Loading...
HomeMy WebLinkAboutResolution - 2004-R0510 - Contract For Sewer System Relocation - Utility Contractors Of America, Inc. - 10_11_2004 (2)Resolution No. 2004-RO510 October 11, 2004 Item No. 44 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for the sewer system relocation for freeway at Quaker Avenue, by and between the City of Lubbock and Utility Contractors of America, Inc. of Wolfforth, Texas, 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 this 11th ATTEST: Reb cca Garza, City Secretary APPROVED AS TO CONTENT: Victor Kilm , Purchasing Director APPROVED AS TO FORM: Assistant City Attorney day of October , 2004. gs/ccdocs/res-Contract-Utility Contractors of America Oct. 5, 2004 No Text ITB #04-155-BM, Addendum #4 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #4 ITB #04-155-BM Sewer System Relocation For Freeway at Quaker Avenue DATE ISSUED: September 28, 2004 OLD CLOSE DATE: September 28, 2004 @ 2:00 P.M. NEW CLOSE DATE: October 5, 2004 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bid.DUE DATE and TIME are CHANGED from September 28, 2004 @ 2:00 P.M. to October 5, 2004 @ 2:00 P.M. 2. Bidder's must submit the ***REVISED*** BID SUBMITTAL FORM, from Addendum #2, and must submit the attached ***ALTERNATE*** BID SUBMITTAL FORM that provides an alternate traffic control plan in Bid Item #19. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasine Manager if anv laneuaee, reauirements. etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. --= ITB#04-155-BMAd4 1 ITB #04-155-13M, Addendum #4 *** ALTERNATE *** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: #04-155/BM - SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Units & Item Unit Total No. Quantity Description Price Amount 1. 144 FT Furnish, deliver and install 8-inch diameter approved sewer pipe in open cut trench with 5 to10 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #1: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 2. 194 FT Furnish, deliver and install 8-inch diameter approved sewer pipe in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: SERVICES: ($ /FT) TOTAL BID ITEM #2: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidders Initials ITB#04-155-BMAd4 2 ITB #04-155-BM, Addendum #4 Item Units & Item Unit Total No: Quantity Description Price Amount 3. 900 FT Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 5 to 10 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #3: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 800 FT Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of. MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #4: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 730 FT Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: SERVICES: ($ /FT) TOTAL BID ITEM #5: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 6. 636 FT Furnish, deliver and install 18-inch diameter approved sewer pipe in open cut trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #6: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 290 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #7: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidders Initials ITB#04-155-BMAd4 3 ITB #04-155-BM, Addendum #4 Item Units & Item Unit Total No. Quantity Description Price Amount 8. 203 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open cut trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #8: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 235 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open cut trench with 20 to 25 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of- MATERIALS: — SERVICES: TOTAL BID ITEM #9: (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 10. 390 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel encased Bore, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: SERVICES: ($ /FT) TOTAL BID ITEM #10: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 14 EA Furnish, deliver and install 48-inch diameter manhole at a depth of up to six feet, including all equipment, tools and labor for the unit price bid of: MATERIALS: SERVICES: /EA)_ ($ ) /EA) TOTAL BID ITEM #11: ($ /EA) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 112 VF Furnish, deliver and install extra vertical feet of 48-inch diameter manhole, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /VF)_ ($ ) SERVICES: ($ /VF) TOTAL BID ITEM #12: ($ /VF) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidders Initials -- - ITB#04-155-BMAd4 4 ITB #04-155-BM, Addendum #4 Item Units & Item Unit Total No. Quantity Description Price Amount 13. 1 EA Furnish, deliver and install 72-inch diameter manhole at a depth of up to six feet, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /EA)_ ($ ) SERVICES: ($ /EA) _($ ) TOTAL BID ITEM #13: ($ /EA) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 13 VF Furnish, deliver and install extra vertical feet of 72-inch diameter manhole, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /VF)_ ($ ) SERVICES: ($ /VF) _($ ) TOTAL BID ITEM #14: ($ /VF) _($ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 15. 8 EA Furnish, deliver and install four -inch sanitary sewer connections for active residential customers as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /EA)_ ($ ) SERVICES: ($ /EA) TOTAL BID ITEM #15: ($ /EA) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 16. 1,500 SY Repair paving as per City of Lubbock Street Department specifications, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /SY)_ ($ ) SERVICES: ($ /SY) TOTAL BID ITEM #16: ($ /SY) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 7 EA Plug and abandon existing sewer lines at seven locations, pipe sizes vary from 6 to 24- inch diameter, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ -LEA)_ ($ ) SERVICES: ($ /EA) _($ ) TOTAL BID ITEM #17: ($ /F=A) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidders Initials ITB#04-155-BMAd4 ITB #04-155-BM, Addendum #4 Item Units & Item Unit Total No. Quantity Description Price Amount 18. 1 LS Mobilization / demobilization: LUMP SUM BID ITEM #18: ($ /LS) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 1 LS Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall indicate that Quaker Avenue will be closed between 19th Street and 22nd Place for a period not to exceed 40 consecutive days. US 82 and 19th Street shall remain open to through traffic at all times. This plan shall include all lights, signs, barricades, cones and other assorted equipment and tools for the Lump Sum Price of: LUMP SUM BID ITEM #19: ($ /LS) _($ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 1 LS Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into existing storm water systems and playa lakes. This program shall include all equipment, tools, fees, required documents and labor for the unit price of: LUMP SUM BID ITEM #20: ($ /LS) A-) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 1 LS Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment, tools and labor for the unit price of: LUMP SUM BID ITEM #21: ($ /LS) A-) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 600 LF Furnish, deliver, install and maintain all necessary tools, equipment, and labor to effectively de -water the trenching operation during pipe installation for the unit price bid of: MATERIALS: SERVICES: /LF)_ ($ ) ($ /LF) _($ } TOTAL BID ITEM #22: ($ /LF) _($ } (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 23. TOTAL BID ITEMS #1 — 22: MATERIALS: ($_ SERVICES: ($ TOTAL BID ITEMS #1 -22: ($ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 90 (NINETY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidders Initials ITB#04-155-BMAd4 6 No Text ITB #04-155-BM, Addendum #4 Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he -E further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ 1 or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: Fax: Zip Code M/WBE Firm: Woman I I Black American Native American His anic American I I Asian Pacific American Other (Speci _ ITB#04-155-BMAd4 7 ITB #04-155-BM, Addendum #3 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.cl.iubbock.tx.us ADDENDUM #3 ITB #04-155-BM Sewer System Relocation For Freeway at Quaker Avenue DATE ISSUED: September 21, 2004 CLOSE DATE: September 28, 2004 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the following questions and their respective answers: QUESTION: In Specifications section 02730, page 3, paragraph 2.5 A.1. you ask for, "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." However, on page 11 of the same section, paragraph 3.2 J. (last sentence) you ask for, "Install a tape detectable with a metal detector from the top of finished grade above non-metallic (PVC) pipe material." Which is it? ANSWER: In Specifications Section 02730, page 11, paragraph 3.2 J. DELETE the last sentence. QUESTION: Is there a minority participation requirement on this job? ANSWER: There is no minority participation requirement on this job. However, the City does strongly encourage the employment of Minority and/or Woman Owned Business Enterprises and local firms. QUESTION: Is a job office trailer required on this job? ANSWER: The City does not require a trailer/office. QUESTION: Is a silt fence required on either side or both sides of the construction alignment? ANSWER: The design and implementation of the Storm Water Pollution Plan is the responsibility of the contractor. QUESTION: Where does the 72-inch diameter manhole go? ANSWER: The 72-inch manhole is Manhole # 10 on the plans. QUESTION: If the power company decides that open cut trench past the power poles on line one will not be allowed will the city pay extra to bore past the poles? ANSWER: Lubbock Power and Light has been contacted about this excavation and have stated that we may proceed. QUESTION: If a phone cable or other utility is found in the alignment of the trench, will the city pay for moving it or have it moved some other way? And if a phone cable is found in the trench alignment and can not be moved will the city move the sewer or pay for boring under the utility? ITB#04-155-BMAd3 1 ITB #04-155-BM, Addendum #3 ANSWER: The City is currently moving the existing sanitary sewer service to make room for this installation. The contractor will be responsible for working with the local utilities to move, either temporarily or permanently, or to protect the utility during excavation. If a utility is encountered in the excavation that cannot be moved and the project cannot proceed, a change order to the contract would be considered. QUESTION: Do subcontractors have to be listed at the time of the bid? ANSWER: Yes, the City must know who will be performing this work in order to evaluate bids. 2. In Specifications, section 02730, page 4, paragraph 2.6 H. CHANGE to read as follows: Manhole bases shall include coarse crushed limestone aggregate and shall conform to ASTM C-33 specifications. No corrosion inhibitor is required in this section. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidde_r'_s_responsibility to advise the City of Lubbock Purchasing Manager 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#04-155-BMAd3 2 ITB #04-155-BM, Addendum #2 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http: //purchasing.ci.lubbock.U.us ADDENDUM #2 ITB #04-155-BM Sewer System Relocation for Freeway at Quaker Avenue DATE ISSUED: September 17, 2004 CLOSE DATE: September 28, 2004 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's must submit the ***REVISED*** BID SUBMITTAL FORM, attached. Bid Item #19 is revised and item #22 is added. 2. In SPECIFICATIONS, Section 01010, page 1, paragraph 1.3.A.2 DELETE in it's entirety and ADD the following: 2. Verbal Summary: Project consists of procuring and installing sanitary sewer system improvements including, but not limited to: a. Approximately 340 LF 8-inch SDR 35 PVC gravity sewer pipe. b. Approximately 2430 LF of 15-inch SDR 35 PVC gravity sewer pipe. c. Approximately 1120 LF of 18-inch SDR 35 PVC gravity sewer pipe. d. Approximately 640 LF of 18-inch SDR 26 PVC gravity sewer pipe. e. Approximately 390 LF 30-inch steel casing in bore. f. Approximately 728 LF 30-inch steel casing in open trench. g. 14 EA 48-inch diameter manhole. h. 112 VF 48-inch diameter manhole. 1. 1 EA 72-inch diameter manhole. j. 13 VF 72-inch diameter manhole. k. Approximately 1500 SY remove and replace asphaltic concrete pavement. 1. Traffic controls. m. Other projects as necessary, such as manhole rings and lids, inflow prevention inserts, grade adjustment rings and warning tape, to provide a complete and functional installation. 3. In SPECIFICATIONS Section 02730, SEWER LINE CONSTRUCTION, Page 6, paragraph 2.8 Steel Casing: DELETE in it's entirety and ADD the following: A. Steel casing shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A 252 Grade 2. Casing shall be 30-inch diameter with a minimum wall thickness of 0.375-inch. Additional wall thickness needed for withstanding jacking forces may be used at Contractor's option. B. All bores shall follow all rules and regulations of the Texas Department of Transportation (TxDOT). The contractor will be provided with the necessary boring permit. The boring permit must be kept onsite at all times. All traffic must be controlled by required methods. 4. In SPECIFICATIONS Section 02730, SEWER LINE CONSTRUCTION, ADD the following paragraph: 2.9 CASING SPACERS A. Casing spacers shall be 304 stainless steel, carbon steel or polyethylene. Wooden skids shall not be allowed. Casing spacers shall be of the size and longitudinal spacing as per pipe manufacturer's recommendations. ITB#04-155-B MAd 2. doc ITB #04-155-BM, Addendum #2 _. 5. In SPECIFICATIONS Section 02730, SEWER LINE CONSTRUCTION, ADD the following paragraph: 2.10 BORING A. The bore shall be excavated to the lines and grades as shown on the plans or as established by the Owner's Representative. All excavated material shall be stockpiled in a manner not to endanger the work, public or existing structures. Excess bore excavation, not used for backfilling, shall be disposed of by Contractor at Contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in the boring operation. 6. On PLANS Sheet C2.01, Line 2, STA 0+00 to STA 6+36.93, Plan View: DELETE AND REPLACE reference note "18-'inch' SDR35 Gravity Sewer Line in 30-inch Steel Casing (Open Trench)" with "I 8-Inch SDR26 Gravity Sewer Line." 7. On PLANS Sheet C3.01, MISCELLANEOUS DETAILS: B2 PIPE CASING SKIDS; DELETE detail in its entirety. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mylubbock.us THANK YOU, [011Me Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasine Manager if anv laneuaee. reauirements. etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. "" ITB#04-155-13MAd2.doc 2 ITB #04-155-BM, Addendum #2 *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: #04-155/BM - SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Units & Item Unit Total No. Quantity Description Price Amount 1. 144 FT Furnish, deliver and install 8-inch diameter approved sewer pipe in open cut trench with 5 to10 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of. MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #1: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 2. 194 FT Furnish, deliver and install 8-inch diameter approved sewer pipe in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) _($ ) TOTAL BID ITEM #2: ($ /FT) _($ ) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) Bidders Initials ITB#04-155-BMAd2.doc 3 ITB #04-155-13M, Addendum #2 Item Units & Item Unit Total No. Quantity Description Price Amount 3. 900 FT Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 5 to 10 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #3: ($ /FT) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 800 FT Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #4: ($ /FT) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5. 730 FT Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #5: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 6. 636 FT Furnish, deliver and install 18-inch diameter approved sewer pipe in open cut trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of. MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #6: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7. 290 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: TOTAL BID ITEM #7: ($ /FT) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidders Initials IT13#04-155-13MAd2.d0c 4 ITB #04-155-BM, Addendum #2 Item Units & Item Unit Total No. Quantity Description Price Amount 8. 203 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open cut trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #8: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 9. 235 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open cut trench with 20 to 25 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #9: ($ /FT) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 10. 390 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel encased Bore, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /FT)_ ($ ) SERVICES: ($ /FT) TOTAL BID ITEM #10: ($ /FT) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 11. 