Loading...
HomeMy WebLinkAboutResolution - 2008-R0293 - Contract - Deerwood Construction Inc.- Well Field Improvements - 08/12/2008Resolution No. 2008-80293 August 12, 2008 Item No. 5.14 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the City Council of the City of Lubbock hereby authorizes and directs the Mayor of the City of Lubbock to execute a unit price construction Contract per RFP 08- 723 -DD by and between the City of Lubbock and Deerwood Construction, Inc., of Lubbock, Texas, for Bailey County Well Field improvements, which Contract and any associated documents are attached hereto and made a part of this Resolution for all intents and purposes. Passed by the City Council this 12th day of August , 2008. ATTEST: q0—'-*4Z70;C TOM MARTIN, MAYOR Reb - �arza,y Secretary CO3RENT: Thoffas L. Adams Deputy City Manager/Water Utilities Director AS TO FORM: Don Vandiver, Assistant City Attorney D Dres/DeerwoodU PconVlkes July 24, 2008 City of Lubbock PUBLIC WORKS CONTRACTING OFFICE SUITE 204, MUNICIPAL BUILDING 1625 13"' STREET LUBBOCK, TEXAS 79401 PH:(806)775-2168 FAX:(806)775-2164 http:ilpurchasing.ci.lubbock.te.us RFP# 08-723-DD, Addendum # I ADDENDUM # 1 RFP # 08-723-DD Bai I ey County Well Field Improvements Phase I I DATE ISSUED: June 25, 2008 CLOSE DATE: July 8, 2008 Ca? 1:00 P.M. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. A site visit opportunity will be scheduled for July 1st at 10:00 A.M... The meeting will begin at the Booster Station/Reservoir at 2380 East US Highway 84 Muleshoe, Texas. The compound is located 8 miles east of Muleshoe, Texas on the south side of the highway. This is between Sudan and Muleshoe. There is a large aluminum dome on the ground storage reservoir that is visible from the highway. If you are interested in attending the site visit you will need to contact Jeanie Holloway with Parkhill Smith & Cooper no later than 3:00 P.M. Monday June 30, 2008. Jeanie can be reached at (806) 473-2200. Participants will need to bring their own transportation, capable of being on dirt roads that are similar to county maintained roads. The site visit opportunity could be limited to paved roads by weather and may not be rescheduled. All requests for additional information or clarification must be submitted in writing and directed to: Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2168 or Email to dcioss tt?tnvitibboel..us. THANK YOU, Darlene Doss Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the City of Lubbock Buyer if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Buyer no later than five (5) business days prior to the proposal close date. A review of such notifications will be made. RFP# 08-723-DDadI CITY OF LUBBOCK SPECIFICATIONS FOR BAILEY COUNTY WELL FIELD IMPROVEMENTS PHASE II RFP #08-723-DD Contract #8493 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY http://I)r.thereproductioncoml2an-Y.com/ Phone: (806) 763-7770 "A City of Planned Progress " CITY OF LUBBOCK Lubbock, Texas Pau Intentionally Left Blank M CITY OF LUBBOCK REQUEST FOR PROPOSALS FOR TITLE: BAILEY COUNTY WELL FIELD IMPROVEMENTS PHASE II ADDRESS: LUBBOCK, TEXAS RFP NUMBER: RFP 08-723-DD PROJECT NUMBER: 91003.8302.30000 CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE Page Intentionally Left Blank City of Lubbock, TX Public Works Contracting Office Contractor Checklist for RFP # 08-723-DD 3 Before submitting your proposal, please ensure you have completed and included the following: 1. Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL form. Proposal Submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be written in both words and numerals and in the event of a discrepancy the amounts written in words shall govern. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. Carefully read the BASIS OF PROPOSALS and SELECTION CRITERIA in paragraph 32 of the General Instructions to Offeror's. Ensure ALL criteria are addressed in your submittal. 2. Include BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. m 3. Clearly mark the proposal number, title, due date and time and your company name and address t- on the outside of the envelope or container. 4. Ensure your proposal is RECEIVED by the City of Lubbock Public Works Contracting Office prior to the. deadline. Late proposals will not be accepted. 5. Complete and submit the "CONTRACTOR'S STATEMENT OF QUALIFICATIONS". 6. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Must include signature of the agent or broker. Contractor's signature must be original. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with the questionnaire. 8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. Complete and submit a PROPOSED List of Sub -Contractors. DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING: Complete and submit the FINAL List of Sub -Contractors. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or Print Company Name) Pate Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS LOCAL GOVERNMENT CODE § 271.116 4. PROPOSAL SUBMITTAL — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROPOSED LIST OF SUBCONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days after the close date when proposals are due) 5-1. FINAL LIST OF SUBCONTRACTORS (only required if different from proposed list) 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. GENERAL CONDITIONS OF THE AGREEMENT 11. CURRENT WAGE DETERMINATIONS 12. SPECIFICATIONS PaEe Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank t A Li NOTICE TO OFFERORS RFP 08-723-DD Sealed proposals addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the Public Works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 P.M. on July 8, 2008 or as changed by the issuance of formal addenda to all plan holders, to furnish all labor and materials and perform all work for the construction of the following described project: "BAILEY COUNTY WELL FIELD IMPROVEMENTS PHASE II" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Buyer and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the Public Works Contracting Office for the City of Lubbock, before the expiration of the date above first written. Proposals are due at 1:00 P.M. on July 8, 2008, and the City of Lubbock City Council will consider the proposals on July 24, 2008 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 proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of "A" or better. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. It shall be each offeror's sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on June 24 2008 at 9:00 A.M., in the Training Room, at the Water Treatment Plant 6001 North Guava Avenue, Lubbock, Texas. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://Vr.thereproductioncompany.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made payable to The City of Lubbock, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Attention of each offeror 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 Buyer of the City of Lubbock, which i document is specifically referred to in this notice to offerors. Each offerors 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 offerors that in regard to any contract entered into pursuant to t_ this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. _ The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre- , proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Public Works Contracting Office at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. ri CITY OF LUBBOCK Darlene Doss, BUYER 1-1 H 0 GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish BAILEY COUNTY WELL FIELD IMPROVEMENTS PHASE II per the attached specifications and contract documents. Sealed proposals will be received no later than 1:00 P.M., July 8, 2008 at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP#08-723-DD, Bailey County Well Field Improvements Phase II" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Darlene Doss, Buyer City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Public Works Contracting Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No proposals will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal meeting will be held on June 24, 2008, at 9:00 A.M., in the Training Room, at the Water Treatment Plant, 6001 North Guava Avenue, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at http://www.RFPdepot.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 up blic libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Public Works Contracting Office. At the request of the proposer, or in the event the Public Works Contracting Office deems the interpretation to 1 1 0 R be substantive, the interpretation will be made by written addendum issued by the Public Works �s Contracting Office. Such addenda issued by the Public Works Contracting Office will be available over the Internet at http://www.RFPdepot.com and will become part of the proposal l package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by p the City of Lubbock Public Works Contracting Office no later than five (5) days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing._3 Only information supplied by the City of Lubbock Public Works Contracting Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer mayll have had before or after receipt of this RFP with any individuals, employees, or representatives Fi of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. l 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Buyer and a clarification obtained before the proposals are received, and if no such notice is received by the Buyer prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify Buyer before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a nrnposal_ r 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. _1 2 ~ 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT - 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 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 proposal 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 p J received for a portion of your proposal 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 proposal 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 proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, t _< vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents 3 [z and prepare a proposal without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Offerors. i 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Buyer if any language requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City of Public Works Contracting Office no later than five (5) calendar days I before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Darlene Doss, Buyer City of Lubbock Public Works Contracting Office 1625 13t1' Street, Room 204 Lubbock, Texas 79401 Fax:806-775-2164 Email: ddoss((Dmylubbock.us RFPDepot: http://www.RFPdepot.