 1. Avoid damaging coatings on steel reinforcement. PART 2 - PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, earth, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass -fiber -reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. D. Pan -Type Forms: Glass -fiber -reinforced plastic or formed steel, stiffened to resist plastic concrete loads without detrimental deformation. E. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. F. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form -release agent with rust inhibitor for steel form -facing materials. G. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed concrete surface. 2. Furnish ties that, when removed, will leave holes not larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. 2.3 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber - reinforced concrete of greater compressive strength than concrete, and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected or CRSI Class 2 stainless -steel bar supports. 2. Plastic, wood, concrete or clay blocks and other devices are not permissible. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 3 11115 BUILDINGS AND STRUCTURES B. Joint Dowel Bars: Plain -steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. C. Joint Dowel System: Diamond dowel system from PNA Construction Technologies (1-800-542-0214). 2.4 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Portland Cement: ASTM C 150, Type I/II. C. Portland Cement: ASTM C 150, Type II. D. Fly Ash will not be accepted. E. Normal -Weight Aggregate: ASTM C 33, uniformly graded Class 3M or better, and as follows: 1. Nominal Maximum Aggregate Size: 1 '/z inches, except as follows. 2. When clear spacing between reinforcing bars is 2 inches or less, nominal maximum aggregate size shall be 3/4 inch. 3. Combined Aggregate Gradation: Well graded from coarsest to finest with not more than 18 percent and not less than 8 percent retained on an individual sieve, except that less than 8 percent may be retained on coarsest sieve and on No. 50 sieve, and less than 8 percent may be retained on sieves finer than No. 50. F. Water: Potable and complying with ASTM C 94. 2.5 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air -Entraining Admixture: ASTM C 260. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.6 WATERSTOPS A. Flexible PVC Waterstops: CE CRD-C 572, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. 1. Profile: Flat, dumbbell with center bulb. 2.7 VAPOR RETARDERS A. Vapor Retarder (Under Slab): Shall conform to ASTM E 1745, Class C or better and shall have a maximum water vapor permeance of 0.04 perms when tested in accordance with ASTM E 1745. Vapor barrier component no less than 10 mils thick in accordance with ACI 302, 1R-96. Products: STEGO WRAP VAPOR BARRIER (10 mil) by Stego Industries, Griffolyn T-85 by Reef Industries, or Moistop Plus by Fortifiber Products. B. Granular Fill: Clean mixture of crushed stone or crushed or uncrushed gravel; ASTM D 448, Size 57, with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a No. 8 sieve. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 4 11/15 BUILDINGS AND STRUCTURES r i ` 2.8 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. Dayton Superior — Sure Film J-74 or equal. B. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. C. Water: Potable. 2.9 RELATED MATERIALS A. Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Epoxy Joint Filler: Two -component, semirigid, 100 percent solids, epoxy resin with a Shore A hardness of 80 per ASTM D 2240. C. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. D. Epoxy -Bonding Adhesive: ASTM C 881, two -component epoxy resin, capable of humid curing and bonding to damp surfaces, of class and grade to suit requirements, and as follows: 1. Type II, non -load bearing, for bonding freshly mixed concrete to hardened concrete. 2. Types I and II, non -load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 3. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 2.10 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to ASTM C 109. B. Repair Topping: Traffic -bearing, cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/4 inch. 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than 5700 psi at 28 days when tested according to ASTM C 109/C 109M. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 5 `` 11115 BUILDINGS AND STRUCTURES 2.11 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field test data bases, as follows: I. Proportion normal -weight concrete according to ACI 211.1 and ACI 301. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Footings: Proportion normal -weight concrete mix as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches. 3. Maximum Slump: 5 inches. 4. Maximum Slump for Concrete Containing High -Range Water -Reducing Admixture: 8 inches after admixture is added to concrete with 2- to 4-inch slump. 5. Maximum water—cementitious material ratio:.55. D. Water -Bearing Structures: Proportion normal -weight concrete mix as follows: 1. Cement: Type II. 2. Compressive Strength (28 Days): 4000 psi. 3. Minimum Slump: I inch 4. Maximum Slump: 4 inches. 5. Maximum water-cementitious material ratio:.42. E. Slab -on -Grade: Proportion normal -weight concrete mix as follows: 1. Compressive Strength (28 Days): 3000 psi. 2. Minimum Slump: 3 inches 3. Maximum Slump: 6 inches. 4. Maximum water-cementitious material ratio:.45. F. Cementitious Materials: Cementitious substitutes will not be accepted. G. Air Content: Add air -entraining admixture to exterior concrete at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows within a tolerance of plus or minus 1.5 percent, unless otherwise indicated: 1. Air Content: 4.5 percent for 1-1/2-inch- nominal maximum aggregate size. 2. Air Content: 5 percent for 3/4-inch- nominal maximum aggregate size. H. Do not air entrain concrete to trowel -finished interior floors. Do not allow entrapped air content to exceed 3 percent. I. Admixtures with chloride -ions are prohibited. J. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 2.12 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 6 11/15 BUILDINGS AND STRUCTURES f ; 2.13 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: 1. Class A, 1/8 inch. 2. Class B, 1/4 inch. 3. Class C, 1/2 inch. 4. Class D, 1 inch. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. 1. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 7 11115 BUILDINGS AND STRUCTURES 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor bolts, accurately located, to elevations required. 3.3 REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete provided concrete is hard enough to not be damaged by form -removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joists, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved at least 70 percent of 28-day design compressive strength: 1. Determine compressive strength of in -place concrete by testing representative field - or laboratory -cured test specimens according to ACI 301. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI318, ACI301, and recommendations in ACI347R for design, installation, and removal of shoring and reshoring. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 VAPOR RETARDERS A. Vapor Retarder: Place, protect, and repair vapor -retarder sheets according to ASTM E 1643 and manufacturer's written instructions. 3.6 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. i } 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 8 11/15 BUILDINGS AND STRUCTURES t D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. �.., E. All reinforcement to be in place prior to placing of concrete. Equipment will not be 1 allowed to drive over reinforcement. 3.7 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form from preformed galvanized steel, plastic keyway -section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. 4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 5. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. 6. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saw. Cut an early -entry dry -cut 1/8 inch wide joint into concrete within 1 to 2 hours after the finishing process and before final set. D. Isolation Joints in Slabs -on -Grade: After removing formwork, install joint -filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 2. Terminate full -width joint -filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface where joint sealants are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. E. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. 1. Use dowel sleeves or lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 9 11/15 BUILDINGS AND STRUCTURES 3.8 WATERSTON A. Flexible Waterstops: Install in construction joints as indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of Work. Field -fabricate joints in waterstops according to manufacturer's written instructions. 