14 EA Furnish, deliver and install 48-inch diameter manhole at a depth of up to six feet, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /EA)_ ($ ) SERVICES: ($ /EA) _($ ) TOTAL BID ITEM #11: ($ /EA) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 12. 112 VF Furnish, deliver and install extra vertical feet of 48-inch diameter manhole, including all -- equipment, tools and labor for the unit price bid of - MATERIALS: ($ /VF)_ ($ ) SERVICES: ($ /VF) _($ ) TOTAL BID ITEM #12: ($ /VF) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidders Initials ITB#04-155-BMAd2.doc 5 ITB #04-155-BM, Addendum #2 Item Units & Item Unit Total No. Quantity Description Price Amount 13. 1 EA Furnish, deliver and install 72-inch diameter manhole at a depth of up to six feet, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /EA)_ ($ ) SERVICES: ($ /EA) - TOTAL BID ITEM #13: ($ /EA) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 13 VF Furnish, deliver and install extra vertical feet of 72-inch diameter manhole, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /VF)_ ($ ) SERVICES: ($ /VF) TOTAL BID ITEM #14: ($ /VF) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 15. 8 EA Furnish, deliver and install four inch sanitary sewer connections for active residential customers as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: SERVICES: TOTAL BID ITEM #15: ($ /EA) (Unit Price Amounts shall be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.) 16. 1,500 SY Repair paving as per City of Lubbock Street Department specifications, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /SY)_ ($ ) SERVICES: ($ /SY) _($ ) TOTAL BID ITEM #16: ($ /SY) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 17. 7 EA Plug and abandon existing sewer lines at seven locations, pipe sizes vary from 6 to 24-inch diameter, including all equipment, tools and labor for the unit price bid of: MATERIALS: ($ /EA)_ ($ ) SERVICES: ($ /EA) _($ ) TOTAL BID ITEM #17: ($ /EA) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidders Initials ITB#04-155-BMAd2. doc 0 ITB #04-155-BM, Addendum #2 Item Units & Item Unit Total No. Quantity Description Price Amount 18. 1 LS Mobilization / demobilization: LUMP SUM BID ITEM #18: ($ /LS) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 19. 1 LS Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall indicate that Quaker Avenue between 19th St. and 22"d PI. shall have one north bound and one south bound lane open between 7:OOAM and 7:00 PM Monday through Friday. This plan shall include all lights, signs, barricades, cones and other assorted equipment and tools for the unit price bid of: LUMP SUM BID ITEM #19: ($ /LS) _($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 20. 1 LS Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into existing storm water systems and playa lakes. This program shall include all equipment, tools, fees, required documents and labor for the unit price of: LUMP SUM BID ITEM #20: ($ /LS) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 1 LS Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment, tools and labor for the unit price of: LUMP SUM BID ITEM #21: ($ /LS) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 22. 600 LF Furnish, deliver, install and maintain all necessary tools, equipment, and labor to effectively de -water the trenching operation during pipe installation for the unit price bid of: MATERIALS: ($ /LF)_ ($ ) SERVICES: ($ /LF) TOTAL BID ITEM #22: ($ /LF) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 23. TOTAL BID ITEMS #1 — 22: MATERIALS: ($ ) SERVICES: ($ ) TOTAL BID ITEMS #1 -22: ($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 90 (NINETY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidders Initials ITB#04-155-BMAd2.doc 7 ITB #04-155-BM, Addendum #2 Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ 1, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Telephone: - Fax: - Zip Code MfWBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) ITB#04-155-BMAd2.d0c N. City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ITB #04-155-13M, Addendum #1 ADDENDUM #1 ITB #04-155-BM Sewer System Relocation for Freeway at Quaker Avenue DATE ISSUED: September 2, 2004 CLOSE DATE: September 28, 2004 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's MUST complete and submit with their bid the revised SAFETY RECORD QUESTIONNAIRE, attached. This questionnaire REPLACES that which is included in the original Bid document. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mylubbock.us THANK YOU, Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if anv language. requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. I ` ITB#04-155-BMAd1.doc 1 Li ITB #04-155-BM, Addendum #1 SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past - three (3) years. b. Citations (as 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 Health (TDH), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City ITB#04-155-BMAd1.doc 2 ITB #04-155-BM, Addendum #1 of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Signature Title ITB#04-155-BMAd1.doc 3 is CITY OF LUBBOCK SPECIFICATIONS FOR SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE ITB #04-155/BM Plans & Specifications may be obtained, at the bidder's expense, from THE REPRODUCTION COMPANY http://i)r.therei)roductioncompanV.com/ Phone: (806) 763-7770 "A Ci t y Of P1 ann e d Progre s s" CITY OF LUBBOCK Lubbock, Texas CITY OF LUBBOCK INVITATION TO BID FOR TITLE: SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 04-155/BM PROJECT NUMBER: 9754.8107.10000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 1. i_ } 2. 3. 4. 5. 6. 7. 8. 9. 10 INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #04-155/13M Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 28th day of September. 2004, 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: "SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE" 1_ After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m, on the 28th daV of September, 2004, and the City of Lubbock City Council will consider the bids on the 14th day of October. 2004, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Ratinq of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 14th daV of September. 2004 at 9:00 o'clock a.m., in the Conference Room 203B, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405, PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE BIDDER'S EXPENSE, FROM THE REPRODUCTION COMPANY, http://pr.thereproductioncompany.com/, Phone: (806) 763-7770. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included ( in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. - The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. THE r _- REPRODUCnON 1 , COMPANY West Texas Reprographics Headquarters 2102 Ave. Q Lubbock, TX 79411 (806) 763.7770 (888) 889.5978 http://pr.thereproductioncompany,com Price of Plans per set $11.43 CITY OF LUBBOCK VICTOR KILI AN PURCHASING MANAGER Price per Spec book $12.44 Total Building Package $ 23.87 l For individual broken up sets visit our website GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 28th day of September, 2004 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #04-155/BM, SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda r as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 9:00 a.m., September 14th, 2004 in Conference Room 203B, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPdei)ot.com. We strongly suggest that you check for any addenda a - minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addenda issued by the Purchasing Department will be available over the Internet at http://www.RFPdei)ot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. (_ 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. - 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. t 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES ` The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 3 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, (r" advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work - contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING- NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13'h Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: BMacnair@mylubbock.us RFPDepot: httr)://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within NINETY (90) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 i contract documents. 3 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 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 ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. d _ 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the } date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: 4 (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. t 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 L other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of _ the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the q P work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do 5 business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS ` 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which _r schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written r in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. i_. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. W Q) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 7 I , 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 21 plus the sum of any Alternate Bids the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR l GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. BID SUBMITTAL ITB #04-155-BM, Addendum #2 *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: #04-155/BM - SEW r 7�O�e�4 TEM RELOCATION FOR FREEWAY AT QUAKER AVENUE Bid of c (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Units & Item Unit Total No. Quantity Description Price Amount 1. 144 FT Furnish, deliver and install 8-inch diameter approved sewer pipe in open cut trench with 5 to10 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: D As/ (s-law /FT)_ s A5�2- OQ ) SERVICES: ��/' i L($ /FT) _($,�,� ) TOTAL BID ITEM #1:YZ, 0 /FT) _(s6, 1 -41) (Unit Price Amounts shall be s6own in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 2. 194 FT Furnish, deliver and install 8-inch diameter approved sewer pipe in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of. MATERIALS: —I,,', �S {$ �'J,DD /FT)_ ($ �) SERVICES: 1� r? d ($ 7 ..f��% /FT) _($ / 34 TOTAL BID ITEM #2:($ Sg 00 /FT) �) (Unit Price Amounts shall shown ' both words and numerals. In case of discrepancy, the amount shown in words shal govern.) Bidders Initials � (IV ITB#04-155-BMAd2.doc 3 ITB #04-155-BM, Addendum #2 Item Units & Item Unit Total No. Quantity Description Price Amount 3. 900 FT MATERIALS: /qitl SERVIC Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 5 to 10 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: TOTAL BID ITEM #3:�/ & &e y��,��X5 F Lei i�� ($ .00 /FT) (Unit Price Amounts shall in moth words and numerals. In case of discrepancy, the amount shown in words shall govern.) 4. 800 FT Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: e0,1 ,G/Vllk ,to ($ /FT)_ ($ a W V ) SERVICES: —b/��23 �D �r vfS __ ($ ,53.ev /FT) _($ ' TOTAL BID ITEM #4: ($ 6DD /FT)_($�`�j (Unit Price Amounts shall be s wn jr(both words and numerals. In case of discrepancy, the amount shown in words shall govem.) 5. 730 FT Furnish, deliver and install 15-inch diameter approved sewer pipe in open cut trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: AA,, �► MATERIALS: ! Z)"�,:L,I� ,UD/� S /�y SERVICES: ($ 00 /FT)_($ TOTAL BID ITEM #5: 1 z3� ($�/FT) _($ )�1/ (Unit Price Amounts shall be s m in both words and numerals. In case of discrepancy, the amount shown in words shall 6. 636 FT Furnish, deliver and install 18-inch diameter approved sewer pipe in open cut trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of. MATERIALS: l///r�Allas 41a t_.."eu. -lj ($3d-49 IFT)_($&d1a?) SERVICES: 41 41 iTi,G�rli' �� 5 d _($ /3I 1 n TOTAL BID ITEM #6: ($ /y OD /FT) (Unit Price Amounts shall be shown in both words anournerals. In case of discrepancy, the amount shown in words shall vein.) 7. 290 FT MATERIALS: LOA1 SERVICES: TOTAL BID ITEM #7: Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open cut trench with 10 to 15 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: (Unit Price Amounts shall be shown in both words ITB#04-155-8MAd2.doc 4 ($ /FT) _($S ($ DD /FT ($ AN In case of discrepancy, the amount shown in words shall overn.) Bidders Initials ITB #04-155-13M, Addendum #2 Item Units & Item Unit Total No. Quantity Description Price Amount 8. 203 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open out trench with 15 to 20 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of MATERIALS: ®lV' ,✓C%0 Ov l {$ /FT)_ ( '1 111410 SERVICES: rd%O ,D S ($ � � W/FT) TOTAL BID ITEM #8. b S ($ KX /FT) _($ ,0 (,#1' ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall G(ovem.) 9. 235 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel casing in open out trench with 20 to 25 foot cuts, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: 011I - &A-419 411111 40 614-14k5 ($ /'� /FT)_ ($ Jo7 DD t SERVICES: 1 /1 ,D //l/i vG AP ee.�f {$ 7�a/FT) _($ AM °i TOTAL BID ITEM #9: v vEy>r El.�4 ($571'00 /FT _($ (Unit Price Amounts shall be shown in both wordsandAt.merats. In case of discrepancy, the amount shown in words shall go em.) 10. 390 FT Furnish, deliver and install 18-inch diameter approved sewer pipe encased in 30 inch diameter steel encased Bore, as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: SERVICES: /�Jc TOTAL BID ITEM #10::>ewAl A-,w&,e41 Azz4 (Unit Price Amounts shall be shown in both words and ($J,w.ulJ /FT)_($er) C 7ts ($SX o /FT) _($'_ rats. In case of discrepancy, the amount shown in words shall go em.) 11. 14 EA Furnish, deliver and install 48-inch diameter manhole at a depth of up to six feet, including all equipment, tools and labor for the unit price bid of. MATERIALS: 74,A&dLz2J ($/EA)_ ($�) SERVICES:($:IEA) TOTAL BID ITEM #11: �`}.t' G �/���G7(�. S ($.2 6DD>a1EA) _($ ) (Unit Price Amounts shall be sh wn in both words and numerals. In case of discrepancy, the amount shown words shall (Ovem.) 12. 112 VF Furnish, deliver and install extra vertical feet of 48-inch diameter manhole, including all equipment, tool laborfor the unit price bid of: MATERIALS: /A ®� � �L/ 'yj � �'.-S ($�/VF)_ ($ SERVICES: ��� l! rt/ r' �!/� / {$IVF) TOTAL BID ITEM #12: L rb c' �P�/ L ($02 t)(2lVF) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall goy ) Bidders Initials 1T IT13#04-155-13MAd2.doc 5 ITB #04-155-BM, Addendum #2 Item Units & Item Unit Total No. Quantity Description Price Amount 13. 1 EA Furnish, deliver and install 72-inch diameter manhole at a depth of up to six feet, including all equipment, tools and labor for the unit price bid of: MATERIALS: �taiB��y®l/�'6I� �3_���.rr//�� ($ �� /EA)_($ SERVICES: (�G,rof t fv,Qr �C�B G'�,�� ($;oD,OEA) -: TOTAL BID ITEM #13: tX f,,r�,��,D�� �✓/,Cre�v ($/EA) _($S i� ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 14. 13 VF Furnish, deliver and install extra vertical feet of 72-inch diameter manhole, including all equipment, tQo&and labor for the unit price bid of: TOTAL BID ITEM #14: (Unit Price Amounts shall be shown in both words an i 45 In case of discrepancy, the amount shown in words shai govern.) 15. 8 EA Furnish, deliver and install four inch sanitary sewer connections for active residential customers as herein specified, including all equipment, tools and labor for the unit price bid of: MATERIALS: ` V ($A2ZO/EA)_($ IF DO) // ($ ,W/EA) _($ YAW, 411A SERVICES: — —71 TOTAL BID ITEM #15: G t/ / S L7� ($I 0 lEA) _($�) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shai govern.) 16. 1,500 SY Repair paving as per City of Lubbock Street Department specifications, including all equipment, tools and labor for the unit price bid of: MATERIALS: !vG 1.0 A A ti G'e��fs ($ l�D /SY)_ ($ t?2) SERVICES: We /SY) _($ 3/ TOTAL BID ITEM #16: r;,- fs ($ kod /SY) (Unit Price Amounts shall be4swn in both words and numerals. In case of discrepancy, the amount shown in words shall overn.) 17. 7 EA Plug and abandon existing sewer lines at seven locations, pipe sizes vary from 6 to 24-inch diameter, including all equipment, tools and labor for the unit price bid of: MATERIALS: d/J,e:' 114,64e 1aA" Ak 4ssi1-13 ($ ®O,",xI /EA)_ ($ ZAeOv ) SERVICES: I4 >! k,LdltD >LLjllaS /j/ OD /EA) TOTAL BID ITEM #17: �N f ($ /EA) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shai govern.) Bidders Initials j "�s ITB#04-155-BMAd2.doc 6 e ITB #04-155-BM, Addendum #2 Item Units & Item Unit Total No. Quantity Description Price Amount 18. 1 LS Mobilization / demobilization: LUMP SUM BID ITEM #18:&;J/ // i_SR�� ✓Jl�� �/� L.�iY�f ( •�/LS) _($9 ) (Unit Price Amounts shall be sho in botfi words and numerals. In case of discrepancy, the amount 9hown in words shal(govern.) 19. 1 LS Provide and maintain a Traffic Control Plan to be approved by City of Lubbock Traffic Engineering Department prior to implementation. This plan shall indicate that Quaker Avenue between 19M St. and 22"d PI. shall have one north bound and one south bound lane open between 7:OOAM and 7:00 PM Monday through Friday. This plan shall include all lights signs, barricades, cones and other assorted equipment and tools for the unit price bid of: LUMP SUM BID ITEM #19 J;X At,-/hDus e,%":I & <'E414S ($ WILS)_($ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount hown in words shal gov 20. 