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 P AYMEivT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor t to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the 4 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. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in } this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 5 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: t- Y (a) The experience record of the proposer showing completed jobs of a similar nature to the one Ri covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualities for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, 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. 6 24 25 26 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the 7 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 -1 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. F 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 i" a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, 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 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without bung considered. 29 PREPARATION FOR PROPOSAL 29.1 The proposer shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the proposer shall state the price both in words and numerals, - for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. ' 8 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or ' others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. `.. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to 1: Offerors, and endorsed on the outside of the envelope in the following manner: 28.3.1 Proposer's name 28.3.2 Proposal for: Bailey County Well Field Improvements Phase II 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for Imo: opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: g (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. t (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF OFFERORS er may be required before the award of an contract to show to the complete satisfaction of The proposer y q y p the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past 9 32 history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The f_ City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all 1-1 information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. rill (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. H (e) The safety record of the Contractor and proposed Sub -Contractors Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past three (3) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of rl supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA U The City of Lubbock will use the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Local Government Code Section 271.116. The selection criteria used to evaluate each proposal will include the following: 32.1 60% Price. 32.2 20% Contractor qualifications. Complete and submit the "Contractor's Statement of Qualifications". City shall have an opportunity to interview the job superintendent at a time to be named after receipt of proposals. o 32.3 10 /o Safety Record Questionnaire. 32.4 10% Construction time. The estimated budget for the construction phase of this project is $800,000 Proposals shall be made using the enclosed Proposal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR 10 i PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33. S A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN THE PROPOSAL CLOSE DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 34.2 This provision is not meant to preclude offerors from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential offerors, assure that contract decisions are made in public, and to protect the integrity of the proposal process. Violation of this provision may result in rejection of the offeror's proposal. 11 Pate Intentionally Left Blank TEXAS LOCAL GOVERNMENT CODE & 271.116 SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Paize Intentionally Left Blank § 271.116. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS. (a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a governmental entity shall follow the procedures prescribed by this section. (b) The governmental entity shall select or designate an engineer or architect to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. (c) The governmental entity shall provide or contract for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for acceptance of the facility or project by the governmental entity. The governmental entity shall select those services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify theirs in the request for proposals. (d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria, estimated budget, project scope, schedule, and other information that contractors may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. (e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. (f) The governmental entity shall select the offeror that offers the best value for the governmental entity based on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. (g) In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL I Paee Intentionally Left Blank PROPOSAL SUBMITTAL UNIT PRICE PROPOSAL CONTRACT I-] " "4t I DATE:` F,' i PROJEC"1" NUMBER: 908-723-DD - BAILEY COUNTY WELL FIELD IMPROVEMENTS PHASE 11 rl '�G i . 1 r���,{ 1!/- - -- — (hereinafter called Offeror) Proposal of �' u _,� --- -- -- r i '1'o the Honorable Mayor and City Council City of Lubbock,'Fexas (hereinafter called Owner) I,adies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Bailey County Well Field I Improvements Phase It having carefully examined the plans, specifications, instructions to offerors, notice to offerors Y and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding fire 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. - Estimated Item Quantity t_. No. & unit Description of Item Total Amount BASE PROPOSAL 1. I LS Mobilization/Demobilization including insurance, performance bond, payment bond and move-in/move-out related costs for the lump sum price SUBTOTAL BASE PROPOSAL ITEMS # 1: "� r l G 1'—"v4..��{,nY.1 v� ty.-l� (unit Price Amounts shall he shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) WELL, 1 (COL 263-R) 1-1, 51 LF Furnish and install 6-inch C900 PVC water line in trench including trenching, bedding, backfill, testing, labor, material and equipment, complete in place, for the unit price per linear foot (; 4,� TOTAI.ITEM itI-1: (� s� G' • i,f , $ rJ• '[,F( Wnit Price Amounts >hall hdshowi in i, th surds and nwncrals. In case of discrepancy, the amount sh mn in %ords shall govern.) 1 ?. 1 FA Furnish and install 6-inch -ate valve and box, complete in place, for the price per each ttq ,,dt; �J �/• j ; 1. y�.i 3 1 { r si� .l A Y't 1Li1 f #1 ✓ t ,�(l.�LG,.' TOTAL ITEM.!; 1 X s � _� � — Unit Price Amounts shall he shossn in both sserds and nwncrals. In ca-se of diserepanc% the amount sltot4n in words ,hail govern.) ``�' Offeror's initials Estimated _ Item Quantity No. & Unit Description of Item Total Amount 1-3. 51 LF heavy polyethylene warning tape, complete in place, for the price per linear foot f' I TOTAL ITEM k l -3: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy. the amount shown in words shall govern.) 1-4. 1 EA Furnish and install 8"x 6" ductile iron tee for connection to existing water line, complete in place, for the unit price per each TOTAL ITEM # 1-4: "i r ? G/ lt'af✓ i�•',�lir'i'�L�i I,� L i,i [rt r/l%1$ �., ; EA(-(1 (Unit Price Amounts shall be shown in both words and numerals. In case o discrepancy, the amount shown in words shalt govern.) 1-5. 1 LS Cut and plug existing 8-inch water line, as shown on plans, complete in place, for the lump Burn price 1 TOTAL ITEM #1-5: <- J t1�% w.f` (�� ! �'-�� l!, $;'G• t ;LSDi11, (unit Price Amounts shall be shown in both words and numeral' n case of screpancy- the unt shown in words shalt govern.) 1-6. 51 LF Provide and utilize trench safety equipment during excavation of utility lines as required byri OSHA for the unit price per linear foot 1 _j r TOTAL ITEM ?t l -6: ✓IA Fk � _4 —16` &14 , $ /LF( (Unit Price Amounts shall he shown in both words and numerals. In case of discrepancy, the ;unount shown in words shall govern.) 1-7. 1 LS Electrical work, including all electrical work specified and shown on the plans, complete in place, for the lump sum price A. TOTAL ITEM #1-7:. t,!_1��i t1(il-ry� 'iLli�.y� Llili �, 3vja ;C.St ' 3 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, thi�ugt,�hovvn in words shall govern.) TOTAL WELL 1_{CO.L 263-R), ITEMS #1-1 - #1-7 MATE RIALS: C luyu�2 f%1 �ttit,�'� y1 �r /f i $ LABOR:`'t TOTAL WELL 1 -* (Unit Price Amounts shall be shown inboth words and numerals. to case of( c f(iscrepancthe amount shoes • n wordy ,hall eovcrn.) WELL 2 (COL 262-R 2-I. 33 LF Furnish and install 6-inch C900 PVC water tine in trench including trenching,, beddinn. backfill, testing, labor, material and equipment, complete in place, for the unit price per linear foot TOTAL ITEM:v2-1: f't li i ,fir 1. t w .11 i Una Price Amounts shall be she •n in ootlt wu;d. and numeral::. In case ordirc.repanq, the amount shown in words shall eotern.) 