3.9 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by Engineer. C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mix. 2. Do not add water to concrete beyond the limit of water withheld from the plant. D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. E. Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. r> 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 10 11115 BUILDINGS AND STRUCTURES G. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. H. Hot -Weather Placement: Place concrete according to recommendations in ACI305R and as follows, when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.10 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding ACI 347R limits for class of surface specified. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch in height. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. C. Rubbed Finish: Apply the following to smooth -formed finished concrete: 1. Grout -Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of thick paint to coat surfaces and fill small holes. Mix one part portland cement to one and one-half parts fine sand with a 1:1 mixture of bonding admixture and water. Add white portland cement in amounts determined by trial patches so color of dry grout will match adjacent surfaces. Scrub grout into voids and remove excess grout. When grout whitens, rub surface with clean burlap and keep surface damp by fog spray for at least 36 hours. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.11 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. 01281014 11/15 CAST -IN -PLACE CONCRETE FOR BUILDINGS AND STRUCTURES 03300 - 11 B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull - floated or darbied. Use stiff brushes, brooms, or rakes. 1. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finishes. C. Float Finish: Consolidate surface with power -driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid -applied or sheet waterproofing, built-up or membrane roofing, or sand -bed terrazzo. D. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or power -driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film -finish coating system 2. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot- long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: a. 1 /4 inch. E. Trowel and Fine -Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin -set method. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. F. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.12 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in -place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. B. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. C. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast -in inserts and accessories as shown on Drawings. Screed, tamp, and trowel - finish concrete surfaces. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 12 11115 BUILDINGS AND STRUCTURES 3.13 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and with recommendations in ACI 305R for hot -weather protection during curing. B. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by one or a combination of the following methods: C. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. r 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 13 11/15 BUILDINGS AND STRUCTURES t 4 _. 3.14 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid epoxy joint filler full depth in saw -cut joints and at least 2 inches deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.15 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 14 11/15 BUILDINGS AND STRUCTURES k t 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Engineer's - approval. 3.16 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article. B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mix placed each day. a. When frequency of testing will provide fewer than five compressive -strength tests for each concrete mix, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method, for normal -weight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. 6. Compressive -Strength Tests: ASTM C 39; test two laboratory -cured specimens at 7 days and two at 28 days. a. A compressive -strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at age indicated. 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 15 11115 BUILDINGS AND STRUCTURES 1_. 7. Testing specimens are to be taken after all admixtures and/or field added water has been added and incorporated into concrete. C. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to the City Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as sole basis for approval or rejection of concrete. END OF SECTION 01281014 CAST -IN -PLACE CONCRETE FOR 03300 - 16 11/15 BUILDINGS AND STRUCTURES t i APPENDIX A OSHA 1926 SUBPART P APPENDIX B SLUDGE DRYING BED CLOSURE PLAN 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, 1977] § 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 CFR part 1911. SOURCE: 54 FR 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. Exca- 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 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 rock 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 are 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. (ii) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (iii) 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 means 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: (f) 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. (f) 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 t § 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 safe- 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 (I) —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)(i) 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)—Dete77nination 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. (i) 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) Identification 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. (i) 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 (1)—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. (i) 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. (iii) 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. (ii) 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. XV11 (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- ure. (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 trench is open of a possible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Em- ployees shall not be permitted to work on the faces of sloped or benched exca- vations at levels above other employ- ees except when employees at the lower levels are adequately protected from the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems—(1) General. (i) Shield systems shall not be subjected to loads exceeding those which the sys- tem was designed to withstand. (ii) Shields shall be installed in a manner to restrict lateral or other haz- ardous movement of the shield in the event of the application of sudden lat- eral loads. (iii) Employees shall be protected from the hazard of cave-ins when enter- ing or exiting the areas protected by shields. (iv) Employees shall not be allowed in shields when shields are being in- stalled, removed, or moved vertically. (2) Additional requirement for shield systems used in trench excavations. Exca- vations of earth material to a level not greater than 2 feet (.61 m) below the bottom of a shield shall be permitted, but only if the shield is designed to re- sist the forces calculated for the full depth of the trench, and there are no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. APPENDIX A TO SUBPART P OF PART 1926—SOIL CLASSIFICATION (a) Scope and application—(1) Scope. This appendix describes a method of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is designed in accordance with the requirements set forth in §1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926, and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared in accordance with the requirements set forth in §1926.652(c), and the use of the data is predicated on the use of the soil clas- sification system set forth in this appendix. (b) Definitions. The definitions and exam- ples given below are based on, in whole or in part, the following: American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System, The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS-121. Cemented soil means a soil in which the par- ticles are held together by a chemical agent, such as calcium carbonate, such that a hand - size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when moist. Cohe- sive soil is hard to break up when dry, and exhibits significant cohesion when sub- merged. Cohesive soils include clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil means soil that does not exhibit visible signs of moisture content. Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt, (coarse grained soil) with little or no clay content. Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly aitterent soil or rocx types arrangea in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al- lows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. 373 Pt. 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 hierarchy 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 is 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 exca- 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: (i) 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. (f) 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 1/s-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 'A -inch thread can be held on one end without tear- ing, the soil is cohesive. (ii) 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. (B) 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. APPENDIX 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 exca- 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—(1) Soil classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P 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. (ii) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an ac- tual slope which is at least 1h horizontal to one vertical (%H:1V) less steep than the maximum allowable slope. (iii) 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(i). (4) Configurations. Configurations of slop- ing and benching systems shall be in accord- ance with Figure B-1. TABLE B-1 MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE 00fMUM ALLOWABLE SLOPES(H:V)[11 FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK TYPE A [2] TYPE B TYPE C 3/4 T1CAL(5 ') 1:1 (45 1k:1 (34 NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. ?. A short-term maximum allowable slope of 1/2H:1V (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:1V (53"). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 376 r Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 3/4:1. 1 20' Max. Al 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 lh:l. 12' Max. 1 1/2 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 3/4 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) / / A / / 1 i / 1/4 MULTIPLE BENCH 3. All excavations 8 feet or less in depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 3'fi feet. I A1 8Max. 3/4 YA2.ax. UNSUPPORTED VERTICALLY SIDED LOwER PORTION —MAXIMUM 8 FEET IN DEPTH 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 3'fi feet. 378 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B UNSUPPORTED VERTICALLY SIDED LOWER PORTION -MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of 3/4:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. t or shiel7st 1 20' Max. j- 11� 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 §1926.652(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. SIMPLE 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 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-07 Edition) This bench allowed in cohesive soil only. 20' Max 1 1 4' / Max. / SINGLE BENCH This bench Showed in cohesive soil only i i i 20' Max. � /( 4' Max. 4' Max. i i MULTIPLE BENCH 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system r �. 1 20 Max. �\ 1 8" Min. Total height of vertical side VERTICALLY SIDED LONER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in § 1926.662(b). B-1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 11h:1. 380 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B 20' Max. �1 1� SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 11/a:1. Support or shield system r 20' Max. l� l8" Min. Total height of vertical side VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in § 1926.652(b). B-1.4 Excavations Made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum al- lowable slope for each layer as set forth below. 381 Pt. 1926, Subpt. P, App. B S OVER A C OVER A C OVER d 382 29 CFR Ch. XVII (7-1-07 Edition) zc 41 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C A OVER B A OVER C B �1 14 C / 1 G1J 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 (b) Soil Classification. In order to use the 1926—TIMBER SHORING FOR TRENCHES data presented in this appendix, the soil type or types in which the excavation is made (a) Scope. This appendix contains informa- must first be determined using the soil clas- tion that can be used timber shoring is pro- sification method set forth in appendix A of vided as a method of protection from cave- subpart P of this part. ins in trenches that do not exceed 20 feet (6.1 (c) Presentation of Information. Information m) in depth. This appendix must be used is presented in several forms as follows: when design of timber shoring protective (1) Information is presented in tabular systems is to be performed in accordance form in Tables C-1.1, C-1.2, and C-1.3, and Ta- with §1926.652(c)(1). Other timber shoring bles C-2.1, C-2.2 and C-2.3 following para- configurations; other systems of support graph (g) of the appendix. Each table pre - such as hydraulic and pneumatic systems; sents the minimum sizes of timber members and other protective systems such as slop- to use in a shoring system, and each table ing, benching, shielding, and freezing sys- contains data only for the particular soil tems must be designed in accordance with type in which the excavation or portion of the requirements set forth in §1926.652(b) and §1926.652(c). 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 specific 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 C-2.3, 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 specified 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 Edition) (B) When vertical loads imposed on cross braces exceed a 240-pound gravity load dis- tributed 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 C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1, 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 6x6 crossbraces at 12 feet hori- zontally and four feet vertically. Space 10x10 wales at four feet vertically. Spaces 3xB 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 0-1.2 three acceptable arrangements of members are listed. Arrangement #B1 Space 6x6 crossbraces at six feet hori- zontally and five feet vertically. Space BxB wales at five feet vertically. Space 24 uprights at two feet hori- zontally. Arrangement #B2 Space 6xB crossbraces at eight feet hori- zontally and five feet vertically. Space 10xlO wales at five feet vertically. Space 2x6 uprights at two feet hori- zontally. Arrangement #B3 Space BxB crossbraces at 10 feet hori- zontally and five feet vertically. Space 10x12 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 0-1.3 two acceptable arrange- ments of members can be used. Arrangement #B1 Space Sx8 crossbraces at six feet hori- zontally and five feet vertically. Space 10x12 wales at five feet vertically. Position 2x6 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 2x6 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 0-1.3. Only one arrangement of mem- bers is provided. Space 8x10 crossbraces at six feet hori- zontally and five feet vertically. Space 12x12 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables 0-2.1 through 0-2.3 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 specified in § 1926.652(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 side -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. 5. 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 mudsill 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 cf crossbraces. When the vertical spacing of crossbraces is four feet, place the top crossbrace 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 2.5 feet below the top of the trench. 385 W 00 M TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE A Pa = 25 X H + 72 psf (2 ft Surcharge) SIZE (ACTU G MEMBERS ** DEPTH CROSS BRAC S WALES UPRIGHTS 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 15 (FEET) (IN) (FEET) UP TO Not 5 6 4X44X6 6X6 6X6 4 R 2X6 UP TO Not TO 8 4X4 4X4 4X6 6X6 6X6 4 Re 'd 2X8 UP TO 10 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 2X6 UP TO 12 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 4X4 4X4 4X6 6X 6X 4 R ' UP TO TO 8 4X6 4X6 6X6 6X6 6X6 4 8X8 4 2X6 UP TO 15 0 6X6 6X5 X X 2X6 UP TO 12 6X6 6X6 6X6 6X8 6X8 4 1OX10 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 20 10 8X8 8X8X X=8X10 4 4UP TO 12 SX8 8X8 8X8 8X8 4 1OX10 I 4 3X6 OVER 20 1 SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. 