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