1 LS Provide and maintain a Storm Water Pollution Prevention Program to prevent silt runoff into existing storm water systems and playa lakes. This program shall include all equipment, tools, fees, re doc ents and labor for the unit price of: LUMP SUM BID ITEM #20: �iY �"® .� ($ xll-S) _($,Appa DO ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 21. 1 LS Provide and maintain a Trench Safety System as per OSHA regulations, include all equipment, tools and labor for thp unit price of: LUMP SUM BID ITEM %/B/AR.S 40 e'ew-I3 ($ /LS) _($ )f ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shal govern.) 22. 600 LF Furnish, deliver, install and maintain all necessary tools, equipment, and labor to effectively 1 de -water the trenching operation during pipe installation for the unit price bid of: 23. TOTAL BID ITEMS #1 — 22: MATER TOTAL BID ITEMS #1 (Unit Price Amounts shall be shown in both words and numerals. In /LF)_ ($ OD ) in words shall govern.) govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 90 (NINETY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidders Initials ITB#04-155-BMAd2.doc 7 ITB #04-155-BM, Addendum #2 Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ 1 or a Bid Bond in the sum of SAP' dl X,7-/r—Dollars ($ 1, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, Insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda Addenda No. -,_,_ Date y Addenda No. _,L_ Date q 2LiZ`y Addenda No. Date 9/,67 y Addenda No. Date Date:/ Au r' d Signature (Printed oftyped Name) LT Company�%// Address City Co ty State Zi Code Telephone: Fax: g+z_ - 1?" 0700 MIWBE Firm: Woman Black American Native American Hispanic American Asian Pacific American I Other (Specify) IT B#04-155-BMAd2.d oc City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13'" STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775.2164 http://purchasing.cl.lubbock.tx.us DATE ISSUED: CLOSE DATE: ITB #04-155-BM, Addendum #2 ADDENDUM #2 ITB #04-155-BM Sewer System Relocation for Freeway at Quaker Avenue September 17, 2004 September 28, 2004 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's must submit the 'REVISED' BID SUBMITTAL FORM, attached. Bid Item #19 is revised and item #22 is added. 2. In SPECIFICATIONS, Section 01010, page 1, paragraph 1.3.A.2 DELETE in it's entirety and ADD the following: 2. Verbal Summary: Project consists of procuring and installing sanitary sewer system improvements including, but not limited to: a. Approximately 340 LF 8-inch SDR 35 PVC gravity sewer pipe. b. Approximately 2430 LF of 15-inch SDR 35 PVC gravity sewer pipe. c. Approximately 1120 LF of 18-inch SDR 35 PVC gravity sewer pipe. d. Approximately 640 LF of 18-inch SDR 26 PVC gravity sewer pipe. e. Approximately 390 LF 30-inch steel casing in bore. f. Approximately 728 LF 30-inch steel casing in open trench. g. 14 EA 48-inch diameter manhole. h. 112 VF 48-inch diameter manhole. i. 1 EA 72-inch diameter manhole. j. 13 VF 72-inch diameter manhole. k. Approximately 1500 SY remove and replace asphaltic concrete pavement. 1. Traffic controls. m. Other projects as necessary, such as manhole rings and lids, inflow prevention inserts, grade adjustment rings and warning tape, to provide a complete and functional installation. 3. In SPECIFICATIONS Section 02730, SEWER LINE CONSTRUCTION, Page 6, paragraph 2.8 Steel Casing: DELETE in it's entirety and ADD the following: A. Steel casing shall be new welded steel pipe, manufactured in the United States, with a minimum yield strength of 35,000 psi meeting ASTM A 139 Grade B or A 252 Grade 2. Casing shall be 30-inch diameter with a minimum wall thickness of 0.375-inch. Additional wall thickness needed for withstanding jacking forces may be used at Contractor's option. B. All bores shall follow all rules and regulations of the Texas Department of Transportation (TxDOT). The contractor will be provided with the necessary boring permit. The boring permit must be kept onsite at all times. All traffic must be controlled by required methods. 4. In SPECIFICATIONS Section 02730, SEWER LINE CONSTRUCTION, ADD the following paragraph: 2.9 CASING SPACERS A. Casing spacers shall be 304 stainless steel, carbon steel or polyethylene. Wooden skids shall not be u. allowed. Casing spacers shall be of the size and longitudinal spacing as per pipe manufacturer's recommendations. I T B#04-155-BMAd2.d o c ITB #04-155-13M, Addendum #2 i 5. In SPECIFICATIONS Section 02730, SEWER LINE CONSTRUCTION, ADD the following paragraph: 2.10 BORING A. The bore shall be excavated to the lines and grades as shown on the plans or as established by the Owner's Representative. All excavated material shall be stockpiled in a manner not to endanger the work, public or existing structures. Excess bore excavation, not used for backfilling, shall be disposed of by Contractor at Contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in the boring operation. 6. On PLANS Sheet C2.01, Line 2, STA 0+00 to STA 6+36.93, Plan View: DELETE AND REPLACE reference note "18-'inch' SDR35 Gravity Sewer Line in 30-inch Steel Casing (Open Trench)" with "I 8-inch SDR26 Gravity Sewer Line." 7. On PLANS Sheet C3.01, MISCELLANEOUS DETAILS: B2 PIPE CASING SKIDS; DELETE detail in its entirety. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasing Manager if anv language. requirements, etc.. or anv combinations thereof. inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. / k �Idlo Lto ITB#04-155-BMAd2.doc 2 I ITB #04-155-BM, Addendum #1 SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as 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 Health (IDH), 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. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO X _ If the bidder has indicated YES for question number one above, the bidder must provide to City ITB904-155-BMAdl .doc 2 ITB #04-155-BM, Addendum #1 of Lubbock, with its bid submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO_, If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO_� If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be r,ejectgd. „ Sig7t re �l Title I T B#04-155-BMAd l .d o o City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13nSTREET LUBBOCK, TEXAS 79401 PH: (806) 775.2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ITB #04-155-BM, Addendum #1 ADDENDUM #1 ITB #04-155-BM Sewer System Relocation for Freeway at Quaker Avenue DATE ISSUED: September 2, 2004 CLOSE DATE: September 28, 2004 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's MUST complete and submit with their bid the revised SAFETY RECORD QUESTIONNAIRE, attached. This questionnaire REPLACES that which is included in the original Bid document. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the Citv of Lubbock Purchasine Manager if anv laneuaee. reauirements. etc., or anv combinations thereof, inadvertently restricts or limits the reauirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. vjv/ GSA Ali-d ITB#04-155-BMAdl .doc 1 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806) 775.2167 FAX: (806) 775-2164 http://purchasing.ci.iubbock.tK.us DATE ISSUED: CLOSE DATE: ITB #04-155-BM, Addendum #3 ADDENDUM #3 ITB #04-155-BM Sewer System Relocation For Freeway at Quaker Avenue September 21, 2004 September 28, 2004 @ 2:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bidder's attention is invited to the following questions and their respective answers: QUESTION: In Specifications section 02730, page 3, paragraph 2.5 A.1. you ask for, "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." However, on page 11 of the same section, paragraph 3.2 J. (last sentence) you ask for, "Install a tape detectable with a metal detector from the top of finished grade above non-metallic (PVC) pipe material." Which is it? ANSWER: In Specifications Section 02730, page 11, paragraph 3.2 J. DELETE the last sentence. QUESTION: Is there a minority participation requirement on this job? ANSWER: There is no minority participation requirement on this job. However, the City does strongly encourage the employment of Minority and/or Woman Owned Business Enterprises and local firms. QUESTION: Is a job office trailer required on this job? ANSWER: The City does not require a trailer/office. QUESTION: Is a silt fence required on either side or both sides of the construction alignment? ANSWER: The design and implementation of the Storm Water Pollution Plan is the responsibility of the contractor. QUESTION: Where does the 72-inch diameter manhole go? ANSWER: The 72-inch manhole is Manhole # 10 on the plans. QUESTION: If the power company decides that open cut trench past the power poles on line one will not be allowed will the city pay extra to bore past the poles? ANSWER: Lubbock Power and Light has been contacted about this excavation and have stated that we may proceed. QUESTION: If a phone cable or other utility is found in the alignment of the trench, will the city pay for moving it or have it moved some other way? And if a phone cable is found in the trench alignment and can not be moved will the city move the sewer or pay for boring under the utility? ANSWER: The City is currently moving the existing sanitary sewer service to make room for this installation. The contractor will be responsible for working with the local utilities to ITB#04-155-BMAd3 1 ITB #04-155-BM, Addendum #3 move, either temporarily or permanently, or to protect the utility during excavation. If a utility is encountered in the excavation that cannot be moved and the project cannot proceed, a change order to the contract would be considered. QUESTION: Do subcontractors have to be listed at the time of the bid? ANSWER: Yes, the City must know who will be performing this work in order to evaluate bids. 2. In Specifications, section 02730, page 4, paragraph 2.6 H. CHANGE to read as follows: Manhole bases shall include coarse crushed limestone aggregate and shall conform to ASTM C-33 specifications. No corrosion inhibitor is required in this section. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to THANK YOU, CITY OF LUBBOCK - Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's resaonsibility to advise the Citv of Lubbock Purchasina Manager if anv laneuaae, 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 Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. J�y Z& t/d ITB#04-155-BMAd3 2 t "ll" 1111CK BEST RATING -A-- LICENSE I TEAS PAYMENT BOND BOND NO. 6253626 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) UTILITY CONTRACTORS OF AMERICA, LTD KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and SAFECO INSURANCE COMPANY OF AMERICA hereinafter called the Suretyy((,s , as Surety s)) are held and firmly bound unto the Cityof Lubbock hereinafter called the Obligee) in the amount of ON MILLION( CS1TE HUNDRED SFVENTY-ONF� (y T aAPT„�-�:a- TI T�F - *,.�,-1nn ollars $t , t 7 t , t 00 . (i0lawful move 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 11THday of OCTOBER 120 04 , to COMPLETE BID #04.155/BM - SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; ' PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this i 1 4Tu4Tu day of OCTOBER 20 o . SAFECO INSURANCE COMPANY OF AMERICA Surety *By: .1 ( e)HOWARD COW , ATTORNEY -IN -FACT UTILITY CONTRACTORS OF (Company Name) r By: ��ign urea (Title) AMERICA, LTD 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SAFECO INSURANCE COMPANY OF AMERIC Surety * By: A6��' it1eI0WARD COWAN, ATTORNEY—Ir Approved as to form: C4�fb ck XA& 8 ��K I B torney Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 BOND CHECK BEST RATING ion - PERFORMANCE BOND BOND NO. 6253626 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) UJIkITY CONTRACTORS.OF AMERICA LTD KNOW ALL MEN BY THESE PRESENTS, a hereinafter called the Principal(s), as Principal(s), and SAFECO INSURANCE COMPANY OF AMERICA (hereinafter called the Surety&as,SLEVt P)ORT q6WDWAlinV�Wdounto the City of Lubbock (hereinafter called the Obligee), in the amount of Ilars ($1 t 7 t ,100.Odawful money of the United States for the paym w ereof, a sai rmcipa a urety 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 thel IT day of --- OCTOBER ,2004,to COMPLETE BID #04-155/BM — SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE. and said principal under the law is required before commencing the work provided for in said contract to execute a bond in -, the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 14TH day of OCTOBER 209�_ SAFECO INSURANCE CO ANY OF AMERICA UTILITY CONTRACTORS OF AMERICA, LTl I Surety (Company me) By: By: 7/4 Ti e)HOWARD COWAN, ATTORNEY —IN —FACT (Printe Ngne) L: t (Sigh //'.re) l �t (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SAFECO INSURANCE COMPANY OF AMERICA Surety *By: PP�� ' I-IiOWARD COWAN, ATTORNEY -IN - Approved as to Form City of bock B dt orney " Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. IL, 2 POWER SAFECO INSURANCE COMPANY OF AMERICA S A F E C O" GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 11561 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereb, appoint COWAN; MARLA HILL; Lubbock, its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar characte issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed anc attested these presents this 2nd day of March 2000 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for tha purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority tc execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On an) instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond o undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall no be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true an( correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation I' L, I this 14TH day of OCTOBER 2004 Go���Ti► O, SEAL sal 1953 r7f CORPOPM SEAL x �19231., R.A. PIERSON, SECRETARY S-09741SAEF 7198 U Registered trademark of SAFECO Corporatio 3)2100 PD SAFECO' State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: -' SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 - www.SAFECO.com EXHIBIT B IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. CERTIFICATE OF INSURANCE ACiM CERTIFICATE OF LIABILITY INSURANCE 0/22 (M- 77 -M171 FAX c97 3M-969S M*DA p 7H0 ow"I ICAO 19 As � YAT fpR K a S Insurance Agency p 0 am 277 ONLY AND CC UPON%R tS CEMADE AFF �pQ�CI� CA�� M OR 701 Justin ftwRockwal R BELOW. l 1rX ISM INSURM APPORDINO COVERAGE NAM a , nw 6ituMinvus nsurance Coven s rauRrn i jr aetors'-o Fieri ca, Inc. OBA. Utility Contractors of America, Ltd. vie: Federal Insmrsa�ce~�oapany B UCA, Management. Inc. mame Inters to re rasual�i---' - 927 H" 62 Au _ --- Nol (forth. Tx 79352 e _ "POUCE:9 OF INSURAHM Ll M BELOW HAVE SEEN MM TO THE M MIED NAMED ABOVE FOR THE POLICY PMW INDICATW NOTWITMANONG ANY REQUMtI M TMM OR CONDOM OF ANY CONTRACT OR OTHM MAM EN T MH RESPECT to WWA THIS CERtIMATE MAY BE M M:D OR WAY PMAJK THE WiFm CM AFFORDED BY THE POUCM S DEmMM HOW IS MAJMT TO ALL THE T6R ^ EXCLUMM AND COFbft10 S OF SUCH POUCKS. A601"ATE lMA[iS P*MM MAY HAVE HMN PADUM BY PAID CLAMI & 1rPEQFMIMMkAl PIJLJ"IRabO! _ LM1 eoaRN.waur. CLP3196165 09/05/2004 / 5/2 L*Ama mace COMMEROM oEmem LU LLTTr mm"Affa—,mdrer ._ : 300 .040 LlAM T1AOE A - T�.Aa►� s - i o00 �aM'ACCRENTE UWT APPL Mk tie-cooWmAcm ' S 7 —* Wt 11LOt �- KrcaMoeerwsm C03196169 09/05/2004 09/05/20 sIrlELOW s fl AM AUTO -- ALL OWNW AUTOS &CHMA" M m owlS A x mm NAM TRTMMAMAurm OW : _.._--...... •-- ��tNWpE 6 • owu►o! u�snmr �1tTo aR�r . Ew �acoENT f .r,r�utn mTr�+�ww o►M�c s Mrto oallr. AM M65MMOR LLALM un Ulb1606233 09/05/2004 09/05/2005 R,►p+"S 000, aNrcw �oottEwtE _ _._ M S�000s_ C OEOUCMI! X M"ro on s eaw►ooaMo MC1196167 09/0 /2004 09/OS/7005 _jWMjj 10Mffirwmwumury eR- A a" LL WN ACCMNtO"Icamwomm _ s I Ono 1.000. E L bISEl19E - EA EY�IO►E t 9T+LCNL PIIDVI9lOng Oeb�, _ E,L b1eFW - Pam, t Wr $ 1, 0OO -• B ns llation Floater TBA 10/2 /2004 10/21/2 5 300.000 ' ty o s o cerss.�iilgen Man eex?0y°m:r&'r9m T nsured on —_ leneral Liability and Automobile Liability, as respect to TU /04-155-0. Waiver of Subrogation n favarof the City of Lubbock on rAmaral Liability, Auto Liability, and Yorkers CoMp policies. ._ eHnu�.o �r oa tnENOV� orecleseo T+alCft! ae eRrtR►ildb SVoIlS the City of Lubbock eu+u>To« nxrR », n�B nsuwa Mauwi alu avoenwR to rwti c/o City of Lubbock PurdwsiRq Oaparteent--o�nsrTRTnxirNoncarotMea �onTeNOTa�aauEOTo t T. 1625 13 th Street cur FALU t M aM BUM MST= ruu Rome he abuMMM oR L"Lm Room L04 ar AM► tap uraTT me el:Mwnr. ns�wan► oR R�Ilee�rArt+re., Lubbock. tx 79401 wn.RnsoRe►Reea,r�►,n. -. lkidmrd iker-1 YL '... ACOMp 26 �20a1fOh OACORO CORPORATION IM Itr....J I 4_ IMPORTANT If the oerillp I ImMm lean ADMONAL INSUMM, the pokV(hm) mint bs enclosed, A stsbenwM an tin as0 oldow not mft r%Oft In the cwm,, i i AwWw in ow or such wWomewd(e). It SUBROMTION IS WAN®, WAOd b the forms MW gornllone d the Poroy, certetn P MW m*ft do arrdoraanr mil A sdlerrrnr! en thle osrplloeAe dose nd corrairrl b !re oerlAoeb hatdw In lieu of such endosemenl(e). The certl0osb d kwxw os on In reneree rids of flde bm doss nd om*M s m A w belwsen the lsoft laemerK suM ftil imprseerMsOrs i r pnxkwer, and the ow0 oeb holder, not does R edlArtrcetMeiy ar rc.