3 w co TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE B P a m 45 X H t 72 psf (2 ft. Surcharge) (ACTUAL) AND r V ** DEPTHSIZE CROSS BRACES WALES UPRIGHTS OF TRENCH HORIZ. WIDTH 2 'RENCH F VERT. PERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING (FEET) --C—L0—SE—T 2 3 (FEET) 4 6 9 12 15 (FEET) (IN) (FEET) UP TO 5 6 4X6 4X6 6X6 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X8 6X8 5 1 8X10 5 UP TO 10 10 6X6 6X6 6X6 6X8 6X8 5 1OX10 5 2X6 See Not. I UP 10 6T0 6X6 6X6 6X6 6X8 6X8 5 8X8 5 2X6 UP TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX10 5 2X6 TO UP TO 15 5 1OX12 5 2X6 See Note 1 UP TO 15 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 3X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 3X6 UP TO 10 8X10 8XI01 8X10 8X10 1OX10 5 12X12 5 3X6 20 See Note 1 OVER zo SEE NOTE 1 * Mixed oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may by substituted for wood. 0 ii ii C 0 _rt O 7 0 N 0 (DD 0 7 CL 3C (D 0 S CL 3 0 Cr O Y G7 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 TRENCH HORIZ. WIDTH OF, TRENCH (FEET) MAXIMUM ALLOWABLE HORIZONTAL SPACING (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING FEET See Note 2 CLOSE (FEET) 4 6 9 12 15 FEET IN. (FEET) UP TO 5 6 6X8 6X8 6X8 8X8 8X8 5 8X10 5 20 UP TO TO 8 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 20 UP TO 10 10 8XI0 8X10 8X10 8X10 1OX10 5 1 12X12 5 2X6 See Note I UP TO 10 6 8X8 8X8 8X8 8X8 8X10 5 1OX12 5 2X6 UP TO To 8 8X10 8XI01 8X10 8X10 IOX10 5 12X12 5 2X6 See 15 Note 1 See Note 1 UP TO 15 6 8X10 8X10 8X10 8X10 1OXI0 5 12X12 5 30 See TO Note 1 See 20 Note 1 See Note 1 OVER 20 SEE NOTE I * Mixed Oak or equivalent with a bending strength not less than 850 psi. ** Manufactured members of equivalent strength may be substituted for wood. 5i :a:»,._..w..,wle....w...,,.....,w G„..,...�...,,.� 14.................1 ... ..r ._...... ....._,w w 00 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 SIZE 4 ** OF CROSS BRACES WAIFS UPRIGHTS TRENCH •HORIZ. WIDTH OF TRENCH VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET CLOSE 4 5 1 6 8 (FEET) 4 6 FEET UP TO 5 6 4X4 4X4 4X4 4X4 4X6 4 Regtd Regt d 4X6 UP TO TO 8 4X4 4X4 4X4 4X6 4X6 4 RegVd Req d 4X8 UP TO 10 4X6 I 4X6 4X6 6X6 6X6 4 8X8 4 4X6 UP12TO 4X6 4X6 4X6 6X6 6X6 4 8X8 4 4X6 10 UP 6 TO 4X4 4X4 4X4 6X6 6X6 4 Req�d Req�d 4X10 UP TO TO 8 4X6 4X6 4X6 6X6 6X6 4 6X8 4 4X6 P TO 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 15 P TO 12 6X6 6X6 6X6 6X6 6X6 4 8X10 4 4X6 4X10 P 15 6T0 6X6 '6X6 6X6 6X6 6X6 4 6X8 4 3X6 UP TO TO 8 6X6 6X6 6X6 6X6 6X6 4 8X8 4 3X6 4X12 UP TO 20 10 6X6 6X6 6X6 6X6 6X8 4 8X1O 4 3X6 P TO 12 6X6 6X6 6X6 6X8 6X8 4 8X12 4 3X6 4X12 :[ OVER SEE NOTE 1 20 t * Douglas fir or equivalent with a bending strength not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. O n n C Q O 7 Q Cn Q Q 7 a 2 N Q 3 A CL 3 r- Q O 1 x W CM CD 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 SIZ (S4S AND SPACING OF MEMBERS ** OF TRENCHF(FEET) WIDTH OF TRENCH FEET VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO UP TO (FEET) SPACING SIZE SPACING FEET 4 6 9 12 15 (FEET) (IN,) CLOSE 2 3 4 6 3X1254X6 4X6 4X6 6X6 6X6 5 6X8 5 4X84X12 TO 4X6 4X6 6X6 6X6 6X6 5 8X8 5 3X8 4X8 UP TO 10 10 4X6 4X6 6X6 6X6 6X8 5 8X10 5 4X8 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 10X12 5 3X6 4X10 See Note 1 UP TO 15 6 6X8 6X8 6X8 6X8 8X8 5 8X10 5 4X6 UP TO 8 6X8 6X8 6X8 8X8 8X8 5 1OX12 5 4X6 UP TO10 8X8 8X8 8X8 8X8 8X8 5 12X12 5 4X6 L See Note 1 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. 22 n '0 a Z p 9 b m 'to" t7 �o C, CD w mxro 7 > H C]O CD �] C. go xb a O C, G co m N Corn J' p G P: 0 C rn 27 k �* CD to CD p ck, A'c'm �o y rL ° N CD N a o C F M b .'y G. c' 0CD �,ES a 0 m CD ° m r. In,mom" m wNt$ m CD CD C, a PCD Es C.CDP� 0& Es F b R � 0 TABLE C-2.3 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS SOIL TYPE C Pa - 80 X H t 72 psf (2 ft. Surcharge) DEPTH SIZE ** OF CROSS UPRIGHTS HORIZ. WIDTH OF VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING TRENCH (FEET) SPACING UP TO UP TO UP TO UP TO UP TO SPACING SIZE SPACING (FEET) CLOSE (FEET) 4 6 15 FE FEET UP TO 6X6 6X6 6X6 6X6 8X8 5 8X8 5 3X6 5 6 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 11OXIO 5 4X6 UP TO TO 8 8X8 8X8 8X8 8X8 8X8 5 1ZX12 5 4X6 Note 15 I See Note 1 UP TO 15 6 8X8 8X8 8X8 8X10 8X10 5 IOX12 5 4X6 See TO Note 1 See 20 ote 1 See 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. Pt. 1926, Subpt. P, App. D first be determined using the soil classifica- 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 E-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. (i) 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. (ii) 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 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 D-1.1, 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 k F j 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 4 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-1.2, D-1.3, and D-1.4. (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 §1926.652(c)(3). (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.5x3.5x0.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 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 full 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 1.125 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 FIGURE NO. 2 VANTICAL ALURMM VORTICAL ALWMW MVDFLAULC smomm HYDRAULICRMDRW Eaor RNuoRRM (wRM PlvlvooGl HOR120NTAL HORIZONTAL SPACING SPACING 1e• MAX. VERTICAL S PACNO 4' MA%.I s}w'"%Vft 2' MAX. FIGURE NO. 3 VERTICAL ALL—" V RrDAAwc woR.RG � (!TACKED) Q! S ,LO a` a° VERTICAL SPACING l' MAX. 2' MAX. VERTICAL RAIL VERTICAL RAILI - MAX. HYDRAULIC CYLINDER 1s1 VERTICAL SPACING 4' MA%. 2' MA%. FIGURE NO. 4 ALIAAaARR RYDRALLt �RCAW Y/Alfll RYl T[Y f rtr.cAu //` HORIZONTAL SPACING rERTICAL RAIL 2' MAX. HYDRAULIC r CYLIWDEA VERTICAL SPACNG 394 HYDRAULIC CYLINDER PLYWOOD UPRIGHT SHEETING co to 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 5 UP TO 8 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) L. co cD rn 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) M N �O 0 T M 0 x� V I b V m a_ 0 Z t TABLE D - 1.3 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAX.HORIZ.SPACING DEPTH . (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO15 SOLID 2 FT, 3 FT, OF TRENCH VERTICAL SPACING SECTION MODULUS HORIZ LINDER HORIZ. CYLINDER HORIZ CYLINDER SHEEr (FEET) (FEET) (IN') SPACING[DIAMETER SPACING DIAMETER SPACING DIAMETER OVER 3.5 8.0 2 IN 8.0 NOTE(2), 8.0 3 IN 2IN 5 4 7.0 9.0 2 IN 9.0 NOTE(2) 9.0 3 IN - 3x12 - UP TO 14.0 12.0 3IN 12.0 3IN 1 12.0 3IN 10 2 IN OVER 3.5 6.0 2 IN 6.0 NOTE(2) 6.0 3 IN 7.0 8.0 3IN 8.0 3IN 8.0 3IN 10 4 3x12 - UP TO 14.0 10.0 3IN 10.0 3IN 10.0 3IN 15 OVER 3.5 5.5 2IN 5.5 NOTE 2 5.5 3IN 7.0 6.0 1 3IN 6.0 3IN 6.0 31N 15 4 3x12 - UP TO 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. M co m tb TABLED - 1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS WIDTH OF TRENCH (FEET) MAXHORIZ SPACING DEPTH . (ON CENTER) UP TO 8 OVER 8 UP TO 12 OVER 12 UP TO 15 SOLID y FT. 3 FT, OF TRENCH VERTICAL SPACING SECTION MODULUS HORIZ. CYLINDER HORIZ. CYLINDER HOAR CYLINDER (FEET) (FEET) (IN3) SPACING DIA SPACING DIAMETER SPACING DIAMETER 2 IN OVER 3.5 6.0 1 2 IN 6.0 NOTE(2), 6.0 3 IN 21N 5 4 7.0 6.5 2IN 6.5 NOTE(2) 6.5 3IN 3x12 - UP TO 14.0 10.0 3IN 10.0 3IN 10.0 3IN 10 2 IN OVER 3.5 4.0 2 IN 4.0 NOTE(2) 4.0 3 IN 7.0 5.5 3IN 5.5 3IN 5.5 3IN 10 4 3x12 - UP TO 14.0 8.0 3IN 8.0 3IN 8.0 3IN 15 OVER 3.5 3.5 2 IN 3.5 NOTE(2) y 3.5 3 IN 7.0 5.0 3IN 5.0 3IN 5.0 3IN 15 UP TO 4 302 - 14.0 6.0 3IN 6.0 3IN 6.0 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. Is { Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E APPENDIX E TO SUBPART P OF PART 1926-ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 18" 1 VER1 SPA( 49 NA :RTICAL RAIL YDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 0 00 00 399 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields APPENDIX 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? M Slo ing selected. Go to Figure 2 Is the excavation more 'than 5 feet in depth? Excavation may be made with vertical sides. Excavation must be sloped, shored, or shielded. Pt. 1926, Subpt. P, App. F Is the excavation entirely in stable rock? Shoring or shielding selected. Go to Figure 3 FIGURE 1 - PRELIMINARY DECISIONS 401 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-07 Edition) ISloping selected as the method of protection Excavation must comply with one of the following three options: Option 1: ,S1926.652 (b)(2) which requires Appendices A and B to be followed Option 2: S1926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: .f1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Will soil classification be made in accordance with S1926.652 (b)? 402 Excavations must comply withf1926.652 (b)(1) which requires a slope of lkH:1V (340). 