411 l 1./ Offeror's Initials 2 Item Estimated _ Quantity & [_'nits Total A Description of ItemAmount Y 2-2 1 EA Furnish and install 6-inch gate valve and box. complete in place, for the unit price per each TOTAL ITEM 02-2: - y --- — (Unit Pricec :\mounts shalt be shown in hoth words and numerals. In case ot'discrepancy, the amount shown in words shall guvcm.) 2-3. 33 LF l leavy polvethytene warning tape, complete in place, for the price per linear foot TOTA1. [T>:M2-3: (knit Price :\mounts shalt be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) i 2� I EA Furnish and install 8'°x 6" ductile iron tee for connection to existing water line, complete in - place, for the unit price per each TOTAL ITEM A .'+`ytX�''jj�%�i7rtJi$ �t�i` . 'FA(, ) (knit !'ricee Amounts %.� shall be shown in bath words and numerals. In case oC iscrepancy, the linouni ,hown in words shalt govcmJ 1 mt. in lace for the lump 1 LS Cut and plug existing 8-inch water line as shown on plans, comp t e p sum price TOTAL ITEM 02-5:f� C (Unit Price Amounts 2-6. 33 LF 41 jzi Aull be shown in both words and ntfillcrals. jycasc of discrepancy. the amount shown in words shall govern.) Provide and utilize trench safety equipment during excavation of utility lines as required by OSHA for the unit price per linear foot TOTAL t1`ENI i�2-6: V x C . L'�— $ !LF( (knit Price Amounts shall he shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.} 2-7. 1 LS Electrical work, including all electrical work specified and shown on the plans, complete in place, for the lump sum price .l ^ 7, A f / _ y r 1 f t�F ��j U - TOTAL ITEM #2- (i'nit Price Amounts shall be shown in both words and numeral's. in case otdiscrepane\ the oii�yqi,4hown in words shall govern.) TOTAL WELL 2 (COL 262-It), ITEMS #2-1 - #2-7: t $ 1 '/ v', 4 f.t' j�'r ' LABOR: n !r r ot: t-{1 tt ty V � Wit: t� , _ Tarm, WELL 2 ;lull t i h� l ITEMS 02l t#2-7 "4 Y (Cnn Price Amounts shall be shown in both words and numerals. Ir case of liscrcliane). the amour t sho op vvsn'ds shalt govern.) r, Offeror's Initials r 3 Item Estimated No. Quantity & Unit Description ol' Item Total Amount WELL 3 (COL 260-N) 3-1, 80 LF Furnish and install 6-inch C900 PVC water line in trench including trenchin11 g, bedding, backfill, testing, labor, material and equipment, complete in place, for the unit price per linear foot 'l.,r� �r(�J$ �Sr tLF( 'IOTA L ITEM #3-1: q Itbzle_ '{ .✓__ ` (unit Price Amounts shall be sWwn in both words and numerals. In case of discrepanc), the amount shown in words shalt govent.) 3-2. 1 EA Furnish and install an 24"x 6" tapping sleeve with a 6" gate valve for connection to existing water line, complete in place, for the unit price per each TOTAL ITEM><3-2:�1:, ., l ! A✓ `��i--f..''r�ti?r- S =,/,IAC.'�� ([?A( i 0/i� •_ (Unit Price Amount alI be own in�ords and numerals. In case of discrepancy, the amount shown in words shalt govern.) J 3-3. 80 LF Heavy polyethylene warning tape, complete in place, for the price per linear foot TOTAL., ITEM #3-3: .�- t tit = vl!' $ aC r ;1,F( C t±l 1 (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 34. 80 LF Provide and utilize trench safety equipment during excavation of utility lines as required by OSHA for the unit price per linear foot TOTAL ITEM 43-4: (Unit Price Amounts shall he shown in both words and numerals. In ease of discrepanc), the amount shown in words shall govern.) 3-5. 1 LS Flectrical work, including all electrical work specified and shown on the plans, complete in place, for the lump sum price TOTAL ITEM#3-5: `L �i i' it?�;'L,�r t.lfl.. , $>,� ;LS( (unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, th {unt shown in words shall govern. TOTAL WELL 3 (COL 260-N), ITEMS #3-1 - #3-5 MATERIALS: t f I tdJati�r tU�+;' �� r�t'- $ r6, LABOR: '�ilrc{,t,;2, is `YLI $, 11 tJ TOTAL WELL 3 , ITEMS #3- t - #3-5: (Unit Price Amounts shall be shown in hoth words and numerals. In case of dlscrepanc), the amount shownin words shall govern.) WELL 4 (COL 213-R) Furnish and install 6-inch (_'900 V C water line in trench inciudittg trenchin-, bedding, backfill, testing, labor, material and equipment, complete in place, for the unit price per linear foot r TOTAL ITEM M-1: � - �9 i f. � .�_ _` S ! 1 Ll-( ' , ✓ 1 , , (Unit Price ;\mount.; shilfbe show ' n holh wutds and numerals. In caw cf (li:urcpaney. the amount shown t�t+c rds shall p)vQrn. ) _OfferoCs Initials A; y� Item Estimated NO. Quantity Total .Amount & Unit Description of Item ? 1 EA Furnish and install 6-inch gate valve and box, compete in place, for the unit price per each 4.2. .� � r .� fr{� ,lt✓tt�- 1'O rAL ITEM t 4-2.--_ �+ (t;nit Price Amounts ihall be shown inboth words and numerals. in case of discrepancy. the amount shown in words shal govern.) 4_3. 142 LF Heavy polyethylene warning tape, complete in place, for the price per linear foot j / j I TOTAL_ ITEM �4-3:J-`� (Unit Price Amounts shall be shown in both words and numerals. Incase of discrepancy, the amount shown in words shall govern.) i -inch ductile iron tee for connection to existing water tin 4-4. 1 EA Furnish and install 6 e, complete in place, for the unit price per each �_ r 4A TOTAL ITEM ;14-4:J✓ t✓"iLW_1_Xi_1_1t (tint Price Amounts s all be shown in both words and numerals. In case of dis�Yepancy, the ant shown in words shall govern.) 4-5. I Cut and plug existing water line as shown on plans, complete in place, for the lump sum price TOTAL 1"IEM'•14-5 �!-T✓ (Unit Price Amounts shall be shown in both words and numeml;. in ca ofdisctcpancy, the amount shown in words shall govern.) 4-6. 142 LF Provide and utilize trench safety equipment during excavation of utility lines as required by OSHA for the unit price per linear foot 1Y TOTAL ITEM 94-6: (Unit Price Amounts shall be shown in both words and numerals. III case of discrepancy, the amount shown in words shall govern J 4-7. 1 LF Electrical work, including all electrical work specified and shown on the plans, complete in place, for the lump sum price ()Wy Ait l �- $ il. rifN'(ji 1F(. TOTAL ITEM � 44 , •�it1"' tt t ; __ ; L 7 1 s�(i� __.. i#t (Unit Price Amounts shall be shown in both words and numerals. In case al'discr ncy; the �, l�oG'n in words shall ovetn.) TOTAL WELL 4 (COL _213-R), ITEMS #4-1 - #4-7: ytATERI,ALS:�✓�'�f.,..r:. 6 LABOR:, 'd,€%i ✓''}s._LZj.�tl1_ _ �, .�• ,-. TOTAL WELL 4 ITEMS f14 l #4-7 ,A,-V 1"7 (Unit Price Amounts shall be shown in both wards and numerals. In case of discrepancy, the amount Offeror's Initials 5 Item Estimated No. Quantity & Unit Description of Item Total Amount WELL 5 (COL 270-N) 5-1. 1,860 LF Furnish and install 8-inch C900 PVC water line in trench including trenching, bedding, backfill, testing, labor, material and equipment, complete in place, for the unit price per linear foot TOTAL ITEM #5-1:IR (Unit Price Amounts shall be show -Win both words and numerals. In case of -discrepancy, the amount shown in words shall govem.) 5-2. 1 EA Furnish and install 18"x 8" tapping sleeve with 8" gate valve for connection to existing water line, complete in place, for the unit price per each TOTAL ITEM #5 r - (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the t shown in words shall govern.) 4LL -- 5-3. i EA Furnish and install I" combination air relief valve, complete in place, for the price per each TOT I IT M �!4-� �.t �(/ � t.L' L�J=��`� t � � �^.{�A/+V/`✓ $ .IEA( (Unit Price Amounts s all he shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) .54. 1,860 LF heavy polyethylene warning tape, complete in place, for the price per linear trot TOTAL ITEM I15-4: �Iu J $ ( Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 5-5. 1,860 LF Provide and utilize trench safety equipment during excavation of utility lines as required by OSI IA for the unit price per linear foot f --7 i TOTAL ITEM #5-5: ��i•ij Gi't / $ LF( �r j :) 1 (Unit Priec Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) work, including all electrical works specified and shown on the plans, complete in 5-6. I LS Electrical o g p place, for the lump sum price r, TOTAL 1'TEM'rS-6:.'/Z{/ i``��� i 1 ��r 3! ,'LS(_ (I tdt Price Amounts shall ho.4Ihown in both words and numerals. in case of discrepancy, 6, m grown in words shall govern.) _ + TOTAL WELL 5 (COL 270-N), ITEMS #5-1 - #5-6: r r%�7`tY, MATERIALS:' J17 AI & kf ;7f 111 0 f :iy"f/W l .i iJ � ram' `• • i ' TOTAL WELL 5 ITEMS 45-1 .. S_6.7 ,ti $ f --1-- (t nil Price Arnounts shall be shown in loth words and numerals. in case ot'discrcItey, the amount shown in words shall govern.) Offerors Initials F t 6 i r_ I Item Estimated .. No. Quantity Total Amount . unitDescription of Item WELL 6 (COL B N) 6-1. 1,920 LF Furnish and install 8-inch C900 PVC water line in trench including trenching, bedding, back}ill. testing, labor, material and equipment, complete in place, For the unit pace per k / linear foot ( / � � �,�-eC.:tG7=�'f./v � '=)A ' '( � �t rI, ���. f0`fAL ITEM , 6-l: �r (Unit Price Amoaots shall be shown in both words and numerals. [n ense of discrepancy. the amount shown in words shall govern) 6-2. 1 EA Furnish and install 18"x 8" tapping sleeve with 8" gate valve for connection to existing water line, complete in place, for the unit price per each Itt4 A �—A— TOTAL ITEM 96-2: (Unit Price Amounts shall be sh wn in both words and numerals. to else of discrepancy. the amount shuv+n in words shall govern.) elief valve, complete in place, for the price per each 6-3. 1 EA Furnish and install t" combination air r ?—,, TOTAL ITEM H6-3:%- '�L'((;nit Price Amox shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 64. 1,920 LF Heavy polyethylene warning tape, complete in place, for the price per linear foot TOTAL ITEM 06 4._ _____ _ (Unit Price Amowus shall be shown in both words and nwneruls. to case ol'dtscrepancythe a , mount sho+vn in words shalt govern.) vation of utility tines as required by 6-5. 1,920 LF Provide and utilize trench safety equipment during exca OSHA for the unit price per linear foot " $ 'LF(�J, l TOTAL ITEM 46-5: v�~_�-- (['nit Price Amounts shall he shown in both words and numerals. In arse of discrepancy, the amount shown in words shall govern.) 