�INey ewnd, ertisrrd ar ■Mer the oowrepe �rrdsd by the poNdee filed Pcec+iorr. ACOItb 25 i20 i" DATE (M UDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 10/13/2004 PRODUCER (972) 771-4071 FAX (972) 771-4695 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K & S Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P 0 Box 277 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 701 Justin Road Rockwall, TX 75087 INSURERS AFFORDING COVERAGE NAIC # INSURED Utility Contractors of America, Inc. INsuRERA• Bituminous Insurance Companies DBA: Utility Contractors of America, Ltd. INSURERS: Interstate Fire & UCA, Management, Inc. INSURERC: 927 Hwy 62 INSURERD: Wolfforth, TX 79382 INSURERE: nn�reosr_ec THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I TYPE OF INSURANCE POLICY NUMBER Y POLICY 0 IRATI N LIMITS GENERAL LIABILITY MMERCIAL GENERAL LIAB1LIIY MADE [X:]OCCUR FGEMNL CLP3196168 09/05/2004 09/05/2005 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ 300,00CLAIMS P tyene Pereen) MED EX(Ar $ 10,00A PERSONAL & ADV INJURY $ 1,000,00GENERAL AGGREGATE $ 2,000,00GGREGATE LIMIT APPLIES PER POLICY rX SEC r LOC PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNEDAUTOS CAP3196169 09/05/2004 09/05/2005 COMBINED SINGLE LIMIT (Ea-dderd) $ 1,000,000 X BODILY INJURY (Per fie") $ X BODILY INJURY (Per e0dd-A) $ X PROPERTY DAMAGE (Per-ddmd) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGO $ — $ B EXCESS MBRELLA LIABILITY X OCCUR CLAIMS MADE DEDUCTIBLE X RETENTION $ 5 , 00 UM01606233 09/05/2004 09/05/2005 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 _ $ $ $ A WORMERS COMPENSATION AND EMPLOYERS' LIABILRY myPROPRIETORIPARTNERI�cuTIVE OFFICERIMEMBER EXCLUDED? Iyes deepbe under SPECIAL PROVISIONS below WC3196167 09/05/2004 09/05/2005 X srATU OTH- ER EL EACH ACCIDENT s 1,000,000 EL DISEASE- EA EMPLOYEE $ 11000 OOO EL DISEASE - POLICY LIMIT $ 1,000,0010 OTHER OF ONS f COCAIN [VEHICLES / EXCLUSIONS BYSNDORSENENT / SPECIAL PRovgys ity o Lub oc , its o icers, agents an employees are named adgitional insured on General Liability and Automobile Liability, as respect to ITB #04-155-13M. Waiver of Subrogation in favorof the City of Lubbock on General Liability, Auto Liability, and Workers Comp policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSI ING INSURER WILL ENDEAVOR TO MAIL City of Lubbock 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, c/o City of Lubbock Purchasing Department 1625 13t h Street BUI FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Room L04 OF ANY NIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Lubbock, TX 79401 AUTHORIZEDREPREBEMATIVE u Richard Daiker-1 CHERYLW^�^ ACORD 25 (2001108) CACORD CORPORATION 198 No Text IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER i The Certificate of insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon. m v r.t F- f F. ACORD 25 (2001108) '.rs i i i i i i i i i i i i i CONTRACTOR CHECKLIST I 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: I _, PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the t legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.0 3 H U H Z O U ,. ._ r .. , CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 11T" day of October, 2004 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and UTILITY CONTRACTORS OF AMERICA INC. of the CITY OF WOLFFORTH COUNTY OF LUBBOCK, and the STATE OF TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #04-155/BM - SEWER SYSTEM RELOCATION FOR FREEWAY AT QUAKER AVENUE - $1,171,100.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CITY OF O , TEXAS NER): By: MAYOR ATTEST: City cretary APPROV D AS TO CON.TEN ne s R presentative CONTRACTOR: k UTILITY C TRACTORS OF AMERICA,ALL. - By: PRI D NAME: TITLE:>'lf COMPLETE ADDRESS: Utility Contractors of America, 927 Highway 62 Wolfforth, TX 79382 A OVED AS TO ORM: ATTEST: C' ney Corporate Secretary GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit UTILITY CONTRACTORS OF AMERICA, INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative MIKE GILLILAND INTERIM PIPELINE CONSTRUCTION SUPERVISOR, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors 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 Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 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. 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 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 All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) 2 calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any ,.., and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance - of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. g Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work t 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 a Representative's written consent. No Text 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 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 through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests 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 f. with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION l It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions - given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. r, No Text 23 24 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. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." J-) 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 bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, J 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, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job r and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section E406.096, 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 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. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this * contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 (ONE THOUSAND DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 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 13 shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 1. 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 s to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY t_a 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 t 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 14 Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising V_ 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 J specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective L 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 or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work v performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. F 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. 15 IL 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 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. F _ 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, 17 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 1 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 t 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. - 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Al bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. j. 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 k_ 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 ..r 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. 18 t_ CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler hisulator-Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 No Text `-- EXHIBIT B a Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 EXHIBIT C 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 D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS rm I SEWER SYSTEM UTILITIES RELOCATION FOR MARSHA SHARP FREEWAY AT QUAKER AVENUE TECHNICAL SPECIFICATIONS AUGUST 2004 Project Manual City of Lubbock, Texas Sewer System for Utilities Relocation Martha Sharp Freeway at Quaker Avenue August 2004 PSC Project #: 01269104 Parkhill, Smith & Cooper, Inc. Engineers ■ Architects ■ Planners TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00300 Information Available to Bidders DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01600 Material and Equipment 01700 Contract Closeout DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage 02110 Site Preparation and Clearing 02151 Trench Safety Systems 02222 Excavating 02223 Backfilling 02300 Earthwork 02730 Sewer Line Construction DIVISIONS 3 - 16 Not Used APPENDICES Appendix A OSHA 1926 Subpart P (For Information Only) Appendix B Geotechnical Soils Investigation Report a� �E °� ..... 04 LEONARD W. NAIL .................................s r�q'• 92642 l�/ONA ENG6� , o�40 01269104 TABLE OF CONTENTS PAGE - 1 08/04 SECTION 00300 INFORMATION AVAILABLE TO BIDDERS PART 1- GENERAL 1.1 SECTION INCLUDES A. Reports and supporting specifications and other documents related to the execution of the Work. 1.2 RELATED SECTIONS A. 02513- Sanitary Sewer System Components. B. 02514- Installation of Sanitary Sewer System Components. 1.3 INFORMATION AVAILABLE TO BIDDERS A. Geotechnical investigations performed by Dyess-Peterson Testing Laboratory, Inc. of Lubbock, Texas. B. City of Lubbock Standard Paving Specifications. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269104 INFORMATION AVAILABLE TO BIDDERS 00300 - 1 08/04 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Agreement and Division 1 - General Requirements. 1.2 SECTION INCLUDES A. Work covered by Contract Documents. B. Contractor use of site. C. Work sequence. D. Owner acceptance of work. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Sanitary Sewer Relocation 1. Location: City of Lubbock. See Drawings Sheet G2. 2. Verbal Summary: Project consists of procuring and installing sanitary sewer system improvements including, but not limited to: a. Approximately 3481f 8-inch SDR 26 PVC gravity sewer pipe. b. Approximately 24201f 15-inch SDR 26 PVC gravity sewer pipe. C. Approximately 17501f 18-inch SDR 35 PVC gravity sewer pipe. d. Approximately 3001f 30-inch steel casing in bore. e. Approximately 1446 if 30-inch steel casing in open trench. f. Approximately 4215 if trench safety to 20 ft depth. g. 15 48-inch standard manhole. h. Approximately 130 VF extra depth manhole. i. Approximately 1500 SY remove and replace asphaltic concrete pavement. j. Traffic controls. k. Other projects as necessary, such as manhole rings and lids, inflow prevention inserts, grade adjustment rings and warning tape, to provide a complete and functional installation. 1.4 CONTRACTOR USE OF SITE A. Limit construction activities to the right of way and easements available. 1.5 WORK SEQUENCE A. Construct work in an organized manner during the construction period, and coordinate the construction schedule and operations with the Owner. 1.6 OWNER ACCEPTANCE A. Owner, at its own discretion, may accept portions of the work before the entire project is complete. 01269104 SUMMARY OF WORK 01010 - 1 08/04 1.7 SPECIAL CONSIDERATION A. All existing water and sanitary sewer lines are in use. Use all necessary precautions to avoid service disruptions and outages. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269104 SUMMARY OF WORK 01010 - 2 08/04 SECTION 01300 SUBMITTALS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Agreement and all Divisions of the Contract Documents apply to work of this Section. 1.2 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Proposed products list. D. Construction progress schedules. E. Product data. F. Shop drawings. G. Manufacturer's instructions. H. Manufacturer's certificates. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and telephone number. B. Sequentially number the transmittal forms. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and Specification section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver to Owner's Representative at business address. Coordinate submission of related items. F. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Owner's Representative review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. J. Submit initial submittal schedule within fifteen (15) days after receipt of Notice to Proceed. K. Submittals not requested will not be recognized or processed. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittals as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 01269104 SUBMITTALS 01300 - 1 08/04 1.9 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturer's printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturer's instructions and Contract Documents. C. Indicate special procedures, conditions requiring special attention and special environment criteria required for application or installation. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturer's certificate to Owner's Representative, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Owner's Representative. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269104 SUBMITTALS 01300 - 3 08/04 r SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Provisions, Special Provisions and Division 1 - General Requirements apply to the work of this Section. 1.2 SECTION INCLUDES A. Quality assurance and control of installation. B. Tolerances. C. References. D. Inspection and testing laboratory services. 1.3 RELATED SECTIONS A. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. 1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner's Representative before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.5 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. B. Adjust Products to appropriate dimensions and elevations; position before securing Products in place. 1.6 REFERENCES A. Conform to reference standard by date of issue current on date of Contract Documents, except ..< where a specific date is established by code. B. Obtain copies of standards when required by Contract Documents. L 01269104 QUALITY CONTROL 01400 - 1 08/04 No Text C. The contractual relationship duties and responsibilities of the parties in Contract nor those of the Owner's Representative shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.7 INSPECTION AND TESTING LABORATORY SERVICES A. An independent firm will perform inspections, tests, and other services specified in individual specification Sections and as required by the Owner's Representative. B. Reports will be submitted by the independent firm to the Owner's Representative, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. C. Cooperate with independent firm; furnish samples of materials, design nix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Owner's Representative and independent firm, 48 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. D. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing. Testing or inspecting does not relieve Contractor from performing Work to contract requirements. E. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Owner's Representative. Payment for retesting will be paid by the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269104 QUALITY CONTROL 01400 - 2 08/04 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART1-GENERAL 1.1 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. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY ELECTRICITY A. Provide temporary electric service as required. 1.4 TEMPORARY WATER SERVICE A. Contractor shall be responsible for transporting water for construction purposes and potable water for construction personnel. B. Construction water will be available from the City of Lubbock. Exercise measures to conserve water. Contractor to make arrangements with City as to location and metering requirements. 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. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 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. 01269104 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 08/04 1.8 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. 1.9 SECURITY 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 PARKING A. Provide temporary bladed surface for parking areas to accommodate construction personnel. B. When site space is not adequate, provide additional off -site parking. 1.12 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as required to maintain clean site. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269104 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 08/04 g SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.2 RELATED SECTIONS A. General Conditions. B. Information to Bidders: Product options and substitution procedures. ` C. Section 01400 - Quality Control: Product quality monitoring. 1.3 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. } 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. - 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. w= 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. i 01269104 MATERIAL AND EQUIPMENT 01600 - 1 08/04 No Text 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 Owner's Representative. 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's Representative. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.6 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. 01269104 MATERIAL AND EQUIPMENT 01600 - 2 1 . 08/04 No Text 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 Owner's Representative 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 01269104 MATERIAL AND EQUIPMENT 01600 - 3 08/04 No Text SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Conditions, Special Provisions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Owner Representative's inspection. B. Provide submittals to Owner's Representative that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 01269104 CONTRACT CLOSEOUT 01700 - 1 08/04 No Text SECTION 02050 REMOVAL, DEMOLITION AND SALVAGE PART 1- GENERAL 1.1 SECTION INCLUDES A. Demolition of designated structures and removal of materials from site. B. Demolition and removal of foundations and slabs -on -grade. C. Disconnecting and capping of identified utilities. 1.2 RELATED SECTIONS A. Section 01500 - Construction Facilities and Temporary Controls: Barriers, fences and landscape protection. Dust control. B. Section 01600 - Material and Equipment. C. Section 01700 - Contract Closeout: Project record documents. 1.3 JOINT INSPECTION A. Prior to demolition, a joint inspection by the Owner's Representative and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.5 QUALIFICATIONS A. Experience in performing the Work of this Section. 1.6 DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment 1. Certain materials and equipment may be designated for reuse or salvage and will remain the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. 2. Materials and equipment not designated for reuse or salvage become the Contractor's property. B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 01269104 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1 08/04 No Text 1.7 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.8 SCHEDULING A. Schedule work under the provisions of Section 01300. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. D. Perform work between the hours of 8:00 a.m. and 5 p.m. PART2-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. D. Locate, identify and protect existing utilities from damage during construction. 01269104 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2 08/04 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's Representative. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.4 BLASTING A. Blasting is not permitted on this project. 3.5 FIRES A. Fires are not permitted on this project. 3.6 UTILITY SERVICES A. Disconnecting Seal abandoned storm or sanitary sewers with concrete or by another approved method. B . Interruption When temporary interruption of utility service to an occupied building is required by the work, properly coordinate the outage to prevent untimely or damaging interruptions. 3.7 DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet beyond area of new construction. C. Remove concrete slabs on grade. D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 01600. E. Rough grade and compact areas affected by demolition to maintain site grades and contours. F. Remove demolished materials from site. G. Do not bum or bury materials on site. Leave site in clean condition. H. Remove all temporary work. 3.8 GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractors 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. 01269104 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3 08/04 B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. Excavations which must remain open during periods of rainfall shall be covered with suitable material to prevent accumulations of water in excavation. F. If cut back method is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. G. Do not operate heavy equipment except for trench digging equipment within twenty feet of edge of excavation. END OF SECTION 01269104 TRENCH SAFETY SYSTEMS 02151 - 3 08/04 SECTION 02222 EXCAVATING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Excavating for site structures. 1.2 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01400 - Quality Control: Inspection of bearing surfaces. C. Section 01500 - Construction Facilities and Temporary Controls: Dewatering of excavations and water control. D. Section 02223 - Backfilling. 1.3 FIELD MEASUREMENTS A. Verify that survey bench mark and intended elevations for the Work are as indicated. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Locate, identify, and protect utilities that remain from damage. C. Notify utility company to locate utilities. D. Protect plant life, lawns, and other features remaining as a portion of final landscaping. E. Protect bench marks, survey control points, existing structures, fences, sidewalks, paving, and curbs from excavating equipment and vehicular traffic. 3.2 EXCAVATING A. Underpin adjacent structures which may be damaged by excavating work. B. Excavate subsoil to accommodate construction operations. C. Compact disturbed load bearing soil in direct contact with foundations to original bearing capacity; perform compaction in accordance with Section 02223. D. Slope banks with machine to angle of repose or less until shored. E. Grade top perimeter of excavating to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subsoil, boulders, and rock. 01269104 EXCAVATING 02222 - 1 08/04 M 3.4 H. Notify Owner's Representative of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. I. Correct areas over excavated in accordance with Section 02223. J. Stockpile excavated material in area designated. FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance: Field inspection and testing. B. Provide for visual inspection of bearing surfaces. PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to foundation from freezing. END OF SECTION 01269104 EXCAVATING 02222 - 2 08/04 SECTION 02223 BACKFILLING PART 1- GENERAL 1.1 SECTION INCLUDES A. Foundation perimeter and site structure backfilling to subgrade elevations. B. Site filling and backfilling. C. Fill under slabs -on -grade and paving. D. Consolidation and compaction. E. Fill for over -excavation. F. For backfilling trenches, adhere to Section 02730 - Sewer Line Construction. 1.2 RELATED SECTIONS A. Section 01400 - Quality Control: Testing fill compaction. B. Section 02222 - Excavating. C. Section 03300 - Cast -in -Place Concrete: Concrete materials. D. Section 02730 - Sewer Line Construction. 1.3 REFERENCES A. ANSI/ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. C. ANSI/ASTM D 1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. D. ANSI/ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb Rammer and 18 inch Drop. E. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in place by Nuclear Methods (shallow depth). 1.4 SUBMITTALS A. Submit under provisions of Section 01300. PART 2 - PRODUCTS 2.1 FILL MATERIALS A. Excavated Material — material excavated from immediate location to be free of organic materials and rocks, lumps, or other items larger than 4 inches. B. Sand - Natural river or bank sand; free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSI/ASTM C136. 01269104 BACKFILLING 02223 - 1 08/04 I 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 excavated material fill and compact to density equal to or greater than requirements for subsequent backfill material. 3.3 BACKFILLING A. For backfilling trenches, adhere to Section 02730 - Sewer Liner Construction. B. Backfill areas to contours and elevations with unfrozen materials. C. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. D. Excavated Material: Place and compact materials in continuous layers not exceeding 8 inches compacted depth. E. Employ a placement method that does not disturb or damage utilities in trenches. F. Maintain optimum moisture content of backfill materials to attain required compaction density. G. Slope grade away from structure minimum 2 inches in 10 ft, unless noted otherwise. H. Make grade changes gradual. Blend slope into level areas. I. Spread surplus backfill materials in designated areas. J. Leave fill material stockpile areas completely free of excess fill materials. 3.4 TOLERANCES A. Top Surface of Backfilling: Plus or minus one inch from required elevations. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Tests and analysis of fill material will be performed in accordance with ANSI/ASTM D698 or D1557 and with Section 01400. C. Compaction testing will be performed in accordance with ANSFASTM D698 and with Section 01400. D. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. E. Frequency of Tests: 1 test for each 25 cubic yards of volume to be backfilled. (Pertains to site -work backfilling only.) F. Proof roll compacted fill surfaces under slabs -on -grade and paving. 3.6 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Recompact fills subjected to vehicular traffic. 01269104 BACKFILLING 02223 - 2 08/04 KIWI=.Y@j'.1;111JM;1 A. Trench: 1. Adhere to `Backfilling" specifications in Section 02730 - Sewer Line Construction. B. Slab on Grade: 1. Excavated material — up to within 2 inches of grade. 2. Sand — top 2 inches. END OF SECTION 01269104 BACKFILLING 02223 - 3 08/04 SECTION 02300 EARTHWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs -on -grade. 2. Excavating and backfilling for buildings and structures. 3. Excavating and backfilling trenches within building lines. B. Related Sections include the following: 1. Division 2 Section 02050 Removal, Demolition and Salvage of existing structures and/or improvements. 1.3 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Bedding Course: Layer placed over the excavated subgrade in a trench before laying pipe. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. H. Utilities include on -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.4 SUBMITTALS A. Material Test Reports: From a qualified testing agency indicating and interpreting test results - for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each on -site or borrow soil material proposed for fill and backfill. 2. Atterberg Limits ASTM D-4318 3. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material proposed for fill and backfill.PROJECT CONDITIONS 01269104 EARTHWORK 02300 - 1 08/04 A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owners Representative's written permission. 3. Contact utility -locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be t_ removed. Coordinate with utility companies to shut off services if lines are active. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, GC, SC, CL and SM, or a combination of these group symbols; free of rock or gravel larger than 2 inch in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups NIL, MH, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D2940; Plasticity index shall be below 15. F. Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200 sieve. PART 3-EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site -and surrounding area. 01269104 EARTHWORK 02300 - 2 08/04 B. Protect subgrades from softening, undermining, washout and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 3.3 EXPLOSIVES A. Explosives: Do not use explosives. 3.4 EXCAVATION, GENERAL A. Unclassified Excavation: Excavation to subgrade elevations regardless of the character of surface and subsurface conditions encountered, including rock, soil materials, and obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 3.5 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. Extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 3.6 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit, unless otherwise indicated. C. Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. 1. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.7 APPROVAL OF SUB GRADE A. Notify Owner's Representative when excavations have reached required subgrade. B. If Owner's Representative determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof roll subgrade with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof roll wet or saturated subgrades. D. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Owner's Representative. 3.8 UNAUTHORIZED EXCAVATION 01269104 EARTHWORK 02300 - 3 08/04 3.9 A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill may be used when approved by Owner's Representative. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Owner's Representative. STORAGE OF SOIL MATERIALS A. Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.10 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for record documents. 3. Inspecting and testing underground utilities. •4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. 3.11 UTILITY TRENCH BACKFILL A. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. B. Backfill trenches excavated under footings and within 18 inches of bottom of footings; fill with concrete to elevation of bottom of footings. C. Provide 4-inch thick, concrete -base slab support for piping or conduit less than 30 inches below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches of concrete before backfilling or placing roadway subbase. D. Place and compact initial backfill of subbase material, free of particles larger than 1 inch, to a height of 12 inches over the utility pipe or conduit. 1. Carefully compact material under pipe haunches and bring backfill evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of utility system. E. Coordinate backfilling with utilities testing. F. Fill voids with approved backfill materials while shoring and bracing, and as sheeting is removed. G. Place and compact final backfill of satisfactory soil material to final subgrade. 3.12 FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. 01269104 EARTHWORK 02300 - 4 08/04 i B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. J 5. Under footings and foundations, use engineered fill. 3.13 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.14 COMPACTION OF BACKFILLS AND FILLS A. Place backfill and fill materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 9 inches of existing subgrade and each layer of backfill or fill material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 92 percent. 3. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 85 percent. 3.15 GRADING A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 1/2 inch. C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot straightedge. 3.16 FIELD QUALITY CONTROL 01269104 EARTHWORK 02300 - 5 08/04 A. Testing Agency: Contractor shall engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D1556, ASTM D2167, ASTM D2922, or ASTM D2937, as applicable. Test will be performed at he following locations and frequencies. i 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than three tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least one test for each 50 feet or less of wall length, but no fewer than two tests. 3. Trench Backfill: At each compacted initial and final backfill layer, at least one test for each 150 feet or less of trench length, but no fewer than two tests. D. Test report shall include schematic map of the construction site and the location that the test was taken. Test report shall also indicate depth from final grade that the test was taken. E. When testing agency reports that subgrades, fills, or backfills have not achieved degree of ^ compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.17 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 01269104 EARTHWORK 02300 - 6 08/04 SECTION 02730 SEWER LINE CONSTRUCTION PART1-GENERAL 1.1 SECTION INCLUDES A. Polyvinyl Chloride (PVC) pipe and fittings. B. Miscellaneous small piping. C. Manholes. 1.2 RELATED SECTIONS A. Section 02223 - Backfilling. B. Section 03300 - Cast -in -Place Concrete. C. Section 03410 - Precast Concrete. �100:3INou I A. AWWA C151 - Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand -lined Molds, for Water or Other Liquids. B. AWWA C150 - Thickness Design of Ductile Iron Pipe. C. ANSI B 16.1 - Cast Iron Pipe Flanges and Flanged Fittings D. ASTM D3033 - Type PSP Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings E. ASTM D3034 - Type PSM Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings F. ASTM D 17 84 - Rigid Poly(Vinyl Chloride) G. ASTM D 2241 - Poly(Vinyl Chloride)(PVC) Pressure Rated Pipe (SDR Series) H. ASTM A53 - Pipe, Steel, Black and Hot -Dipped, Zinc Coated Welded and Seamless I. AWWA C110 - Ductile -Iron and Gray Iron Fittings, 3-inch Through 48 inch, for Water and Other Liquids J. AWWA C606 - Standard for Grooved and Shouldered Joints K. ASTM A276 - Specification for Stainless and Heat -Resisting Steel Bars and Shapes L. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures using 10-1b (4.54Kg) Rammer and 18-in. (457 mm) Drop M. ASTM F679 - Poly (vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. IIEl `31jI.: I uf1-4VW� A. Submit under provisions of Section 01300. B. PVC Pipe and Fittings, ASTM D-3034 and F679 as appropriate for pipe diameter furnished. C. Ductile Iron Pipe and Fittings, C151. D. Laboratory analysis for rock embedment including sieve analysis, fracture faces, abrasion tests and soundness tests. E. Trench Safety. 01269104 SEWER LINE CONSTRUCTION 02730 - 1 08/04 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. 