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 SI926.652 (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 .51926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 S1926.652 (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 PARKHILLSMITTH&COOPER .19 Texas Commission on Environmental Quality Municipal Permits Team (MC-148) Attn: Brian Sierant PO Box 13087 Austin, Texas 78711-3087 Re: City of Lubbock, Texas Sludge Drying Bed Closure Plan Permit # W00010353002 Dear Mr. Sierant: 4222 85th Stfeet Lubbock. Texas 79423 &)6,47M200 t February 16, 2015 The following outlines the drying bed closure plan for the City of Lubbock, Texas. The City restructured their solids handling process and the existing beds are no longer utilized. This drying bed closure plan includes the following items: • Vicinity Map - Please see Attachment 1 for the General Highway map which identifies the site of the existing drying beds to be closed. • Site Map/ Topographic Map - Please see Attachment 2 for the Site Map/ Topographic Map which identifies the existing sludge drying beds to be closed, the plant boundaries, all water wells, and any structures within 750 feet of the property boundary. • Soil Map - Please see Attachment 3 for the USDA Natural Resources Conservation Service (NRCS) Soil Report. This map highlights all soils in the project area with labels, classifications, and common properties. The soil map also identifies the proposed areas for sampling. • Drying Bed Cross Sections - Please see Attachment 4 for plan and cross section views of all ten drying beds to be closed. • Estimated Volume of Wastes in Drying Beds - The City of Lubbock no longer uses the drying beds as part of the solids handling process. Any prior sludge was removed during the abandonment of the beds. There is no longer any measurable amount of waste or sludge in any of the beds. • Historical Use of the Drying Beds - Historically, these drying beds were constructed for drying processed solid waste from the Lubbock Southeast Water Reclamation Plant. As of recently, the City has constructed a new solids handling process and has decommissioned all of the existing sludge drying beds. [. _,a_ ai,,., Mr. Brian Sierant Page 2 February 16, 2015 • Proposed Procedures for Sludge Drying Bed Closures - The Southeast Water Reclamation Plant currently houses two sets of sludge drying beds as seen in Attachment 2. The City intends to demolish all of these existing sludge drying beds and replace them with five new drying beds that will be used for the sole purpose of drying any waste associated with jetting/cleaning activities throughout the City's stormwater or sewer system. As such, the closure plan is phased to promote the successful construction of this project. The proposed procedures for closing the drying beds are as follows: a. All of the existing sludge drying beds will be taken out of service by cutting and plugging any existing sludge inlet lines. b. Demolish 12 of the 14 existing sludge drying beds along the southern boundary of the plant. Two sludge drying beds will remain in place to help dispose of any stormwater jetting/cleaning activities during the construction of the new drying beds. c. A total of four soil samples will be taken and submitted to the TCEQ. Two soils samples will be taken over the demolished footprint of the existing sludge drying beds and two samples will be taken around the perimeter as background soil samples. d. The site will be re -graded and new drying beds will be used to dewater waste from any stormwater or sewer jetting/cleaning operations. All drained material will be collected and routed to the headworks of the existing plant. Any remaining solid waste will be disposed at a TCEQ regulated landfill. e. The two remaining sludge drying beds will be demolished after the completion of the new sludge drying beds. f. After the completion of this project a final closure report will be submitted to the TCEQ Municipal Permits Team. • Timetable for Closure of the Drying Beds — The sludge drying bed demolition process will begin upon approval of this closure plan by the TCEQ. -- • Sampling and Analysis of Waste - The referenced sludge drying beds were originally constructed of concrete. As such, no sludge is expected to be found within the bed's footprint. Two samples will be taken from the soil below the sludge drying beds and will be tested against the background samples for Arsenic, Cadmium, Chromium, Copper, Lead, Mercury, Molybdenum, Nickel, Selenium, Zinc, Nitrates and Nitrites. (See Attachment 4 for proposed sampling locations) • Sampling and Analysis of Background Soil - Two background soil samples will be taken in areas along the outer perimeter of the existing drying beds. The samples will be tested for Arsenic, Cadmium, Chromium, Copper, Lead, Mercury, Molybdenum, Nickel, Selenium, Zinc, Nitrates and Nitrites. (See Attachment 4 for proposed sampling locations). Mr. Brian Sierant Page 3 February 16, 2015 Thank you for your review of this drying bed closure plan for the City of Lubbock, Texas. If you have any questions related to this information, please call me at (806) 473.2200. Sincerely, PARKHILL, SMITH & C('OPER, INC. Brian M. Stepf ens, P.E. Firm Principal BMS/zd/as Enclosures XA2014\2810.141CORRESPd.TROSierant Pond Closure Plan bms.doc cc: TCEQ Region 2 Office, Lubbock ATTACHMENT I VICINITY MAP \t 1 L I 1 LIBERTY Q SHALpO�WATER! 71 i r _J I J7 , NOm loon ffiP' iF __„ ' 1 REESE VILLAGE,,.. i cmiv 9,naxnr PROJECT LOCATION 777 r I �3 --- -�Carl OF 1010100 �I �' S E. WATER, stlrxf2nee4 :' i l� +° RECLAMATI01. R' FEW r 1pmwtmwms } 1 �'' ]9,N firACET I k 71 I �.. WOLFFORTH ,I BrNa si�cr van tan, 0. LI---'_"___•—____!—�� I I .. nnx amnr . 19nma Weer I WN On, ' ,+ere sneer LUBBOCK S.E. WATER RECLAMATION PLANT PROJECT LOCATION MAP City of Lubbock TEXAS VICINITY MAP m w a 0 0 v H N J_ Y ATTACHMENT 2 SITE/TOPOGRAPHIC MAP "'ZLub]316 k 00 NORTH Srrr= MAP G-002 m ATTACHMENT 3 SOIL REPORT No Text Preface Soil surveys contain information that affects land use planning in survey areas. They r highlight soil limitations that affect various land uses and provide information about the properties of the soils in the survey areas. Soil surveys are designed for many different users, including farmers, ranchers, foresters, agronomists, urban planners, community officials, engineers, developers, builders, and home buyers. Also, conservationists, teachers, students, and specialists in recreation, waste disposal, and pollution control can use the surveys to help them understand, protect, or enhance the environment. Various land use regulations of Federal, State, and local governments may impose special restrictions on land use or land treatment. Soil surveys identify soil properties that are used in making various land use or land treatment decisions. The information is intended to help the land users identify and reduce the effects of soil limitations on various land uses. The landowner or user is responsible for identifying and complying (- with existing laws and regulations. Although soil survey information can be used for general farm, local, and wider area planning, onsite investigation is needed to supplement this information in some cases. Examples include soil quality assessments (http://www.nres.usda.gov/wps/portal/ nres/main/soils/health/) and certain conservation and engineering applications. For more detailed information, contact your local USDA Service Center (http:// offices.sc.egov.usda.gov/locator/app?agency=nres) or your NRCS State Soil Scientist (http://www.nres.usda.gov/wps/portal/nres/detail/soils/contactus/? cid=nres142p2_053951). Great differences in soil properties can occur within short distances. Some soils are seasonally wet or subject to flooding. Some are too unstable to be used as a foundation for buildings or roads. Clayey or wet soils are poorly suited to use as septic tank absorption fields. A high water table makes a soil poorly suited to basements or underground installations. The National Cooperative Soil Survey is a joint effort of the United States Department of Agriculture and other Federal agencies, State agencies including the Agricultural Experiment Stations, and local agencies. The Natural Resources Conservation Service (NRCS) has leadership for the Federal part of the National Cooperative Soil Survey. Information about soils is updated periodically. Updated information is available through the NRCS Web Soil Survey, the site for official soil survey information. The U.S. Department of Agriculture (USDA) prohibits discrimination in all its programs and activities on the basis of race, color, national origin, age, disability, and where applicable, sex, marital status, familial status, parental status, religion, sexual orientation, genetic information, political beliefs, reprisal, or because all or a part of an individual's income is derived from any public assistance program. (Not all prohibited bases apply to all programs.) Persons with disabilities who require alternative means 2 for communication of program information (Braille, large print, audiotape, etc.) should contact USDA's TARGET Center at (202) 720-2600 (voice and TDD). To file a complaint of discrimination, write to USDA, Director, Office of Civil Rights, 1400 Independence Avenue, S.W., Washington, D.C. 20250-9410 or call (800) 795-3272 (voice) or (202) 720-6382 (TDD). USDA is an equal opportunity provider and employer. 