6-6. I LS Electrical work, including all electrical work specified and shown on the plans, complete in place, for the lump sum price TOTAL ITEM i16-6:-L, �1�.._ �—i� - I nit Price At shall hefihown in both words and numerals. In case t discrepancy, t it shown in words shall govern) ttl- TOTAL WELL 6 COL B8-N ITEMS #6-1 - #6-6: 1 /27, ` ll iv1ATE�.R! ' Y „ '�1 ,,-�;t _ ,...1 i � ,f G �%� �'2L'ii�'1�?i� •t'.%�t'it. ���� •�.t� u'{ '?✓ � � J-- LABOR: 'TOTAL WELL 6 I'I LNIS 46-1 — 6 6-._3 ;+ I , I,� t.: ou Price Animist, ;1�111 %z ;h'"..... E _ih %cord: and numerals. In ase at rserepillo.the amount' o% �� all r��t —� Offeror's Initials J Item Estimated No. Quantity & Unit Description of Item Total Amount WELL 7 (COL 269-N) 7-1, 2,695 LF Furnish and install 8-inch C900 PVC water line in trench including trenching, bedding. backfill, testing, labor, material and equipment, complete in place, for the unit price per linear foot -)",/7,UA4- d-LU-,,11V I Lid 'LEC 6 3, rld�, TOTAL ITEM 47-1: (Unit Price Amounts shall be shown itt both words and numerals. In case of discrepancy. the amount shown in words shall govern.) 7-2. 1 EA 1'umish and install I Vx 8" tapping sleeve with 8" gate valve for connection to existing water line, complete in place, for the unit price per each TOTAL ITEM #7-2:__/ j'/L�1 7t tr� $ �1, -'VV /E A( (Unit Price Amounts shall be shown in both words and numerals- In case of discrepancy, the ri�tWshown in words shall govern.) 7-3. 1 EA Furnish and install I" combination air relief valve, complete in place, for the price per each �/�'�1 TOTAL ITEM #7-3:4,(1�L 7 L�y�ff /f?/Sf `"� �''/ $ r�j i' � !EA( f (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 74 2,695 LF Heavy polyethylene warning tape, complete in place, for the price per linear foot TOTAL ITEM 974: (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shalt govern.) 7-5. 0.1 TON Furnish and install Class D ductile iron fittings, complete in place, for the unit price per ton TOTAL ITEM #7-5: f � � y�r� ��7�r�. -� TON( (Unit Price Amounts shill be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 7-6. 2,695 LF Provide and utilize trench safety equipment during excavation of utility lines as required by OSHA for the unit price per linear foot TOTAL ITEM A7-6: (Unit Price Amounts shalt be shown in both words and numerals. In case ofdiscrepancy. the arnountshown in words shall govern.) 7-7. 1 LS Electrical work, including all electrical work specified and shown on the plans, complete in place, for the lump sum price ��__ '� j rat `rJ,f j✓�-tLL$ TOTAL 1—�`)ITEM t!7-7: t+. aut i ii�c :��iiWwi,. : L3h 4.y_t,..- ..: in L.-!t ++;-r.1 and Qom r-ak In rise of divuepanct, a anusunt vltutvn int'v�u(rdJs�hull govern. _ ) / Offeror's Initials 8 Item Estimated No. Quantity Unit Description of Item Total Amount TOTAL WELL 7 (COL 269-N), ITEMS #7-1 - #7-7: ;MATERIALS: �(,t �ii�� LABOR:af TOTAL, WELL 7 r 1TEMS It7-1 - 7-7: t;�1ttt,,t vL�ifiz � a �, b � r a �� ���r "'a l (t nit Price Amounts shalt tw shown in hoth words ar numerals. to case of discrepuncy. the amount sho n ih�v�irds shall over n.) WELL 8 (COL 245-N) -inch C900 PVC water line in trench including trenching, bedding, 8-1. 117 LF Furnish and install G backfill, testing, labor, material and equipment, complete in place, for the unit price per linear foot TOTAL 1"I'GM 48 I: Vn/ov ( r (Unit Price Amounts shall be shown in th words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8-2, 1 EA Furnish and install an 24"x 6" tapping sleeve with a 6" gate valve for connection to existing water line, complete in place, for the uJnit price per each s 11 /'� i�� � ) l f Lr'il�lf i� ' $-3,0'r]� /EA( TOTAL ITEM 48-2: ` (f 3nit Price Amounts shall he shown in both words and numerals• to case of discrepancy, t shown in words shall gmern.) 8-3. 117 LF Heavy polyethylene warning tape, complete in place, for the price per linear foot TOTAL ITEM 118-3: (/ i C_ (h✓4t� / :✓ $ ! ' r LF( l / , (Unit Price Amorous shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) 8-4. 117 LF Provide and utilize trench safety equipment during excavation of utility lines as required by OSHA for the unit price per linear foot TOTAL ITFNI t8-4: t trait Priec Amounts shall he shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) t.. 8-5. 1 LS Electrical work, including all electrical works specified and shown on the plans, complete in place, for the lump sum price n S S" f_f)t;\L't`tE'\f t2c 5'rr .�,r r � � �:.,y `;. (Unit Price Aruaunis rl all he :.hown inboth words and numerals. In case of dtscrcpmtcy, p ou,n} shown in words Shall govern., V Offeror"s Initials 9 i t l, Item Estimated No. Quantity & Unit Description of Item Total Amount TOTAL WELL 8 (COL 245-N), ITEMS #8-1 - #8-5: LABOR: TOTAL WELL 8 ,t �+ ITEMS #8-1 — 8-5: �i d,7/t� , i1,L bl f�t'rit/'d ►ib �t&Irl,/a--t—k _� • (Unit Price Amounts shall he shown in both words and numerals. in case df discrepancy. the amount ,�z o I sovem.) Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within # Days Completed by Contractor 17 ✓�✓t/Yt.4 � Written Da s Cam feted b Contractor CONSECUTIVE, CALENDAR AYS t ' reafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $25 (TWENTY-FIVE) for each day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. �tl _ Offeror's initials 10 Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of Dollars which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) AT,�EST: , ) Sep retary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. _ Date Addenda No. Date_^ Addenda No. Date ht/WBE Firm: Date: J uthorized Signature (Printed or Typed Name) 366 Ires City, County State �'; Zip Code� �. Telephone: Fax: 9. FEDERAL TAX ID or SOCIAL SECURITY No. CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS RFP # 08-723-DD BAILEY COUNTY WELL FIELD IMRPOVEMENTS PARSE II Candidates must complete each of the following items in order to be considered. 1. FIRM NAME: „� � ,Ii(�� �r 2. BUSINESS ADDRESS: �70 � 1�� M -k4 wtft/e, Ty V-�- 3. TELEPHONE, WITH AREA CODE: Zola, 7 Y I" , I ( 71 FAX, WITH AREA CODE: 7 7 l • 17W� E MAIL ADDRESS: J INTERNET URL ADDRESS: G� eC'. rL{�vc �'C%l 5�t U�,�I/% 4. r11 TYPE OF ORGANIZATION: (CHECK ONE) a. SOLE PROPRIETORSHIP ( ) b. PARTNERSHIP ( ) c. CORPORATION d. JOINT VENTURE ( ) PRINCIPALS (P) AND ASSOCIATES (A): (WRITE "P" OR "A" FOR EACH) DEGREE OR NAME P/A CERTIFICATE INSTITUTION a.-JQtj c. d. e. f. t- CITY OF LUBBOCK CONTRACTOR'S STATEMENT OF QUALIFICATIONS CONTINUED 6. LIST 5 MAJOR PROJECTS WITHIN THE PAST THREE YEARS THAT ILLUSTRATE YOUR EXPERIENCE WITH PROJECTS SIMILAR TO THE CITY'S. PROJECT OWNER YEAR COST �f ear Scuff Dues ern ;e J S rv�. Llbq }�C�' I ert�y �� !3A yam! D � �r(� � P ff- a. -- L-L6vc-k Cuojxr e1-SD ��bbpGt� CoD}�r gq �613. b. V��fi Can tr1 d; k S ,, (1 t a. � e� � / �r for&, Pia � lead rs z o'2ei11 f� 1)i5b-ihtA'd17 RYA o'f'e�l�y C, 1 7. REFERENCES: (INCLUDE AT LEAST THREE REFERENCES FROM THREE PROJECTS SIMILAR TO THE ONE FOR WHICH YOU ARE COMPETING) 1� #Y NAME RELATIONSHIP PHONE NUMBER �D/r1 1 i �u rhey5 i6(, 31� 1 57- Vil r�er b. Kt" C. /�?art�`n �7q% �g�U t� GCE 1.�►u�5 �B»S�', SUBMITTED BY: ���ALI Signature: s Date: Printed Name: Firm Name: Tel #:� r id , Addreres .: XuIt_,�t�%�', State: Zip: 7 City: � 07/07/2008 14:47 6867411448 CITY OF LUBBOCK INSURANCE R,EQU13REM"T pFt�'iDAVIT To Be Completed by Offeror and Agent Mast be submitted within TWO 13USMSS DAYS after Proposals am due. PAGE 02 900 certify that the insurance requirements contained in this proposal document Dave been I, the undersigned (yFforor, $r the City of Lubbock, reviewed by the with the below identified Insurance AgentV��� f s a� weed by the contract Lubbock,I. furnish a Va id I will be able to, within ten (10) business days after losing insurance certi"icate to the City meeting all of the requlxements defined in this proposal- 4Ctractor (Signature) Contractor Tint) CONTRACTOR'S FIRM NAIL: (Print ox Type) CONTRACTOR'S FMM ADDRESS © of AgeM01Mroker: V r� Agent / BrOXer Muatal Address of Agent/Broker: CitytsWA/zip: APeuttOroker Telephone Number: (Sip- } C�0(� Date: .1 NOTE TO CONTRACTORthe al and award the If the timt requi reMent specified above is not met,thequestions City has concerning these requiretO ments, p lease contact the Buyer contract to another contractor. If you have any for the City of Lubbock at (806) 775-2168. PROPOSAL 408-72.3DD - Bailey County* Weil Field Improvements Phase 11 3 SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and r, criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES Vr NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. _ r _Offeror's Initials 4 F)EERWOOD CONSTRUCTION, INC. "Serving The South Plains For Over 28 Years" July 8, 2008 TO: The City of Lubbock RE: Deerwood Construction, Inc. OSHA Citations 98th & Quaker OSHA Citations - Deerwood Construction, Inc. July 18, 2006 Citation 1, Item 1 - Serious The employer did not instruct each employee in the recognition and avoidance of unsafe conditions and the regulations applicable to his work environment to control or eliminate any hazards or other exposure or injury. Paid fine $ 500.00 and held training classes. July 18, 2006 Citation 1, Item 2 - Serious Protection was not provided by placing and keeping excavated or other materials or equipment at least 2 feet from the edge of excavations, or by the use of retaining devises that were sufficient to prevent materials or equipment from falling or rolling into excavations, or by a combination of both if necessary. Paid fine $1,000.00 and held training classes. July 18, 2006 Citation 1, Item 3 - Serious Daily inspections of excavations, the adjacent areas, and protective systems were not made by a competent person for evidence of a situation that could have resulted in possible cave-ins, indications of failure of protective systems, hazardous atmospheres, or other hazardous conditions. No penalty