1.6 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. 1.7 REGULATORY REQUIREMENTS A. Conform to applicable code for piping and component requirements. 1.8 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. PART 2 - 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 D3034, SDR 35. b. 15-inch PVC Gravity Sewer: ASTM 03034, SDR 35. C. 18-inch PVC Gravity Sewer: ASTM F679, SDR 35. (Cased Only) d. 18-inch PVC Gravity Sewer: ASTM F679, Heavy Wall Sewer, Cell Class 12454B SDR 26, Minimum Wall Thickness 0.719 inches. (Non Cased) Pipe material shall be Cell Class 12454-B PVC resin compound conforming to ASTM D 1784, 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 PIPE FITTINGS A. General- 1. Pipe fittings shall be of the type and design especially suitable for use with the type of piping with which they are installed. 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. All flanged fittings shall be faced and drilled in accordance with ANSI B 16.1 for Class 125 flanges. 01269104 SEWER LINE CONSTRUCTION 02730 - 2 08/04 2.7 I. Manhole bases shall have the following minimum dimensions: 1. 48-inch: Thickness 6-inches; outside diameter 70-inches. 2. 60-inch: Thickness 8-inches; outside diameter 84-inches. 3. 72-inch: Thickness 12-inches; outside diameter 96-inches. J. All connections shall be flexible, neoprene rubber boots meeting the requirements of ASTM C923. K. Manhole barrels shall have all interior liner with the following characteristics: 1. Shall be semi -rigid PVC installed at factory per liner manufacturer's recommendations. 2. Physical properties: a. Minimum thickness: 0.065-inch. b. Tensile Strength: 6,500 psi. C. Flexural strength: 12,000 psi. d. Interior color: white. 3. PVC sheets shall be joined by butyl strip. 4. Shall be formed to provide protect at manhole joints by utilizing a continuous PVC return into the joint of at least 0.50-inch. 5. Liner shall be installed in such a manner to withstand a 100 lb/inch perpendicular pull for minimum of 60 seconds. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints. FIBERGLASS MANHOLES A. Shall meet ASTM D 3753. B. Shall be constructed of commercial grade unsaturated polyester or vinyl ester resins. Reinforcement shall be commercial grade type E glass fibers. C. UV inhibitor resin shall be applied on the exterior surface of the manhole at a minimum thickness of 0.125 inch. D. Exterior surface shall have manufacturer's name, address and serial number. Also included the total manhole length. E. Bottom shall be fiberglass equipped with a flanged anchor ring have a minimum of four predrilled holes for securing. F. Bottom shall be benched and provide a smooth flow channel. G. Stiffening ribs shall be utilized if required. H. Shall have flexible, neoprene rubber connection that meets ASTM C 923. I. A precast concrete have shall be 28-day, 4,000 psi and concrete component meeting the following ASTM specification. 1. Aggregate: ASTM C 3 3 2. Cement: ASTM C150 3. Sampling: ASTM C39 4. Reinforcement: ASTM C 18 5 5. Sand and Mortar: ASTM C 144 J. Precast concrete base shall have hooked end anchor bolts with a minimum embedment of 3-inches. Bolts shall be 5/8-inch diameter, 304 stainless steel. Nuts and washers shall be 304 stainless steel. K. Precast concrete base shall be designed to support AASHTO H-20 loading and manhole half full of water. 01269104 SEWER LINE CONSTRUCTION 02730 - 5 08/04 # L. Precast concrete lease shall be equipped with four (4) lifting eyes and have the following characteristics: 1. 48-inch manhole: Minimum thickness 6-inch; minimum diameter 70-inch. 2. 60-inch manhole: Minimum thickness 8-inch; minimum diameter 84-inch. 3. 72-inch manhole: Minimum thickness 12-inch; minimum diameter 96-inch. M. The interior surface of the manhole shall have a chemical resistant, resin layer 0.010 to 0.020 inch thick with no exposed fibers. N. Manholes shall be designed to support AASHTO H-20 loading in accordance with ASTM D 3753. O. Manholes shall have an eccentric — reducing section made of the same material as the barrel with a top clear opening of no les than 24-inches and designed to accommodate standard grade adjustment, manhole ring and cover. 2.8 STEEL CASING A. Steel casing shall have a minimum yield strength of 35,000 psi. The minimum wall thickness shall be 0.250-inch for casing diameter of 16 inches and less; 0.312-inch for casing diameters of 18, 20, and 22 inches; 0.344-inch for 24-inch casing; and 0.469-inch for 36-inch casing diameter. Casing shall be solid rolled steel and shall not be spiral -welded steel. Casing shall have an approved exterior coating. Laying lengths shall be 20 feet ± 1-inch. 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. 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 waming.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. 01269104 SEWER LINE CONSTRUCTION 02730 - 6 S 08/04 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 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 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. 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 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. 1. Owner's Representative will provide construction -staking services. The centerline of the proposed line will be established and cut sheets issued by the Owner's Representative. The Contractor is responsible for notifying the Owner's Representative of any concerns with construction staking. 2. Contractor will excavate as necessary to attain the lines and grades at the locations shown on the Plans or as staked in the field. 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 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. Excavate trench only as necessary to install the pipe. Excavation limits are as follows: Pipe less than 18 inches: Pipe O.D. + 12 inches. Pipe from 18 to 36 inches: Pipe O.D. + 18 inches. 01269104 SEWER LINE CONSTRUCTION 02730 - 7 08/04 LI.-Op C. Fiberglass Manholes: 1. Install precast concrete manhole pad using appropriate elevation to align the manhole with the line and grade of the pipelines being connected. 2. Attach manhole to pad using stainless steel anchor bolts with a minimum diameter of 5/8-inch. 3. Install manhole true and plumb. 3.6 LEAKAGE TEST A. 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 pipe between manholes. Each section of sewer line shall be tested using the Air Test Method, in accordance with ASTM C828 (latest revision), and as modified below. The minimum time for the pressure to drop in any segment from 3.5 psig to 2.5 psig shall be determined as follows: T = 0.0850 DK Q where: T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419DL, but not less than 1.0 D = average inside pipe diameter in inches L = length of line of same pipe size being tested, in feet Q = rate of loss, 0.0015 cubic feet per minute per square foot internal surface shall be used 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. 3.7 DEFLECTION TEST 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. 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. 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. No pipe shall exceed a deflection of 5 % of the inside diameter of the pipe. All excess deflections shall be corrected. The Contractor shall excavate to the point of the excess deflection, corredt the deficiency and retest the pipe. If the pipe retest fails the 5 % allowable deflection, the pipe shall be replaced. i 01269104 SEWER LINE CONSTRUCTION 02730 - 13 08/04 ' Leakage testing will not be performed until all backfill material required has been laced and densified o g P q P for a period of 30 days. Leakage testing shall only be performed in the presence of the Owner's Y representative personnel. Contact Owner's representative at least 48 hours in advance of testing activities. A. 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: 1. A hydrostatic exfiltration test, or 2. A vacuum test. a. Manhole Hydrostatic Exfiltration Test 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 t 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. 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. Manhole Vacuum Test The manhole vacuum test shall be equal to that offered and described by Cheme Industries Inc., 5700 Lincoln Drive, Minneapolis, MN 55436, telephone (612) 933-5501, or equivalent. Manufacturer's literature, procedures and recommendations shall be submitted to the Owner's Representative, and concurred with by the Owner's Representative prior to vacuum testing. 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. 3.8 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 01269104 SEWER LINE CONSTRUCTION 02730 - 14 08/04 APPENDIX A OSHA 1926 SUBPART P For Information Only 01269104 APPENDIX A 08/04 No Text APPENDIX A OSHA 1926 SUBPART P For Information Only No Text Occupational Safety and Health Admin., Labor (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. 139 FR 22801, June 24. 1974, as amended at 42 FR 37674, July 22. 19771 § 1926.606 Definitions applicable to this subpart. (a) Apron —The area along the water- front edge of the pier or wharf. (b) Bulwark —The side of a ship above the upper deck. (c) Coaming--The raised frame, as around a hatchway in the deck, to keep out water. (d) Jacob's ladder —A marine ladder of rope or chain with wooden or metal rungs. (e) Rail, for the purpose of § 1926.605. means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations AuTHORrrY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333): Sea. 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 25059). or 9-83 (49 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. § 1926.650 (b) Definition 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 fora 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. Crass 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. 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. 373 § 1926.650 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 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." 29 CFR Ch. XVII (7-1-98 Edition) 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 (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 374 No Text Occupational Safety and Health Admin., Labor 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, (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 § 1926.651 structural design, and shall be con- structed in accordance with the design. Di) Ramps and runways constructed of two or more structural members shall have the structural members con- nected together to prevent displace- ment. (M) 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) Mears 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. (f) Wammg 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. 375 § 1926.651 (g) Hazardous atmospheres—(1) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions. the following requirements shall apply: (i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 in) 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- 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 29 CFR Ch. XVII (7-1-98 Edition) 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 accumulat- ing, 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. (1) 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 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 376 Occupational Safety and Health Admin., labor 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. 0) 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 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 hazard- ous conditions, exposed employees § 1926.652 shall be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. 0) 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: (1) Excavations are made entirely in stable rock; or (11) 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 ffl Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (it) 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)—Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping 377 I § 1926.652 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. (it) 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 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; (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- 29 CFR Ch. XVII (7-1-98 Edition) 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. (it) 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 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; 378 Occupational Safety and Health Admin., Labor (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. (it) 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- 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- § 1926.652 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. (1) Members of sup- port systems shall be securely con- nected together to prevent sliding, fall- ing, kickouts, or other predictable fail- ure. (it) 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 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. (it) 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 379 Pt. 1926, Subpt. P, App. A the hazard of falling, rolling, or sliding material or equipment. (g) Shield systems --(I) 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. APPF_r,mr C A To SUBPART P—SOIL CLASSIF ICA71ON (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 1928, 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 D653-95 and D248a; The Unified Soils Classification 29 CFR Ch. XVII (7-1-98 Edition) 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 different soil or rock types arranged 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. Soil classification system means, for the pur- pose of this subpart, a method of categoriz- ing soil and rock deposits in a hierarchy of Stable Rock, Type A, Type B, and Type C, in decreasing order of stability. The categories are determined based on an analysis of the properties and performance characteristics of the deposits and the environmental condi- tions 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. RKI) Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A 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 (in) 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 (11) 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 (in) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or (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-0) 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. —(I) 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. (i) 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 material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (H) 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. 381 Pt. 1926, Subpt. P, App. B (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. (1) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as hi, -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 W-inch thread can be held on one end without tear - in the soil is cohesive. to 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 dumps 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. (ill) 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- 29 CFR Ch. XVII (7-1-98 Edition) 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 pulver- ize easily into very small fragments, the ma- terial is granular. APPENDix B TO SUBPART P—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 51926.652(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 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. 382 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B 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:l). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation Is open. (c) Requirements —(I) Sag classification. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part 1926. (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-I 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 'h horizontal to one vertical (JAHAV) 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 51926.651(1). (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 MAXIMUM ALLOWABLE SLOPES(H:V)11' FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK TYPE A 121 TYPE B TYPE C VERTICAL (901 3/4:1 (534) 1:1 (Alcol hs:l NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short -tern maximum allowable slope of 1/2H:ly (63') is allowed in excavations in Type A soil that are 12 feet (3.67 a) or less in depth. Short -tern maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:ly (53'). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 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 Vc1. 383 L Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-98 Edition) 20' Max. A 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'h:l. 12' Max. L/!(1 1/2 SIMPLE SLOPE —SHORT TERM 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of V4 to 1 and maximum bench dimensions as follows: 384 Occupational Safety and Health Admin., labor SIMPLE BENCH Pt. 1926, Subpt. P, App. B J ZD' Max. !/ 1 5' / Max. i ' 3/4 / 4' Max. 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 31h feet. I A 8' Max. 3/4 . 