3 Contents Preface.............................................................. ......................................................2 How Soil Surveys Are Made..................................................................................5 SoilMap..................................................................................................................7 SoilMap................................................................................................................8 Legend..................................................................................................................9 MapUnit Legend................................................................................................10 MapUnit Descriptions........................................................................................10 Lubbock County, Texas..................................................................................12 9—Arents and Pits......................................................................................12 Soil Information for All Uses...............................................................................14 SoilReports........................................................................................................14 Soil Physical Properties..................................................................................14 Engineering Properties................................................................................14 Physical Soil Properties...............................................................................18 References............................................................................................................22 rd How Soil Surveys Are Made Soil surveys are made to provide information about the soils and miscellaneous areas in a specific area. They include a description of the soils and miscellaneous areas and their location on the landscape and tables that show soil properties and limitations affecting various uses. Soil scientists observed the steepness, length, and shape of the slopes; the general pattern of drainage; the kinds of crops and native plants; and the kinds of bedrock. They observed and described many soil profiles. A soil profile is the sequence of natural layers, or horizons, in a soil. The profile extends from the surface down into the unconsolidated material in which the soil formed or from the surface down to bedrock. The unconsolidated material is devoid of roots and other living organisms and has not been changed by other biological activity. Currently, soils are mapped according to the boundaries of major land resource areas (MLRAs). MLRAs are geographically associated land resource units that share common characteristics related to physiography, geology, climate, water resources, soils, biological resources, and land uses (USDA, 2006). Soil survey areas typically consist of parts of one or more MLRA. The soils and miscellaneous areas in a survey area occur in an orderly pattern that is related to the geology, landforms, relief, climate, and natural vegetation of the area. Each kind of soil and miscellaneous area is associated with a particular kind of landform or with a segment of the landform. By observing the soils and miscellaneous areas in the survey area and relating their position to specific segments of the landform, a soil scientist develops a concept, or model, of how they were formed. Thus, during mapping, this model enables the soil scientist to predict with a considerable degree of accuracy the kind of soil or miscellaneous area at a specific location on the landscape. Commonly, individual soils on the landscape merge into one another as their characteristics gradually change. To construct an accurate soil map, however, soil scientists must determine the boundaries between the soils. They can observe only a limited number of soil profiles. Nevertheless, these observations, supplemented by an understanding of the soil -vegetation -landscape relationship, are sufficient to verify predictions of the kinds of soil in an area and to determine the boundaries. Soil scientists recorded the characteristics of the soil profiles that they studied. They noted soil color, texture, size and shape of soil aggregates, kind and amount of rock fragments, distribution of plant roots, reaction, and other features that enable them to identify soils. After describing the soils in the survey area and determining their properties, the soil scientists assigned the soils to taxonomic classes (units). Taxonomic classes are concepts. Each taxonomic class has a set of soil characteristics with precisely defined limits. The classes are used as a basis for comparison to classify soils systematically. Soil taxonomy, the system of taxonomic classification used in the United States, is based mainly on the kind and character of soil properties and the arrangement of horizons within the profile. After the soil scientists classified and named the soils in the survey area, they compared the 5 Custom Soil Resource Report individual soils with similar soils in the same taxonomic class in other areas so that they could confirm data and assemble additional data based on experience and research. The objective of soil mapping is not to delineate pure map unit components; the objective is to separate the landscape into landforms or landform segments that have similar use and management requirements. Each map unit is defined by a unique combination of soil components and/or miscellaneous areas in predictable proportions. Some components may be highly contrasting to the other components of the map unit. The presence of minor components in a map unit in no way diminishes the usefulness or accuracy of the data. The delineation of such landforms and landform segments on the map provides sufficient information for the development of resource plans. If intensive use of small areas is planned, onsite investigation is needed to define and locate the soils and miscellaneous areas. Soil scientists make many field observations in the process of producing a soil map. The frequency of observation is dependent upon several factors, including scale of mapping, intensity of mapping, design of map units, complexity of the landscape, and experience of the soil scientist. Observations are made to test and refine the soil - landscape model and predictions and to verify the classification of the soils at specific locations. Once the soil -landscape model is refined, a significantly smaller number of measurements of individual soil properties are made and recorded. These measurements may include field measurements, such as those for color, depth to bedrock, and texture, and laboratory measurements, such as those for content of sand, silt, clay, salt, and other components. Properties of each soil typically vary from one point to another across the landscape. Observations for map unit components are aggregated to develop ranges of characteristics for the components. The aggregated values are presented. Direct measurements do not exist for every property presented for every map unit component. Values for some properties are estimated from combinations of other properties. While a soil survey is in progress, samples of some of the soils in the area generally are collected for laboratory analyses and for engineering tests. Soil scientists interpret the data from these analyses and tests as well as the field -observed characteristics and the soil properties to determine the expected behavior of the soils under different uses. Interpretations for all of the soils are field tested through observation of the soils in different uses and under different levels of management. Some interpretations are modified to fit local conditions, and some new interpretations are developed to meet local needs. Data are assembled from other sources, such as research information, production records, and field experience of specialists. For example, data on crop yields under defined levels of management are assembled from farm records and from field or plot experiments on the same kinds of soil. Predictions about soil behavior are based not only on soil properties but also on such variables as climate and biological activity. Soil conditions are predictable over long periods of time, but they are not predictable from year to year. For example, soil scientists can predict with a fairly high degree of accuracy that a given soil will have a high water table within certain depths in most years, but they cannot predict that a high water table will always be at a specific level in the soil on a specific date. After soil scientists located and identified the significant natural bodies of soil in the survey area, they drew the boundaries of these bodies on aerial photographs and identified each as a specific map unit. Aerial photographs show trees, buildings, fields, roads, and rivers, all of which help