accessed. July 18, 2006 Citation 1, Item 4 - Serious Each employee in an excavation was not protected from cave-ins by an adequate protective system designed in accordance with 29 CFR 1926.6620. The employer had not complied with the provisions of 29CFR 1926.652(b)(1)(i) in that the excavation was sloped at an angle steeper than one and one half horizontal to cone vertical (34 degrees measured from the horizontal). Paid fine $2,000 and held training classes. Employees were trying to find a leak in a water line. The Superintendent was across the street and an employee jumped in the ditch to check a fitting (without being told to). The trench protection was at the location across the street where the Superintendent was. P.O. Box 3009 - Lubbock, TX 79452 - (806) 741-1446 9 Fax (806) 741-1448 F)EERWOOD CONSTRUCTION, INC. "Serving The South Plains For Over 28 Years" July 8, 2008 TO: The City of Lubbock RE: Deerwood Construction, Inc. OSHA Citations North Side TTLI Law School OSHA Citations - Deerwood Construction, Inc. Citation 1 Item 1 - Type of Violation: Serious J urge 29 CFR 1926.652(a)(1) Each employee in an excavation was not protected from cave-ins by an adequate protective system designed in accordance with 29 CFR 1926.652 (b) or c. Operator was not properly benching sides of trench. Paid fine of $800.00 and retrained operators. P.O. Box 3009 • Lubbock, TX 79452 • (806) 741-1446 • Fax (806) 741-1448 QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE or institution represented by offeror, or anyone acting for such firm, Has the offeror, or the firm, corporation, partnership, P 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 offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT ITIE 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 proposal to be rejected. f Si ature 1 ITitle G SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: FEDERAL TAX ID or SOCIAL SECURITY No. Signature of Company Official: Printed name of company official signing above: J 4 n j4 I Date Signed: G U 6 PROPOSED LIST OF SUBCONTRACTORS Company Name and City 'e- 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Minority Owned Yes No 0 R- Ej 0 ❑ ❑ .9 Lj ri POST -CLOSING DOCUMENT REQUIREMENTS The below listed documents must be received in the Public Works Contracting Office Not Later Than TWO BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUBCONTRACTORS 12 Pau Intentionally Left Blank 13 I FINAL LIST OF SUBCONTRACTORS Company Name and City Minority Owned Yes No 1. A /"�U, 19,4,4j -7 3. 4. Lj 5. 6. 7. 8. 9. Lj 10. 12. 13. 14. 15. 16. 12 1 1 1 1 1 1 1 1 1 1 No Text Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Deerwood Construction, Inc. KNOW ALL MEN BY THESE PRESENTS, that / (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (hereinafter called the Surety(s), as $urety(s) are held and firmly bound unto the City of Lubbock (hereinafter called the sour hundred sevent six rhousan Obligee), in the amount of nine bundrad ai r Tlpp dDollars ($ 476,906.OA lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12thday of August ,2008,to Proposal #08-723-DD - Bailey County Well Field Improvements e II 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 14t1 day of August , 2008. Merchants Bonding C Surety By: (Title)Kevin J 1) ,—Attorney-In-Fact Deerwood Construction. Inc. (Company Nam 6�rslo ByJAy t A Printed Nam ignature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J. Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bonding Company (Mutual) Surety *By. (Title) Kevin J. Dunn, Attorney -In -Fact Approved as to Form City of Lubbock Y: Ci Attorney i_ * 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. t-- l i 4 2 POWER OF ATTORNEY Merchants Bonding Company (Mutual) Nations Bonding Company Bond No. TX 677 414 KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin J. Dunn, Angela S. Goff, Harold Binggeli, Mike Henthorn, Ron Stroman and/or Cara D. Hancock Of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) Dollars and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. 'The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed' In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of September, 2004: ••off D iM'•, E*^ •. �u0C,4 P0�4�:C�.S :Qi'. 2003 •• At s`r STATE OFIOWA •A••"••, COUNTY OF POLK as. MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By 77� President On this 1st day of September, 2004, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, i have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day -and year first above written. CINDY SMYTH • - Commission Number 173504#OWN -. • My Commission Expires _. STATE OF IOWA March 16, 2006 Notary Public, Polk County, Iowa COUNTY OF POLK ss. 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 14 thday of August, 2008 !y• • o ° �•. • Z. Co -o- a•Q. .Oi'• 2003 .•fib • NBC 0103 (9/04) •' O�t G Cp,�•.� • 1K 11P09 y . � y a'• 1933 �: e •y • d �iA i p . Secretary No Text Pay-e Intentionally Left Blank Bond No. TX 677 414 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Deerwood Construction, Inc(hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (hereinafter called the Suretyl(s), as Surety(s , are held and firmly bound unto the City of Lubbock (hereinafter called the ouriunre sevent thousand Obligee), in the amount of n;,,Q un rP six £Z070------- , Dollars ($476,906.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12th day of August ,2008,to Proposal #08-723-DD - Bailey County Well Field Improvements Phase II 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 14th day of August 2008. Merchants Bonding Company (Mutual) Surety --� Deerwood Construction, Inc. (Company Name) By: da r Pa- r -In -Fact (Printed Nam -, ignature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bonding Company (Mutual) Surety *B ` (Ti le) Kevin J. Dunn, Attorney -In -Fact Approved as to form: City Lubbock By: _ City Attorney - * 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 t POWER OF ATTORNEY Merchants Bonding Company (Mutual) Nations Bonding Company Bond NO. TX 677 414 KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint ` Kevin J. Dunn, Angela S. Goff, Harold Binggeli, Mike Henthorn, Ron Stroman and/or Cara D. Hancock of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) Dollars and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys4n-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and seated this 1st day of September, 2004: N.•••p r •. /V., .co .y C) :zz -o a Q: it: :0i' 20.03 STATEOFIOWA '�'�•'•' COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By/-'f7 77� President On this 1 st day of September, 2004, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS -BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. �+ CINDY SMYTH Commission Number 173504 ew My Commission Expires March 16, 2006 STATE OF IOWA COUNTY OF POLK ss. Notary Publfc, Polk County Iowa I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which Is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 14thday of August, 2008 'off ° I�••• 0POg4•,.c1t' . V� � :2 _ 0� 2003 NBC 0103 (9/04) .' p*G •CO, •• A' �O'ORQO'9 ••9. y 1933 c; • rj •�ti. Secretary IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a i complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (7/07) CERTIFICATE OF INSURANCE l_ 1 A RD,� CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/OrM) 8/13/2008 PRODUCER (806) 356-6000 FAX: (806) 356-0615 Bdond, Deaton 6 Stephens P THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5625 Fulton Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Amarillo TX 79109 INSURERS AFFORDING COVERAGE HAIC 9 )ISURED INsuRERA:James River Insurance Co INSURERB:Charter Oak Fire Ins Co Deerwood Construction Inc. INSURERC:Texas Mutual Insurance Co P O Box 3009 INSURER D: INSURERS Lubbock TX 79452 DOVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING AN 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. kTE LIMITS SH MAYHAVEBE 4 REDUCED BY PAID CLAIMS. INSR D'L TYPE OF INSURANCE POLICYNUMBER POLICY EFFECTIVE DATE MM/D POLICY EXPIRATION DATE(MMIDDrM LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 REMISES EeEocc rrence $ 50,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE ®OCCUR 00009776-2 5/9/2008 5/9/2009 MEDEXP oneperson) $ exclude P SONALBADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN% AGGREGATE LIMIT APPLIES PER. PRODUCTS -COMPIOPAGG $ 2,000,000 POLICY X JECT LOC AUTOMOBILE LIABILITY X ANYAUTO COMBINED SINGLE LIMIT (Eeaccic" $ 1,000,000 BODILYINJURY (Per Peron) $ B ALL OWNED AUTOS SCHEDULED AUTOS BAP0649B479-08 5/9/2008 5/9/2009 BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC $ ANYAUTO $ AUTO ONLY: AGG EXCESSNMBRELLALIABILITY _X1 OCCUR CLAIMS MADE EACH OCCURRENCE$ 2,000,000 AGGREGATE $ 2,000,000 $ $ A DEDUCTIBLE IX 00009777-2 5/9/2008 5/9/2009 RETENTION $ 10 000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITYANY PROPRIETOR/PARTNER/EXECUTIVE X I T .MYS W E.L. EACH ACCIDENT $ 1, 000,000 .L.DISEASE-EA EMPLOYE $ 1,000,000 OFFICER/MEMBEREXCLUDED? If yes, describe under SPECIAL PROVISIONS below TSP0001102658 12/31/2007 12/31/2008 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B OTHER Equipment 6605383B858 5/9/2008 5/9/2009 Rented or ceased $255, 000 Scheduled Equip $1 ,103 ,14 DESCRIPTION OF OPERAMONSA.00ATIGNSMEHrAESIEXCLUSFONS ADDED BY ENDORSEMENTISPECULL PROVISIONS RE: Bailey County Nell Field Inprovenents Phase 1I. Certificate holder is listed as primary additional insured in regards to General Limb and Auto Liab. Waiver of Subrogation in favor of certificate holder applies to General Liab, Auto Liab and Work Comp. City of Lubbock P. O. Box 2000 Lubbock, TX 79457 ACORD 25 (2001108) IMcn9tin %— SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Bw FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Marilyn Phillips/SK�a��J a ACORD CORPORATION 1888 Parr 1 N 9 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 WAIVED, 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). FsJP1qW—K9,A-;1 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 alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) Page 2 of 2 INS025 (oloe).00a No Text POLICY NUMBER: COMMERCIAL GENERAL LIABILITY - CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: - t COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional insured Person(s) Or Or anization s : Locations Of Covered Operations BLANKET AS REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown In the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The ads or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after. 