1 34VI Max. UNSUPPORTED VERTICALLY SIDED LOWER PQRTION—MAXIMUM B FEET IN DEPTH All excavations more than B feet but not more than 12 feet in depth which unsupported ver- tically sided lower portions shall have a maximum allowable slope of 1:1 and a maximum ver- tical side of 31h feet. 385 I I Pt. 1926, SubpL P, App. B 29 CFR Ch. XVII (7-1-98 Edition) 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 1144:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. Suvoort or shie7,qre2 1 20' Max. 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 irf 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: 386 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B SINGLE BENCH This bench allowed in cohesive soil only i 20' Max. i 4' � 1 Max: 1 4' EMax. e 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 A.l 20' Max. 8" Min. Total height of vertical side VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in S 1926.652(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 P/za. 387 Pt. 1926, Subpt P, App. B 29 CFR Ch. XVII (7-1-98 Edition) 20• 4ax. �l 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 If/rl. Support or shieldK3YUr r 2Q' Max. ieelside VERTICAL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in 51926.652(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. 388 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B 6 A[ 1 A � 1 ]/4 a OVER A A � 1 3/4 C OVER A C OVER a 389 Pt. 1926, SubpL P, App. C A OVER B A OVER C 29 CFR Ch. XVII (7-1-98 Edition) Z-- 411 _ C 4 1 B OVER C Z. All other sloped excavations shall be in accordance with the other options permitted in 51926.652(b). APPENDIX C TO SUBPART P—TIMBER SHORING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used timber shoring is pro- vided as a method of protection from cave- ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with §1926.652(c)(1). Other timber shoring configurations; other systems of support such as hydraulic and pneumatic systems: and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed in accordance with the requirements set forth in § 1926.652(b) and §1926.652(c). (b) Soil Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas- siflcation method set forth in appendix A of subpart P of this part. (c) Presentation of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1, C-1.2, and C-1.3, and Ta- bles C-2.1, C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in- a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of 390 Occupational Safety and Health Admin., labor 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). (fi) 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 stared 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. (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 #Bl 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. 391 No Text �• ..._-.- •--^t r�—� ,_'_—� �--r-� !"""1 �'�'ti- tom"' �._._`� r""'"'1 �.`."'_'.� TABLE C-1.1 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS • SOIL 1.PE A Pa - 25 X H + 72 psf (2 ft Surcharge) DEPTH SIZE (ACT ALI IKFKA Re ►+ OF TRENCH (FEET)(FEET) WIDTH OF TRENCH FEET PERT. SPACING SIZE (IN) PERT. SPACING FEET MAXIMUM ALLOWABLE HORIZONTAL SPACING FEET UP TO UP TO UP TO UP TO UP TO g(FEET) Not 5 a - Not TO 4X4 4X4 06 6X6 6X6 4 Re 'd 2X8 UP TO 10 UP TD 12 4X6 4X¢ 6X6 6X6 6X6 4 8X8 4 2X6 UP TO Not 10 6 ax ' UP TO TO 8 4X6 06 6X6 6X6 6X6 4 8X8 4 2X6 UP TO 15 10 6X6 6X5 6X8 fiX8 RX10 4 2X6 UP TO 2 6X6 6X6 6X6 6X8 X 0 0 UP TO 15 6 6X6 6X6 6X8 6X8 4 6X8 4 3X6 UP TO TO B 6X6 6X6 6X8 6X8 4 8X8 4 3X6 UP TO P6X6 20 UP TO ti m 2 X X 4 Ox10 4 3X6 OVER I SEE NOTE 1 • Nixed oak or equivalent with a beading strength not less than 850 psi. ** Manufactured members of equivalent strength gay by substituted for wood. 0 n n C 'O tv G O 7 01 N 01 A d 7 CL O d rS D CL 3 Cr O U NE w co .P TABLE C-1.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS A SOIL TYPE B P a 45 I H t 72 paf (2 ft. Surcharge) DEPTH ie 0SIZE UPRIGHTS OF TRENCH HORIZ. W �3T. p�gT� MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP TO (FEET) SPACING SPACING SIZE SPACING FEET CLOSE 2 X (F) 4 6 9 12 15 (FEET) (1N) (FEET) 5 UP 4X6 4X6 616 6X6 6X6 5 6X8 5 2X6 UP TO TO 6X6 6X6 6X6 6X 6X8 5 10 UP TO 10 6X6 6X6 —I6X6 6X8 6X8 5 1OX10 5 2X6 See Hot. I 10 UP 6To U6 6X6 6X6 6X6 6X8 5 8Y8 5 ZX6 UP TO 8 6X8 6X8 6X8 BXB axe 5 10110 5 2X6 UP TO In5 alto 1OX12 5 ZX6 15 See Note 1 r UP TO 15 6 6I8 61e 818 8X8 5 8110 5 3X6 UP TO TO 8 axe 8XB 8X8 8X8 BX10 5 1OX12 5 3X6 UP TO !0 BX10 8XIO 8X10 8X10 1Ox10 5 12X12 5 3X6 20 See Note 1 OVER SEE NOTE 1 20 • Mixed oak or equivalent with a beading strenab not leas than 850 pal. ee Manufactured members of equivalent strength nay by substituted for wood. go fn C Q r 13 V y TABLE C-1.3 TINDER TRENCH SHORING -- MINIMUM TINKER REQUIREMENTS • SOIL TYPE C P - BO 1 R • 72 pat (2 It. Surcharge) a DEPTH ae CROSS BRACES OF UPRIGHTS TRENCH NORIZ. NIDTN OF TRENCH (FEET) MAXIMUM ALLOWABLE NOIIIZONTAL SPACING (F�) SPACING SPACTI1�iG SIZE SYACIIiC FEET See Not 2 UP TO UP TO UP To UP To UP TO FEET CLOSE (FEET) 4 2(FEET) I UP TO 5 6 6X6 6X8 6X8 8X6 BX8 5 RX10 5 ZX6 tiP TD TO a 8x8 8x8 axe 8x8 8X10 5 1OX12 5 ZX6 UP TO 10 10 8X10 8X10 AX10 BX10 1OX10 5 12x12 5 2X6 Sea Hot. 1 UP TO t0 6 8x8 axe 8x8 axe Bx10 5 1OX12 5 2X6 UP TO TO 6 exto exto 6110 exto 1ox10 5 12x12 5 2X6 see 15 Note 1 See Note 1 UP TO 15 6 8X10 exlo exto 8XL0 toxt0 5 12x12 5 3X6 See TO Note I See Y0 Note 1 See Note OVER SEE E L 20 e N Oak or equivalent with a banding strength not less than 850 pal. •+► Na' Acturad members of equivalent strength may be substituted for wood. t (i w cc rn TABLE C-2.1 TIMBER TRENCH SHORING — MINIMUM TIMBER REQUIREMENTS • SOIL TYPE A Pa - 25 X H t 72 psi (2 ft. Surcharge) D SIZE ( kk OFF WALES UPRI NTS CROSS BRACES TRENCH •HORIZ. W VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP*TO UP TO (FEET) SPACING PACING SIZE SPACING FEET CLOSE 4 5 6 8 (FEET) 4 F UP r0 Not 5 6 4X4 4X4 4X4 4x4 4X6 4 Req'd Ax6 TO UP TO 8 4X4 4X4 4X4 4X6 416 4 RegV4 Regyd 4x8 UP TO 10 10 4X6 4X6 4X6 6X6 6X6 4 8X8 4 06 up12 TO 4X6 4X6 4X6 6X6 616 4 8X8 4 4X6 IO UP 6 TO 4x4 4R4 4X4 6X6 6X6 4 Reg 5d Iteg5d 4x10 UP TO4X6 TO 8 4X6 4X6 6X6 616 4 6X8 4 4X6 UP 10 TO 6X6 6X6 6X6 6X6 6X6 4 8x8 4 4X8 15 P TO12 6X6 6X6 6X6 6X6 6X6 4 BXIO 4 4R6 4X10 P 70 15 6 6X6 6X6 6X6 6X6 616 4 6X8 4 3X6 TO jP 8 TO 6X6 6X6 6X6 6X6 6X6 4 8X8 4 3X6 4X12 20 IF 10 TO 6X6 6x6 6X6 6X6 6X8 4 8X10 4 3X6 P TO 12 6x6 6X6 6X6 6X8 6x8 4 8X12 4 3X6 4R12 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. E J to N P N G Cr .p r- ,D D .p Z No Text w c4 TABLE C-2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREKENTS • SOIL TYPE 5 P - 45 i R t 72 pat (2 ft. Sarcharge) a S S4S as DEPTH OF NORM WIDTH OF EXCH(FEET) VeRr. VERT. TRENCH XULN1M ALLOWABLE HORIZONTAL SPACING DPTO ;UPTo up To up To UP (FEE) SPACING SPACING SIZE SPACING FEET CLOSE 2 1 3 1 4 6 (FEET) 4 6 9 2 5 (FEET) (M s UP 6 TO 4X6 06 4X6 6X6 6X6 s US i 2 418 4I12 TO ue TO 9 4X6 4X6 6X6 6X6 6X6 5 8x8 1 5 318 4X8 UP TO 10 10 4X6 4X6 6X6 6X6 6X8 5 8xLO S 416 Sea Note 1 up TO 1 10 6 6X6 6X6 6X6 6X8 6X8 S 8X8 5 3X6 4XL0 UP 'CO 1 TO 6X8 6X8 6X8 8X8 8X8 5 1OI10 5 3X6 4X10 UP TO is 10 6Xe j.6X6 8x8 exe Ole s 1OX12 s 3X6 4X10 See Note l UP TO 15 6 6Xe 6Xe 616 6X8 8Xe 5 e110 S 4X6 UP TOTO 8 6X8 6X8 6X8 8X8 818 5 LOX12 5 4X6 UP TO 1 1 1 20 10 exe exe 8x8 exe exe 5 12x12 5 4X6 See Note I OVER SEE NOTE I 20' • Douglas fir or equivalent with a bending ■trengtb not leas than 1500 pat. *• Manufactured suwbers of equivalent strength guy be substituted for wood. (7 CL O -0 d C o w o w or^D�� n n n n A 5 zi, xro Ch fb n CC ww•F� ACr N nl (n C) rt w A n-o Fn�U xC 0 N M rp 7 bd `rw dm n as�'wwn��'Iy 0 1 vhwC x(t' w 00 O° n v w 2N v v 19'] �d 00 �v n S 0 a 7 a C m Moo^ x n �a 7 0 y 7 a:1 � ^• o < d n rD n N N N m ^ w n ^ ? MGM cM. n:3, w_ E5m a rt w^ S R C TABLE C-2.3 TIMER TRENCH SNORING -- MINIMUM TIMBER REQUIREMENTS • SOIL TYPE C Pa - 80 X H * 72 psf (2 ft. Surcharge) DEPTH ** OFC OSS BRACES WALES UPRIGHTS HOR1Z. W VERT. VERT. MAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP TO UP TO UP To UP To TRENCH SPACING SPACING SIZE SPACING (FEET) (FEET) (FEET) 4 6 15 FEET CLOSE UP TO 6x6 6x6 6X6 6X6 axe 5 8x8 5 3X6 5 UP TO 6X6 6X6 616 8X6 8X8 5 1OX10 5 3X6 TO B UP TO 10 10 6x6 6X6 axe axe 8XB 5' IOX12 5 3X6 See Note 1 UP TO 10 6X8 6X8 618 8X8 8X8 5 1OX10 5 4x6 UPTO TO B 8X8 8X8 BX8 8X8 BX8 5 12x12 5 4X6 15 Note 1 Note 1 UP TO axe axe axe 8x10 8X10 5 1OX12 5 4X6 15 6 See TO Note 1 See 20'Note 1 ee ote 1 OVER 20 SEE NOTE 1 * Douglas fir or equivalent with a bending acrenglh not less than 1500 psi. ** Manufactured members of equivalent strength may be substituted for wood. u Occupational Safety and Health Admin., Labor 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, aro 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 Modu- lus requirements in the D-1 Tables. Alu- minum material is 6061-T6 or material of equivalent strength and properties. (2) Hydraulic cylinders specifications. (1) 2- inch cylinders shall be a minimum 2-inch in- side diameter with a minimum safe working capacity of no less than 18.000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufaturer. (li) 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- 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 11926.652. (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- 1.9. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the verti- cal 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 verti- cal spacing is held constant at four feet on center. The tables show the maximum hori- zontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydraulic 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 ver- tical 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 I & 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 399 ,.... f-----, 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. ver- tically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 342 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installa- tion.) (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 51926.652(c)(2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to 51926.652(c)(2) and 51926.652(c)(3). 29 CFR Ch. XVII (7-1-98 Edition) (2) 2 inch diameter cylinders. at this width, shall have structural steel tube (3.5x3.54.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (1) 2 inch cylinders shall be a minimum 2-inch in- side diameter with a safe working capacity of not less than 18.000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Maxi- mum 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 mini- mum 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. 400 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 S OVER S UP OVER 12 UP TO 12 TO 15 (FEET) (FEET) (FEET) OVER 5 g UP TO 10 OVER 10 g 4 2 INCH 21NCH 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, ate found in Appendix D. Item (g) Note (1): See Appendix D. Item (g) (1) Note (2): See Appendix D, Item (g) (2) r� TABLED - I I ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS WIDTH OF TRENCH 0%E7) DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVER 8 UP OVER 12 UP TO 12 Tn l5 (FEET) (FEET) (FEET) OVER 5 UP To 8 10 OVER 10 6.5 4 2INCH 21NCH 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, ate found in Appendix D, Item (g) Note (1): See Appendix D, Item (g) (1) Note (2): See Appendix D. Item (g) (2) u TABLE D -1.3 ALUMINUM HYDRAUUC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS DEPTH • WIDTH OF TRENCH (FEED MAXAORMSPACING (ONCENiEA) UP TO B OVER 8 UP TO 12 OVER 12 UP T015 2 FT. 3 FC. OF TRENCH VERTICAL SPAC4i0 SECTION MODULUS HORIZ CYLINDER DIAMMU HOREL SPACING CYLINDER DIAMMER HORIZ SPACING CYLINDER DIAMEM (FEET) (FBE'I) ()NM) ISPACM OVER 5 UP TO 4 3.5 8.0 21N 8.0 2 IN NOTE U2 8.0 3IN 3x12 7.0 9.0 21N 9.0 21 NOTE(2) 9.0 3IN 10 14.0 12.0 3IN 12.0 31N 12.0 31N OVER 3,5 6.0 21H 6.0 2IN 6.03IN 7.0 8.0 3 IN 8.0 3 IN 8.0 3 IN 10 UP TO 4 342 14.0 10.0 31H 10.0 31N 10.0 3IN 15 OVER 3.5 5.5 21N 5.5 2IN NO 2 53 3IN 7.0 6.0 3IN 6.0 3IN 6.0 31N 15 UP TO 4 3x12 -'- --- 14.0 90 3IN 9.0 3IN 9.0 31N 20 OVER 20 NOTE (1) Footnotes to tables. and general notes on hydraulic shoring, we found in Appendix D. Item (g) Notes (1): See Appendix D, item (g) (1) Notes (2): See Appendix D. Item (g) (2) 0 Consult product matiufaeturer and/or qualified engineer for Section Modulus of available wales. C'G TABLE D -1.4 ALUMINUM HYDRAULIC SHORING WALERSYSTEMS FOR SOW TYPE C DEPTH OF TRENCH (FEET) WALES HYDRAULIC CYLINDERS TIMBER UPRIGHTS VOUICAL SPACING (FEET) . SEcnaN MODULUS QW) WIDTHOFTRENCH (FEET) 1MXJiORIZSPAaNO ON Ct]r IDt UP TO S OVER S'UP TO 12 DVEK 12 UP TO 15 SaM SHEEI 2 Fr. 3 FT, tlotr>z SPACING tlowz 'CYL24M SPACING xoxrt SPACwO tarmFJt OVER 5 UP TO 10 4 3.5 6.0 2IN 6.0 i NO 6.0 . 31N 302 7.0 6.5 21N 6.5 TIN NOTE(2) 6.5 - 31N - 14,0 10.0 31N 10.0. 31N 10.0 31N OVER UP TO 15 4 3.5 4.0 21N 4.0 IN N 7 4.0 3IN 3x12 7.0 5.5 31N 5.5 31N 5.5 3IN - 14.0 8.0 31N 8.0 3IN 8.0 3IN OVER 15 UP TO 20 4 3.5 3.5,+ " 21H 3.5 2 IN NOTECII 3.5 3 IN 3x12 --- 7.0 5.0 3IN 5.0 31N 5.0 3IN 14.0 6.0 3 IN 1 6.0 3 IN 6.0 31N OVER 20 NOTE(J) Foouotos to tables. and general totes on hydraulic shoring. are found in Appendix D. hewn (g) Now (I). See Appendix D, item (g) (1) Now (2): See Appendix D, Item (g) (2) • Consult product manufacturer and/or qualified engineer for Section Modulus of available wake. u Pt. 1926, Subpt. P, App. E 29 CFR Ch. XVII (7-1-98 Edition) APPENDIX E TO SUBPART P—ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring IBM M VER1 SPAC 4' NA RTICAL RAIL rORAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring 1 , ti .• 406 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. E Figure 3. Trench Jacks (Screw Jacks) Figure 4. Trench Shields 407 Pt..1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-98 Edition) APPENDIX F TO SUBPART P—SELECTION OF PROTECTIVE SYSTEMS The following figures are a graphic summary of the requirements tahtained'in subpart P for excavations 20 feet or less in depth. Protective.systems for use in excavations more than 20 feet in depth must be designed -by a registered profes- sional engineer in accordance with 51926.652 (b) and (c). Is the excavation more 'tban 5 feet in depth?. Is there potential for cave-in? setectea. Go to Figure 2 Is the excavation entirely in stable rock? k .. Excavation may=be made with vertical sides. Excavation must be Wn sloped, shored, or shielded. �ing or shielding cted. I Co to Figure 3 FIGURE 1 — PRELIMINARY DECISIONS 408 Occupational Safety and Health Admin., labor Pt. 1926, Subpt. P, App. F ISloping selected as the method of protection Will soil classification be made in accordance with J1926.652 (b)? Excavation must comply with Excavation& must comply one of the following three vith51926.652 (b)(1) which options: requires a slope of 1�H:W (346). option 1: S 1926.652 (b)(2) which requires Appendices A and E to be followed Option 2: 31926.632 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: S1926.652 (00) whieh requires the excavation to be designed by a registered professional engineer. FIGURE 2 — SLOPING OPTIONS R11'] Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-98 Edition) 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 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). Option 2 11926.652 (c)(2) which requires manufacturers data to be followed (e.g. hydraulic shoring,trench jacks, air shores, shields). Option 3 S1926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). Option 4 51926.652 (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 410 APPENDIX B GEOTECHNICAL SOILS INVESTIGATION REPORT �= 01269104 APPENDIX B . 08/04 July 10, 2004 Parkhill, Smith & Cooper % Leonard Nail 4222 85th Street Lubbock,Texas 79423 Attn: Mr. Leonard Nail Subject: Geotechnical Exploration CITY OF LUBBOCK PROPOSED QUAKER AVENUE SEWER LOCATION Lubbock,Texas DPTL Report No. 6679 Dear Mr. Nail: Dyess-Peterson Testing Laboratory, Inc. (DPTL) has completed the authorized subsurface exploration boring and engineering analysis for the above mentioned project as requested by yourself on June 28, 2004. The following report briefly presents our understanding of the project, reviews our exploration procedures, describes existing site and subsurface conditions. The primary issue at this particular site is the need to provide in -situ soils conditions as they relate to the necessary excavation processes for the sewer relocation. We have enjoyed working with you on this phase of the project and are prepared to assist you with the required testing during the sewer relocation. If you have any questions regarding this report or we can be of further service please do not hesitate to call us at (806) 372-4911. We look forward to working with you in the future. Sincerely, Inc. E. I Wy-PIJIRM 110H IPHRMH, IBC. Geotechnical Soils Investigation CITY OF LUBBOCK PROPOSED QUAKER AVENUE SEWER LOCATION Lubbock,Texas DPTL Report No. 6679 GENERAL SUMMARY The following is a brief summary of the information detailed in the following report. All issues summarized in this section are discussed in more detail in the report. This report must be read in its entirety prior to the implementation into construction of this project. DPTL has performed 1 geotechnical boring at this site. The site is located in the Northwest quadrant of the intersection of Quaker Avenue and the Brownfield Highway in Lubbock, Texas. The boring was extended to a depth of 30' below existing ground surface. 