in locating boundaries accurately. Soil Map The soil map section includes the soil map for the defined area of interest, a list of soil map units on the map and extent of each map unit, and cartographic symbols displayed on the map. Also presented are various metadata about data used to produce the map, and a description of each soil map unit. 7 33o 33 37 N 3r VIrN Custom Soil Resource Report 3 Soil Map 0 vyr�u cvww cvw,w cwwnv cywi� cniv�u cvvaa� cwuu cwa� 3 3 F Map Scale: 1:1,140 if painted on A portrait (8.5' x 11'� sheet Mebgs • a Background soil sample locations N 0 15 30 60 90 5i Feet 0 50 100 200 300 Map projection: Web Nlermbx Comer000rdiretes: WGS84 Edge tics: UTM Zane 14N WGS84 Drying Bed Soil sample locations 8 33o 33 37m N 0 0 0 33° 33' 30' N Custom Soil Resource Report soil group to change. The influence of ground cover is treated independently. There are four hydrologic soil groups, A, B, C, and D, and three dual groups, A/D, B/D, and C/D. In the dual groups, the first letter is for drained areas and the second letter is for undrained areas. The four hydrologic soil groups are described in the following paragraphs: Group A. Soils having a high infiltration rate (low runoff potential) when thoroughly wet. These consist mainly of deep, well drained to excessively drained sands or gravelly sands. These soils have a high rate of water transmission. Group B. Soils having a moderate infiltration rate when thoroughly wet. These consist chiefly of moderately deep or deep, moderately well drained or well drained soils that have moderately fine texture to moderately coarse texture. These soils have a moderate rate of water transmission. Group C. Soils having a slow infiltration rate when thoroughly wet. These consist chiefly of soils having a layer that impedes the downward movement of water or soils of moderately fine texture or fine texture. These soils have a slow rate of water transmission. Group D. Soils having a very slow infiltration rate (high runoff potential) when thoroughly wet. These consist chiefly of clays that have a high shrink -swell potential, soils that have a high water table, soils that have a claypan or clay layer at or near the surface, and soils that are shallow over nearly impervious material. These soils have a very slow rate of water transmission. Depth to the upper and lower boundaries of each layer is indicated. Texture is given in the standard terms used by the U.S. Department of Agriculture. These terms are defined according to percentages of sand, silt, and clay in the fraction of the soil that is less than 2 millimeters in diameter. "Loam," for example, is soil that is 7 to 27 percent clay, 28 to 50 percent silt, and less than 52 percent sand. If the content of particles coarser than sand is 15 percent or more, an appropriate modifier is added, for example, "gravelly." Classification of the soils is determined according to the Unified soil classification system (ASTM, 2005) and the system adopted by the American Association of State Highway and Transportation Officials (AASHTO, 2004). The Unified system classifies soils according to properties that affect their use as construction material. Soils are classified according to particle -size distribution of the fraction less than 3 inches in diameter and according to plasticity index, liquid limit, and organic matter content. Sandy and gravelly soils are identified as GW, GP, GM, GC, SW, SP, SM, and SC; silty and clayey soils as ML, CL, OL, MH, CH, and OH; and highly organic soils as PT. Soils exhibiting engineering properties of two groups can have a dual classification, for example, CL-ML. The AASHTO system classifies soils according to those properties that affect roadway construction and maintenance. In this system, the fraction of a mineral soil that is less than 3 inches in diameter is classified in one of seven groups from A-1 through A-7 on the basis of particle -size distribution, liquid limit, and plasticity index. Soils in group A-1 are coarse grained and low in content of fines (silt and clay). At the other extreme, soils in group A-7 are fine grained. Highly organic soils are classified in group A-8 on the basis of visual inspection. If laboratory data are available, the A-1, A-2, and A-7 groups are further classified as A-1-a, A-1-b, A-2-4, A-2-5, A-2-6, A-2-7, A-7-5, orA-7-6. As an additional refinement, the suitability of a soil as subgrade material can be indicated by a group index number. 15 Custom Soil Resource Report i t Group index numbers range from 0 for the best subgrade material to 20 or higher for the poorest. Rock fragments larger than 10 inches in diameter and 3 to 10 inches in diameter are indicated as a percentage of the total soil on a dry -weight basis. The percentages are estimates determined mainly by converting volume percentage in the field to weight percentage. Percentage (of soil particles) passing designated sieves is the percentage of the soil fraction less than 3 inches in diameter based on an ovendry weight. The sieves, numbers 4, 10, 40, and 200 (USA Standard Series), have openings of 4.76, 2.00, 0.420, and 0.074 millimeters, respectively. Estimates are based on laboratory tests of soils sampled in the survey area and in nearby areas and on estimates made in the field. Liquid limit and plasticity index (Atterberg limits) indicate the plasticity characteristics of a soil. The estimates are based on test data from the survey area or from nearby areas and on field examination. References: American Association of State Highway and Transportation Officials (AASHTO). 2004. Standard specifications for transportation materials and methods of sampling and testing. 24th edition. American Society for Testing and Materials (ASTM). 2005. Standard classification of soils for engineering purposes. ASTM Standard D2487-00. 16 Custom Soil Resource Report Absence of an entry indicates that the data were not estimated. The asterisk'*'denotes the representative texture;othorp000blo textures follow the dash. The criteria for determining the hydrologic soil group for individual soil components h*found inthe National Engineering Handbook, Chapter 7 issued May 2007(hftp://directives.sc.egov.usda.gov/OpenNonWebContent.aspx? oonbant=17757.vvba). Engineering Properties -Lubbock County, Texas Map unit symbol and Pct. of Hydrolo Depth USDA texture Classification Fragments Percentage passing sieve number— Liquid Plasticit soil name map gic limit y index I inches inches 9—Arents and Pits 17 �=—� ......... Custom Soil Resource Report Physical Soil Properties This table shows estimates of some physical characteristics and features that affect soil behavior. These estimates are given for the layers of each soil in the survey area. The estimates are based on field observations and on test data for these and similar soils. Depth to the upper and lower boundaries of each layer is indicated. Particle size is the effective diameter of a soil particle as measured by sedimentation, sieving, or micrometric methods. Particle sizes are expressed as classes with specific effective diameter class limits. The broad classes are sand, silt, and clay, ranging from the larger to the smaller. Sand as a soil separate consists of mineral soil particles that are 0.05 millimeter to 2 millimeters in diameter. In this table, the estimated sand content of each soil layer is given as a percentage, by weight, of the soil material that is less than 2 millimeters in diameter. Silt as a soil separate consists of mineral soil particles that are 0.002 to 0.05 millimeter in diameter. In this table, the estimated silt content of each soil layer is given as a percentage, by weight, of the soil material that is less than 2 millimeters in diameter. Clay as a soil separate consists of mineral soil particles that are less than 0.002 millimeter in diameter. In this table, the estimated clay content of each soil layer is given as a percentage, by weight, of the soil material that is less than 2 millimeters in diameter. The content of sand, silt, and clay affects the physical behavior of a soil. Particle size is important for engineering and agronomic interpretations, for determination of soil hydrologic qualities, and for soil classification. The amount and kind of clay affect the fertility and physical condition of the soil and the ability of the soil to adsorb cations and to retain moisture. They influence shrink - swell potential, saturated hydraulic conductivity (Ksat), plasticity, the ease of soil dispersion, and other soil properties. The amount and kind of clay in a soil also affect tillage and earthmoving operations. Moist bulk density is the weight of soil (ovendry) per unit volume. Volume is measured when the soil is at field moisture capacity, that is, the moisture content at 1/3- or 1/10- bar (33kPa or 10kPa) moisture tension. Weight is determined after the soil is dried at 105 degrees C. In the table, the estimated moist bulk density of each soil horizon is expressed in grams per cubic centimeter of soil material that is less than 2 millimeters in diameter. Bulk density data are used to compute linear extensibility, shrink -swell potential, available water capacity, total pore space, and other soil properties. The moist bulk density of a soil indicates the pore space available for water and roots. Depending on soil texture, a bulk density of more than 1.4 can restrict water storage and root penetration. Moist bulk density is influenced by texture, kind of clay, content of organic matter, and soil structure. Saturated hydraulic conductivity (Ksat) refers to the ease with which pores in a -. saturated soil transmit water. The estimates in the table are expressed in terms of micrometers per second. They are based on soil characteristics observed in the field, particularly structure, porosity, and texture. Saturated hydraulic conductivity (Ksat) is considered in the design of soil drainage systems and septic tank absorption fields. 