2. According to the United States Department of Agriculture the subsurface material encountered at this site should be an Amarillo -Urban land complex. Amarillo soil make up about 55 percent of this unit, Urban land about 35 percent and other soils about 10 percent. Amarillo soils are well drained, surface runoff is high, hazard of water erosion is slight, permeability is moderate and hazard of wind erosion is moderate. 3. Groundwater was encountered at this site at the 30' depth in the one (1) boring drilled at which time the boring was terminated. Groundwater at this depth is uncommon for this area of Lubbock. These and other construction preparation information are discussed in more detail in the attached report. 1.0 INTRODUCTION 1.1 Project Information It is our understanding that our geotechnical boring information will be utilized to determine the degree of difficulty estimated for the excavation process. The types of soils to be encountered and description of existing density are summarized in the following sections and on the attached log of boring for the proposed sewer relocation project. 1.2 Purpose of Exploration The objective of this exploration was to explore the general subsurface conditions at the site and to evaluate and analyze these conditions as they relate to excavation for the sewer relocation placement. 1.3 Scope of Exploration The scope of work included a site reconnaissance, soil test boring, sampling, laboratory testing, engineering evaluation of the field and laboratory data, and the preparation of this report. Specifically, this report addressed the following: 1. Description of the existing site conditions 2. A description of the area, site evaluation and subsurface conditions 3. Subsurface soil, rock stratigraphy and groundwater observations 2.0 INVESTIGATION PROCEDURES 2.1 Visual Inspection The site and surrounding areas were evaluated visually by an employee of DPTL. The observations were utilized during the summarization of the known geologic conditions in relation to site specific conditions. �ul�f-D[TGI1�M T[CT1�f, I llil(1i111T�ilu I�� 2.2 Scope of Field Investigation One (1) geotechnical boring was advanced at the approximate location shown on the attached Boring Location Map. The depth of the boring was 30 feet below existing ground surface. No exact sea -level elevation was given at the time of this report so a relative elevation of 100.00' is assumed for report purposes only. The boring was located in the field by DPTL personnel with the help of Leonard Nail. There were no restrictions encountered by underground utilities as they were located before drilling began by Dig TESS Excavation System process as arranged by DPTL personnel. Please note, the boring was advanced in the approximate location it is shown on the Location of Boring Map. Representative soil samples of the subsurface materials were obtained utilizing a split - spoon sampling method as per ASTM D-1586. A standard 2-inch O.D. split -spoon sampler was driven 18-inches into subsurface materials using a 140-pound hammer with a fall of 30-inches to obtain relatively disturbed samples at selected depths during drilling procedures. The number of blows to drive the split -spoon sampler the final 12-inches of penetration, known as N-Value; is recorded in the appropriate column on the log. The samples were removed from the sampler and placed in sealable plastic bags to prevent moisture loss or gain and to be used in further testing. The boring was backfilled with on - site materials upon completion. The soil classifications and descriptions are based on visual examination, as outlined in ASTM D-2487-92, the Unified Soil Classification System in conjunction with Munsell Soil Color Charts, and should be considered approximate. Subsurface materials encountered are recorded on the Boring Log, which depict soil classifications, descriptions, and penetration resistance and are included in Appendix B. 2.3 Scope of Laboratory Testing Minus #200 sieve analysis (ASTM D 1140-92), existing moisture content (ASTM D 2216) and Atterberg limit tests (ASTM D 4318-84) were performed on selected samples to assist in classification of subsurface materials and determination of engineering characteristics of the materials. All laboratory results are described on the attached Log of Boring, 3.0 SITE AND SUBSURFACE CONDITIONS 3.1 Site Descriptions The site of this project is located in the Northwest quadrant of the intersection of the Brownfield Highway and Quaker Avenue in Lubbock, Lubbock County, Texas. Ground vegetation on the site consists of some fairly well maintained (low cut) grass with other areas being gravel. The boring was located about 4' lower than the abandoned railroad line that is approximately 5'-7' above the elevation of the water level of the nearby playa lakes but is below the centerline elevation of both Quaker Avenue and Brownfield Highway roadways. The topographical condition, at the site, consists of a relatively level site and is not well drained in its present condition. 3.2 Subsurface Conditions All data interpreted from the geotechnical borings are detailed in the Log of Boring. As previously mentioned, the location of the test boring is pictured on the attached boring location map. The subsurface conditions discussed in the following paragraphs and those depicted in the Log of Boring are based solely on the information obtained from the geotechnical boring drilled at the site and represents an estimate of the subsurface conditions based on interpretation of the boring data using normally accepted geotechnical engineering judgments. P9FSS-P�IPRSOP 1�S11Pf, I AAOAAiPA9 IPf The soil boring encountered Clayey Sand, Silty Clayey Sand, Silty Sand, Fat Clay and Sandy Lean Clay. These strata are discussed in the following paragraphs. No excessive moisture contents existed in the borings. The soils appear to be in a dry state. Based on the field testing, excavation processes should not be difficult. The most dense strata that might provide a little resistance would be the Silty Sand (SM) at the 9'-15' depth. No rock was encountered in the boring. Excavation in this area should be the same as anywhere else in the Northwest quadrant of the City of Lubbock. 3.2.1 Sandy Lean Clay (CL) Sandy Lean Clays were encountered in the boring from the 5 to 9' depth and again from the 15 to 19' depth. The color of this soil was Reddish Yellow. The plasticity index (PI) of the Sandy Lean Clay ranged from 22 to 24 which results in a degree of plasticity of plastic, the moisture contents were 11.1 and 11.2 percent, while the density varied from medium dense to very dense. The Standard Penetration Test values (blow counts) for the Sandy Lean Clays existing in the boring ranged from 29 blows for 12 inches of penetration to 66 blows for 12 inches of penetration. 3.2.2 Clayey Sand (SC) Clayey Sands were encountered in the boring from the surface to the 4' depth and again from the 24 to 30' depth. The colors of this soil were Light Brown, Brown and Reddish Brown. The plasticity index (PI) of the Clayey Sands ranged from 9 to 15 which results in a degree of plasticity of low to moderate, the moisture contents ranged from 4.9 to 22.6 percent, and the density varied from medium dense to dense. The Standard Penetration Test values (blow counts) for the Clayey Sands existing in the boring ranged from 23 blows for 12 inches of penetration to 42 blows for 12 inches of penetration. 3.2.3 Silty Clayey Sand (SM-SC) Silty Clayey Sand was encountered in the boring at the 4' depth. The color of this soil was Strong Brown . The plasticity index (PI) of the Silty Clayey Sand was 6 which results in a degree of plasticity of low, the moisture content was 6.1 percent. 3.2.4 Silty Sand (SM) Silty Sand was encountered in the boring from the 9 to 15' depth. The color of this soil was Pinkish White with Cemented Caliche. The plasticity index (PI) of the Silty Sand was NP which results in a degree of plasticity of none, the moisture content was 2.1 percent, and the density was very dense. The Standard Penetration Test values (blow counts) for the Silty Sand existing in the boring was 50 blows for.3 inches of penetration. 3.2.5 Fat Clay with Sand (CH) Fat Clay with Sand was encountered in the boring from the 19 to 24' depth. The color of this soil was Reddish Yellow. The plasticity index (PI) of the Fat Clay with Sand was 26 and 27 which results in a degree of plasticity of highly plastic, the moisture contents were 13.1 and 13.4 percent, while the density was dense. The Standard Penetration Test values (blow counts), for the Fat Clay with Sand existing in the boring was 34 blows for 12 inches of penetration. �9F��-P1:11:AS�� 1�;11�f, IAR�A�1�R9 I�f. 3.2.6 Groundwater As mentioned previously, groundwater was encountered at the 30' depth below existing ground surface. Groundwater at this depth is not uncharacteristic for this part of Lubbock based on the playa lakes that exist very close to the site. The amount of water is expected to vary with seasonal rainfall, other climatic conditions, surface runoff, permeability of on -site soils, continuity of pervious soils, irrigation practices, and other factors. These observations do not constitute a groundwater study nor was such a study authorized as a part of the scope of investigation only the determination of the present groundwater elevation. 3.2.7 Shrink/Swell Potential The tendency for a soil to shrink and swell with changes in soil moisture content is a function of the clay content and the type of clay material. These are reflected in soil consistency as indicated by the liquid limit and plasticity index of the Atterberg Limits Tests. A generalized relationship between shrink/swell potential and the soil plasticity index (P.I.) is shown as follows: General Relationship Between P.I. and Shrink/Swell Potential P.I. Range Shrink/Swell Potential 0 to 15 Low 15 to 25 Medium 25 to 35 High >35 Very High The soils at this site possess a low to medium shrink/swell potential. 4.0 EXCAVATION SAFETY CONSIDERATIONS Utility trenches or other excavations that extend to or below a depth of 5-foot below construction grade, the contractor or others shall be required to develop a trench safety plan to protect personnel entering the trench or trench vicinity. The collection of specific geotechnical and the develop of such a plan which could include designs for sloping, benching or various types of temporary shoring, is beyond the scope of the current study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. The soils at the depths needed for excavation are classified as non -cohesive to cohesive. The maximum allowable slope for excavations less than 20-feet are 1 HA V for a short term. It is important for the design geotechnical engineer to be allowed to observe the excavations to make a determination as to the quality and competency of the soil materials. If sandy or clayey material is observed not to be stable at a 1 horizontal to 1 vertical slope or if large pockets of non - cohesive soils are encountered, the excavations may require being sloped even more gentle. If any sloughing subsidence or tension cracks are observed in the soil, the contractor should stop all work and notify the design geotechnical engineer. R9PSS-PILI RM 110H LPHRMV, I. 3.2.6 Groundwater As mentioned previously, groundwater was encountered at the 30' depth below existing ground surface. Groundwater at this depth is not uncharacteristic for this part of Lubbock based on the playa lakes that exist very close to the site. The amount of water is expected to vary with seasonal rainfall, other climatic conditions, surface runoff, permeability of on -site soils, continuity of pervious soils, irrigation practices, and other factors. These observations do not constitute a groundwater study nor was such a study authorized as a part of the scope of investigation only the determination of the present groundwater elevation. 3.2.7 Shrink/Swell Potential The tendency for a soil to shrink and swell with changes in soil moisture content is a function of the clay content and the type of clay material. These are reflected in soil consistency as indicated by the liquid limit and plasticity index of the Atterberg Limits Tests. A generalized relationship between shrink/swell potential and the soil plasticity index (P.I.) is shown as follows: General Relationship Between P.I. and Shrink/Swell Potential P.I. Range Shrink/Swell Potential 0 to 15 Low 15 to 25 Medium 25 to 35 High >35 Very High The soils at this site possess a low to medium shrink/swell potential. 4.0 EXCAVATION SAFETY CONSIDERATIONS Utility trenches or other excavations that extend to or below a depth of 5-foot below construction grade, the contractor or others shall be required to develop a trench safety plan to protect personnel entering the trench or trench vicinity. The collection of specific geotechnical and the develop of such a plan which could include designs for sloping, benching or various types of temporary shoring, is beyond the scope of the current study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. The soils at the depths needed for excavation are classified as non -cohesive to cohesive. The maximum allowable slope for excavations less than 20-feet are 1H:1V for a short term. It is important for the design geotechnical engineer to be allowed to observe the excavations to make a determination as to the quality and competency of the soil materials. If sandy or clayey material is observed not to be stable at a 1 horizontal to 1 vertical slope or if large pockets of non - cohesive soils are encountered, the excavations may require being sloped even more gentle. If any sloughing subsidence or tension cracks are observed in the soil, the contractor should stop all work and notify the design geotechnical engineer. HM-PILI RM ITS [PHRUM, I. 5.0 QUALIFICATION OF RECOMMENDATIONS The recommendations in this report were developed from the information obtained from the test boring which give subsurface conditions only at the specified depths and at the specified times on the boring logs that there are no pre-existing deep excavated areas that have been backfilled on this site. It is also assumed that the moisture levels encountered at this site will not be permitted to materially increase over those shown on the tests. In addition, the laboratory test results for selected soil and rock samples relate only to the samples tested. Rock and soil conditions at other locations may vary from the indicated conditions and the nature and extent of the variations may not become noticeable until the course of construction. If variations do appear, it will be necessary to re-evaluate the recommendations of this report after making notes of all the variations. Also, if any changes occur in the proposed construction, including site location, this office should be notified so a review can be made. It is important that a geotechnical engineer be retained to review the specifications and plans and also for testing and observations during the foundation construction and earthwork phases of the proposed construction to help confirm the design requirements are fulfilled. Our professional geotechnical services have been performed, our findings logged and our report prepared in accordance with generally accepted geotechnical engineering practices. This warranty is in lieu of all other written warranties either expressed or implied. This report shall not be reproduced except in its entirety and with the express written permission of Dyess-Peterson Testing Laboratory, Inc. nu[CCDiumn uninC IDDDDDTDDu InP UVLUU I L I LILUUII I LU I IIIU L I IUU ILII IUIIU, III V. Site and Boring Location Map Project: City of Lubbock Proposed Quaker Avenue Sewer Location Lubbock, Texas DPTL No.: 6679 OUfff_DOEDUn TECTIAC IDDII ODU JU YVLV. I LI LIIYYII I L V I I IIY LIIYVIIII I.IIV, III.. BORING: 1 Dyess-Peterson Testing Laboratory, Inc. I^ PROJECT: Quaker Avenue Sewer Relocation LOCATION: Lubbock, Texas CLIENT: Parkhill, Smith & Cooper %Leonard Nail LOGGED BY: L. Peteson DRILLED DATE: 7/2/04 DRILLED BY: G. Perez DRILLING METHOD: Mobile B-61 3 1/4 inch ID Auger ELEVATION: 100.00' Depth Sample Soil Log Description SPT Blows/Ft Moisture Percent Pock. Pens. LL PL PI Unconfined Compressive Passing 200 TSF Strength TSF Sieve �I 0 C'layey_Sand: Ligght Brown (SC) 4.9 25 16 9 35.7 6/3/7.5YR Clayey Sand: Brown (SC) 6 - 6" 10 - 12" 6.0 22 15 7 29.9 5/4/7.5YR 13 - 18' Silty Clayey Sand: Strongg Brown (SM-SC) 6.1 20 14 6 61.4 5 5 16 / 7.5YR 7 - 6" 11.1 49 27 22 61.7 _ Reddish Yellow (CL) Sandy Lean OU 15 - 12" 6 1 / 7.5YR 14 - 18" 50 - 3" 2.1 21 - NP 16.6 Silty Sand: Pinkish White with Cemented Caliche 10 8/2/7.5YR SandyLean 9Reddish Yellow (CL) 12 - 6" 6 6 / 7.5YR 17 - 12" 49 - 18" Fat Clay with Sand: Reddish Yellow (CI) 6 18 / 7.5YR 24 - 6" 18 - 12" 16 - 18" Clayey Sand: Reddish Brown (SC) 3 / 4 / 5YR 17 - 6" 17 - 12' 25 - 18" Clavev Sand: Reddish Brown (SC) 17 - 6" 5/4/5YR 13 - 12" 19 - 18" • T.D. - 30' ' Water Encountered " 11.2 1 1 49 1 25 1 24 13.1 52 13.4 51 19.8 41 19.3 40 25 27 25 26 28 13 25 15 1 22.6 1 1 35 1 22 1 13 65.9 73.1 77.3 36.8 39.0 1 36.6 40