18 Custom Soil Resource Report Available water capacity refers to the quantity of water that the soil is capable of storing for use by plants. The capacity for water storage is given in inches of water per inch of soil for each soil layer. The capacity varies, depending on soil properties that affect retention of water. The most important properties are the content of organic matter, soil texture, bulk density, and soil structure. Available water capacity is an important factor in the choice of plants or crops to be grown and in the design and management of irrigation systems. Available water capacity is not an estimate of the quantity of water actually available to plants at any given time. Linear extensibility refers to the change in length of an unconfined clod as moisture content is decreased from a moist to a dry state. It is an expression of the volume change between the water content of the clod at 1/3- or 1/10-bar tension (33kPa or 10kPa tension) and oven dryness. The volume change is reported in the table as percent change for the whole soil. The amount and type of clay minerals in the soil influence volume change. Linear extensibility is used to determine the shrink -swell potential of soils. The shrink - swell potential is low if the soil has a linear extensibility of less than 3 percent; moderate if 3 to 6 percent; high if 6 to 9 percent; and very high if more than 9 percent. If the linear extensibility is more than 3, shrinking and swelling can cause damage to buildings, roads, and other structures and to plant roots. Special design commonly is needed. Organic matter is the plant and animal residue in the soil at various stages of decomposition. In this table, the estimated content of organic matter is expressed as a percentage, by weight, of the soil material that is less than 2 millimeters in diameter. The content of organic matter in a soil can be maintained by returning crop residue to the soil. Organic matter has a positive effect on available water capacity, water infiltration, soil organism activity, and tilth. It is a source of nitrogen and other nutrients for crops and soil organisms. Erosion factors are shown in the table as the K factor (Kw and Kf) and the T factor. Erosion factor K indicates the susceptibility of a soil to sheet and rill erosion by water. Factor K is one of six factors used in the Universal Soil Loss Equation (USLE) and the Revised Universal Soil Loss Equation (RUSLE) to predict the average annual rate of soil loss by sheet and rill erosion in tons per acre per year. The estimates are based primarily on percentage of silt, sand, and organic matter and on soil structure and Ksat. Values of K range from 0.02 to 0.69. Other factors being equal, the higher the value, the more susceptible the soil is to sheet and rill erosion by water. Erosion factor Kw indicates the erodibility of the whole soil. The estimates are modified by the presence of rock fragments. Erosion factor Kf indicates the erodibility of the fine -earth fraction, or the material less than 2 millimeters in size. Erosion factor T is an estimate of the maximum average annual rate of soil erosion by wind and/or water that can occur without affecting crop productivity over a sustained period. The rate is in tons per acre per year. Wind erodibility groups are made up of soils that have similar properties affecting their susceptibility to wind erosion in cultivated areas. The soils assigned to group 1 are the most susceptible to wind erosion, and those assigned to group 8 are the least susceptible. The groups are described in the "National Soil Survey Handbook." Wind erodibility index is a numerical value indicating the susceptibility of soil to wind erosion, or the tons per acre per year that can be expected to be lost to wind erosion. 19 L Custom Soil Resource Report There is a close correlation between wind erosion and the texture of the surface layer, the size and durability of surface clods, rock fragments, organic matter, and a calcareous reaction. Soil moisture and frozen soil layers also influence wind erosion. Reference: United States Department of Agriculture, Natural Resources Conservation Service. National soil survey handbook, title 43041. (http://soils.usda.gov) 20 Custom Soil Resource Report Physical Soil Properties -Lubbock County, Texas Map symbol Depth Sand Silt Clay Moist Saturated Available Linear Organic Erosion factors Wind Wind and soil name bulk hydraulic water extensibility matter erodibility erodibility density conductivity capacity Kw Kf T group index In Pct Pct Pct g1cc micro m1sec In/In Pct Pct 9—Arents and Pits Arents 0-80 28 15--50 10.42-14.00 0.0-1.0 5 4L 6 Pits -0-80 141..00.. -0 0.0-2.9 8— 0 21 References American Association of State Highway and Transportation Officials (AASHTO). 2004. Standard specifications for transportation materials and methods of sampling and testing. 24th edition. American Society for Testing and Materials (ASTM). 2005. Standard classification of soils for engineering purposes. ASTM Standard D2487-00. Cowardin, L.M., V. Carter, F.C. Golet, and E.T. LaRoe. 1979. Classification of wetlands and deep -water habitats of the United States. U.S. Fish and Wildlife Service FWS/OBS-79/31. Federal Register. July 13, 1994. Changes in hydric soils of the United States. Federal Register. September 18, 2002. Hydric soils of the United States. Hurt, G.W., and L.M. Vasilas, editors. Version 6.0, 2006. Field indicators of hydric soils in the United States. National Research Council. 1995. Wetlands: Characteristics and boundaries. Soil Survey Division Staff. 1993. Soil survey manual. Soil Conservation Service. U.S. Department of Agriculture Handbook 18. http://www.nres.usda.gov/wps/portal/nres/ detail/national/soils/?cid=nresl42p2_054262 Soil Survey Staff. 1999. Soil taxonomy: A basic system of soil classification for making and interpreting soil surveys. 2nd edition. Natural Resources Conservation Service, U.S. Department of Agriculture Handbook 436. http://www.nres.usda.gov/wps/portal/ nres/detail/national/soils/?cid=nresl42p2_053577 Soil Survey Staff. 2010. Keys to soil taxonomy. 11th edition. U.S. Department of Agriculture, Natural Resources Conservation Service. http://www.nres.usda.gov/wps/ portal/nres/detail/national/soils/?cid=nres142p2_053580 Tiner, R.W., Jr. 1985. Wetlands of Delaware. U.S. Fish and Wildlife Service and Delaware Department of Natural Resources and Environmental Control, Wetlands Section. United States Army Corps of Engineers, Environmental Laboratory. 1987. Corps of Engineers wetlands delineation manual. Waterways Experiment Station Technical Report Y-87-1. United States Department of Agriculture, Natural Resources Conservation Service. National forestry manual. http://www.nres.usda.gov/wps/portal/nres/detail/soils/ home/?cid=nres 142p2_053374 United States Department of Agriculture, Natural Resources Conservation Service. National range and pasture handbook. http://www.nres.usda.gov/wps/portal/nres/ detail/national/landuse/rangepasture/?cid=stelprdb1043084 22 Custom Soil Resource Report United States Department of Agriculture, Natural Resources Conservation Service. National soil survey handbook, title 430-VI. http://www.nres.usda.gov/wps/portal/ nres/detail/soils/scientists/?cid=n res142p2_054242 United States Department of Agriculture, Natural Resources Conservation Service. 2006. Land resource regions and major land resource areas of the United States, the Caribbean, and the Pacific Basin. U.S. Department of Agriculture Handbook 296. http://www. n res.0 sd a.gov/wps/portal/n res/detail/nationa I/soils/? cid=n res 142 p2_053624 United States Department of Agriculture, Soil Conservation Service. 1961. Land capability classification. U.S. Department of Agriculture Handbook 210. http:// www.nrcs.usda.gov/lnternet/FSE—DOCUMENTS/nrcsl42p2—O52290.pdf 23 1 ATTACHMENT 4 EXISTING DRYING BED CROSS SECTIONS