1. All work, including materials, parts or equip- ment furnished in connection with such worts, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional Insured(s) at the location of the covered operations has been completed; or 2. That portion of "your worW' out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a prind- pal as a part of the same project. CG 2010 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 0 No Text THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 'r-'RIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS Any coverage provided to an Additional Insured scheduled In endorsement CG 2010 or endorsement CG 2037 (when either Is attached to this policy) shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: 1) a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis, or 2) prior to a loss, you request in writing and we agree that this insurance shall apply on a primary and non-contributory basis. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5031 US 05-07 Page 1 of 1 i AUU-22-2008 9:03AM SANFORD & TATUM NO. 366 F. 1 ACORan, CERTIFICATE OF LIABILITY INSURANCE l!*r-v I s lUi6o9' PRODUCER (606) 792-5564 FAX, (806) 792-9344 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Sanford & Tatum Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 6303 Indiana Ave- P . 0 . Box 64790 Lubbock TX 79464 INSURERS AFFORDING COVERAGE INSURED INSURER A; National American Ins - Ricky L Bryant, Inc. , DBA: Bryant Electric INSURER B: Texas Mutual Insurance PO Box 1344 INSURER C: INSURER Ot Levelland TX 79336 INSURERS; ;THE POLICIES OF INSURANCE LISTED 13ELOW HAVE BEEN ISSU20 TO THE INSURED NAMED ABOVE FOR THE POLI REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLU A T LI M Y N R I i INSR D'L POLICY EFFECTIVE POLICY EXPIRATION �.__ on, ,nv wleawFr? nATF 1MM1nn1YYI DATE /MM/DD/Y'Y1 GENERAL LIABILITY �10MCLAIMIS MERCIAL GENERAL LIABILITY A MADE M OCCUR OP23550142 3/18/2009 3/18/2009 GEN L AGGREGATE LIMIT APPLIES PER! X POU P Loa AUYOMOBILE LIABILITY ANY AUTO OA19190242 3/le/2008 3/18/2009 A ALL OWNED AUTOS X SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCES3/UMBREt.LA LIABILITY X OCCUR CLAIMS MADE A DEDUCTIBLE OU25920242 3/18/200S 3/18/2009 RETENTION H WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOFJPARTNF-PAXECUTIVE OFFICERIMEMBEREXCLUDED? TSF�-0001125323 12/13/2007 12/13/2001 If yes, dese6be under PECIAL P I NS below OTHER DESCRIPTION OF OPERATIONStLOCAT10NS#VEHICLE$/EXCLUSION5 ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER. 13 LISTED AS PRIMARY ADDITIONAL INSURED YN REGARDS TO GENERAL L 'WRITTEN CONTRACT. VaaVTR OF SUBROGATION IN FAVOR OF CERTIFICATE BOLDER APPLIES TO AND WOP-NERS COMP AS PER WRITTEN CONTRACT. RE: BAILEY COUNT-9 MLL FIELD �.ROVEM'E' CITY OF LMEOCK P. 0, SOX 2000 LUBBOCK, TX 79408-2000 366 0048 CY PERIOD INDICATED. NOTWITHSTANDING ANi' CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. SION$ AND CONDITIONS OF SUCH POLICIES LIMITS OCCuRBENS 5 1,000,000 DAMAGE TO RENTED n S 100,000 ME O XP 0 .on 5 5,000 P RY s 1,000,000 GEN AGGR TF 5 2,000,000 PSQDWCTS - CQWEQPA 5 210001000 COMBINED SINGLE LIMIT 5 1,000,000 (Ea accident) BODILY INJURY 5 (Per pcman) BODILY INJURY S (Ppr accident) PROPERTYOAMAGE S (Per accldenq AVTQ ONLY -EA ACCIDENT $ OTHER THAN -- AVTOONLY; AGG $ 2,000,000 REGATE 2,000,000 S 5 C T TU• OTH- E.L. EACH AQQIDENT 1,000,000 E.L. DISEASE- EMPLOYEE $ 1,000,000 DISEASE -P ICY LIMIT IS 1,000,000 :ABILITY AND AUTO LMI�XZLITY AS PEr. GENERAL LIABILITY, AUTO LIABILITY ITS PEME II, SHOULD ANY OF THE ABOVE DESCRI090 POLttats tie t7ANGtL.LIZU IscrVMr I,+C EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUi FAILBRE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TI;L INSURER. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Douglas Sanford/JRW I — ACORD 25 (2001108) ®ACORD CORPORATION 198 SHOULD ANY OF THE ABOVE DESCRI090 POLttats tie t7ANGtL.LIZU IscrVMr I,+C EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUi FAILBRE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TI;L INSURER. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Douglas Sanford/JRW I — ACORD 25 (2001108) ®ACORD CORPORATION 198 FIJU. «. Luva— Y:u3r+iv!--- MIrM & IAIUM NO. 366 P. 2- 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 WAIVED, 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 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 alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) Page 2 of 2 1NS025 (0100).086 NATIONAL AMERICAN INSURANCE COMPANY THIS ENDOMKMENT CIUNGES TIIE POLICY. PLEASE READ IT CAREFUUX- Thie cndarec evt madif m ineurhma prnvided under We Mowing: COMMU4 RCILAL GENERAL LUBILITY COVERAGE PART. OWNERS AND MWTYAC,MUS 1'1tO07.EC rIVE 1AARILITY00VERAGE PART - IL ie agreed that this policy if, haraby amended as indieaUA. All other terms and cundilsont of this policy remain unchanged. The following provisions W udded to (SECTION III, Who Ie An lnbured. 4L Any entity you are ragaired in a written contract (hominafter caged Additional Insured) to name as an insured ir, as ineurod WA only with roapoct to liability arising out of yonu'r premises, °your wank for the Addi6io wl Inured, or acts or omiesioma of the Additional Insured in connae ian with tho general supervision of "your work" W the extent sot forth bolow: a. The Limits of inauranoe pmvided on behalf of tribe Additional Insured are not greater than those required by such runtracl- b. Tha cnvaragF InvvWetd to tho Additional Insinvd(s) is not gnm&w than that eustomgnly pravklpd by the policy forme specified in and required by the eantraA. e. All inuring agreements, sxr]usronpr and conditions of this policy apply. d. In no event shall the ooveragm or Limits of hmrs m In the Coverage Form be increased by such contract. e. Thl a lasura ce does not apply to: (l.) "Bodily ir4ury" or "property damage° occurring after: (a) All work on the miect (other than wviee, maintonanna or repairea) to be _ performed by or on behalf of the Additional Insureds) at the cafe or she. covered operations has bean oompleted; or (14 That porlion of "your work" out of which the injury or dnimmgo ariam hao. been ImL to iin: intended use by any pumn or organ6ittion udvw than another can rueiur or asulmmntme ar engaged in 1w.rrarm i rig operations for a principal m a part of tho Same prujmL QL 20le (Ed. 4-cm) p�gn 1 of it AGENT COPY PDF created with pdfFactory trial version www.pdffactory.com M "Bodily injury" or 'property damage" arising out of any act or omiseien of the Addiljanal lneured(s) or any of their employees, other than the general supHrvision ofwork performed for the Additiunallnaurecl(s) by you l3) "Property damage" to: (a) Property owned, used or oo-upie3d by or rented to the Additional Iasured(e); (b) Property in the care, custody or control of the Additional lnoured( s) or over which the Additionnd I Rsured(a) ixs for any purpuw.- exercitLlg physical enn(ml; or (e) "Your work" for the Additional Insured(s). f. WiLh respect to Additional Insureds who are architects, en&cors or aurvcyors, this insuranep does not apply to "bodily injury," "property damage;' "personal injmry," or "advPrUising injury" arising out of the rendering of or the railure La render any profeadoL:ii esr.rviuvx by or ror you. including: a. The preparing, approving, or failing to prepare or approve maps, drawings. opinions, sports, Mmeycs, changeh orders, destgns or slvAfic-atinns; and b. %pervisory, inspection or engineering services. Any noverage provided hereunder shall be exrvm over any other valid and collectible insurance: available to bhe AMILIantel Tnaured(s) whether primary, exoesss contingent or on any other basis unless the contract specifically requires that this insurance be primary. g. N* l.nsrsan or organization is an Additional Insured with respect to the: conduct of any cUrreld or pmt laarinership or ,joint venture that is not shown ae a Named Innured in the Duclaratiories. GL 20161Ed. &9S) AGENT COPY Page 2 0r2 PDF created with pdfFactory trial version www.pdffactory.com i ( CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further - hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGG $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ Fire Damage (Any one Fire) $ $ Med Exp (Any one Pelson) AUT0Xf077VF, LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Pet -son) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos I GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDER'S RISK 100% of the Total Contract Price $ INS7ALLA71ON 1-10/1 ER $ F,.XCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS C'OMPF_NSAT/0N AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER - . The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: t-, The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation on all policies in favor of the City of Lubbock. Page Intentionally Left Blank r" CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the govermnental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY 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 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and s (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 t 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: �3 (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; 1 (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._ ) 4 CONTRACT Page Intentionally Left Blank CONTRACT #8493 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 12 day of August, 2008 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 DEERWOOD CONSTRUCTION, INC of the City of LUBBOCK, County LUBBOCK, and the State of TEXAS hereinafter termed CONTRACTOR. t : 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: PROPOSAL #08-723-DD - Bailey County Well Field Improvements Phase H - $476,906 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. DEERWOOD CONSTRUCTION, INC's proposal dated JULY 8, 2008 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to l -r 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. t_, CONTRACTOR: _ r PRIN E AME: ^Jd- Pq A f TITLE: COMPLETE ADDRESS: r Company ` Address City, State, Zip_ ATTEST: CorpoiVtc Secretary CITY OF LUBBOCK, TEXAS WNER): By: MA OR ATTEST: — CQ) — City Secreta APPROVED AS TO ve Director APPROVED •F •' orney GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank i- 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 DEERWOOD CONSTRUCTION, INC who has agreed to perfonn the work embraced in tlus 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 BRUCE BLALACK, WATER PRODUCTION & TREATMENT SUPERINTENDENT 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 YThe contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 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. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. a 0 10 11 12. 13 CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,F-I 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 recolmized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still ri may require minor miscellaneous work and adjustment. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative 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. 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. rl RIGf IT OF ENTRY �j 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 f_ 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. 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. j� i_ 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the v 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 bore by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS 19 21 The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of 1 work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall I_ 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. 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. Fill 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. 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. OBSERVATION AND TESTING t _t 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 t 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. t_ 4 i If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work,which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by ( Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy ..,, such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS Y The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The tern "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations 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 25. Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind 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. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 6 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. t " 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 7 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF , LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. C. 100 E F Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard ) - Contractual Liability Personal Injury & Advertising Injury IJ Owner's and Contractor's Protective Liability Insurance. NOT REQUIRED Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than, - Bodily Injury/Property Damage, $200,000 Combined Single Limit, to include all owned ' and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. Builder's Risk Insurance/Installation Floater Insurance. NOT REQUIRED Umbrella Liability Insurance NOT REQUIRED a 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 Definitions: t-; 11 Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of 1_ authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- r - 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 ion the prp;ect until the 1 � Contractor's/person's work on the project has been completed and accepted by the governmental -- entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor z.1 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. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal _E delivery, within 10 days after the Contractor knew or should have known, of any change that t materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services - on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; C. F_, (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project;_ and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for p J t- �= one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. r� 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers compensation coverage for the I J j duration of the project, that -the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with- the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the -' Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner { for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The naive and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. 10 (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or i cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." 11 (h) "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (wwf+:tdi.state.tr.us) to receive information of the legal requirements for ` coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and contractually require each person with whom it contracts to provide services on a project, to: r (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all . employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate Pli insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and -} (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the i project; (vi) retain all required certificates of coverage on file for the duration of the project I and for one year thereafter; (vii) notify the governmental entity in writing by certified mail_ or personal delivery, within 10 days after the person knew or should have known, of any change that _i materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 12 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST_ ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and 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 t - writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, �.t 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 there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may 13 1'. c t 33 34 35. 36. enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fiilfillinent of this contract. The Contractor further agrees that subletting of any portion or feature of. the work, or materialsF. required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of t 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 $25 (TWENTY-FIVE) 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. 3 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. I'Al TIME AND ORDER OF COMPLETION } f; It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this j contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative 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 1 the Contractor will start the several parts of the work and estimated dates of completion of the several parts. TIME OF PERFORMANCE _ The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this 14 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 l _ extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. OUANTITIES 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 �4 event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, ' payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK t In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work t by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the 15 41. EN 43. proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached -specifications, plans, contract documents and requirements of Owner's Representative. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence' of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all. further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) 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 tire time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's j Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, 16 j Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the 1- obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. i ' 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the L " amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor. and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after ' written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with 17 ( 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 abandomnent 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 proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated 18 hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual - written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said t " notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be m, liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the t, project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual t" obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority t to direct, supervise, and control its own employees and to determine the method of the performance of the work 19 r F 54. 55 56 57 covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of tennination. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves 20 the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 21 I Page Intentionally Left Blank RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 1_ 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 Insulator -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 1 Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrical Repairer -Equipment Flagger Form Setter Form Setter -Helper Laborer -General Laborer -Utility Mechanic Mechanic -Helper Power Equipment Operators Asphalt Paving Machine Bulldozer Concrete Paving Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor -Trailer Truck Driver -Heavy Truck Driver -Light EXHIBIT B s Paving and Highway Construction Prevailing Wage Rates Hourly Rate 9.00 7.50 9.00 7.50 12.50 6.50 8.00 6.50 6.00 6.75 9.00 7.00 9.00 9.00 9.00 9.00 9.00 8.00 10.25 7.00 7.50 8.50 8.00 7.00 2 t i. 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 Paae Intentionally Left Blank I SPECIFICATIONS Project Manual City of Lubbock, Texas Sandhills Well Field Bailey County, Texas Well Field Expansion April 2008 PSC Project #: 01274905 1* ."4 ., �f3 4 Parkhill, Smith & Cooper, Inc. ' a � _� f�i Engineers *Architects a Planners �� g TABLE OF CONTENTS CITY OF LUBBOCK SANDIIILLS WELL FIELD WELL FIELD EXPANSION BAILEY COUNTY, TEXAS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00300 Proposal Form..........................................................................................................................18 DIVISION 1- GENERAL REQUIREMENTS 01010 Summary of Work..................................................................................................................... 2 01019 Contract Considerations............................................................................................................. 2 01025 Measurement and Payment........................................................................................................2 01040 Coordination and Meetings........................................................................................................ 3 01090 Reference Standards.................................................................................................................. 8 01300 Submittals..................................................................................................................................3 01400 Quality Control.......................................................................................................................... 2 01500 Construction Facilities and Temporary Controls....................................................................... 3 01600 Material and Equipment............................................................................................................ 3 01650 Starting of Systems.................................................................................................................... 2 01700 Contract Closeout...................................................................................................................... 3 111UJ&I[1N&4M3IIDWAT1110 02110 Site Preparation and Clearing.................................................................................................... 2 02151 Trench Safety Systems............................................................................................................... 3 02222 Excavating.............., 2 02665 Water Works Piping, Valves and Fitting 10 03100 Concrete Formwork...................................................................................................................4 03200 Concrete Reinforcement............................................................................................................ 2 03300 Cast -In -Place Concrete.............................................................................................................. 5 DIVISIONS 4 -15 Not Used 01274905 TABLE OF CONTENTS PAGE -1 04/08 DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods ........................................................................................................... 4 ` 16060 Grounding and Bonding 16111 Conduit...................................................................................................................................... 4 16122 Overhead Distribution.............................................................................................................12 16123 Building Wire and Cable ......................................................................................................... 4 16130 Boxes.........................................................................................................................................3 16140 Wiring Devices.......................................................................................................................... 3 16190 Supporting Devices.................................................................................................................... 2 16195 Electrical Identification ..............................................................................................................2 16270 Pole -Mounted Transformers...................................................................................................... 9 16481 Enclosed Motor Controllers....................................................................................................... 3 APPENDIX A OSHA 1926 Subpart P (for Information Only) l_ TABLE OF CONTENTS PAGE - 2 DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION 00300 DIVISION I - GENERAL REQUIREMENTS 01010 Summary of Work 01019 Contract Considerations 01025 Measurement and Payment 01040 Coordination and Meetings 01090 Reference Standards 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01600 Material and Equipment 01650 Starting of Systems 01700 Contract Closeout DIVISION 2 - SITE WORK 02110 Site Preparation and Clearing 02151 Trench Safety Systems 02222 Excavating 02665 Water Works Piping, Valves and Fitting DIVISION 3 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03300 Cast -In -Place Concrete ,r �{�E OF rFX11 .*: '.. / TROY L. WHITE J .................................r `ON f i-V� �m 410, 01274905 DESIGN PROFESSIONAL RESPONSIBILI TLW - 1 04/08 t DESIGN PROFESSIONAL RESPONSIBILITY The specification sections authenticated by my seal and signature are limited to the following: DIVISION 16 - ELECTRICAL 16000 Basic Electrical Methods 16060 Grounding and Bonding 16111 Conduit 16122 Overhead Distribution 16123 Building Wire and Cable 16130 Boxes 16140 Wiring Devices 16190 Supporting Devices 16195 Electrical Identification 16270 Pole -Mounted Transformers 16481 Enclosed Motor Controllers OF It ...................... ......... TROY D. SWINNEY 04 .............................. It 80058 01274905 DESIGN PROFESSIONAL RESPONSIBILITY TDS - I 04/08 SECTION 01010 SUMMARY OF WORK PART1-GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01300 - Submittals: Schedules of Values. 1.3 WORK COVERED BY CONTRACT DOCUMENTS ' A. Identification: City of Lubbock Sandhills Well Field Bailey County Well Field Expansion Project: Work will consist of the installation of approximately 423 linear feet of 6-inch and 6,475 linear feet of 8-inch C-900 DR 18 PVC water line. The water lines will connect to 8 existing water wells completed under a separate contract and connected to the existing collection system as part of this contract. This contract also includes all miscellaneous electrical specified and shown in the plans, which include, but are not limited to providing electrical service to the sites and the installation of service poles. I . Location: Bailey County, Texas. 2. Owner: Lubbock, Texas. B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in 1.3(A). C. The work will be constructed under one contract. 1.4 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for f construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the - Owner, the Owner's employees, and emergency vehicles at all times. PART2-PRODUCTS Not Used 01274905 SUMMARY OF WORK 01010 - 1 t 04/08 PART 3 - EXECUTION Not Used �\ END OF SECTION SUMMARY OF WORK 01010-2 SECTION 01019 CONTRACT CONSIDERATIONS PART 1- GENERAL 1.1 SECTION INCLUDES A. Schedule of Values. B. Application for Payment. C. Change procedures. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01300 - Submittals: Schedule of Values. 1.3 SCHEDULE OF VALUES A. Submit typed schedule on Contractor's standard form. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the major specification Section. Identify site mobilization, bonds and insurance. D. Include within each line item, a directly proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.4 APPLICATIONS FOR PAYMENT i A. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. B. Payment Period: As defined in Owner -Contractor agreement. C. Waiver of liens from subcontractor. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time by issuing a work directive change. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting request for change to the Engineer, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the ContractSum'Price and Contract Time with uti documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Engineer. 01274905 CONTRACT CONSIDERATIONS 01019 -1 04/08 i E. Construction Change Authorization: Engineer may issue a directive, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute the change. F. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions ofthe Contract. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. G. Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. H. Change Order Forms: as provided by Engineer. I. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the General Conditions of the Contract. PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used 01274905 04/08 END OF SECTION CONTRACT CONSIDERATIONS 01019 - 2 SECTION 01025 MEASUREMENT AND PAYMENT PART 1-GENERAL The unit price or lump sum price bid on each item, as stated in the Proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary to complete the various items of work shown on the plans and called for in the specifications. Items on which no separate payment is made shall be included in the bid prices for the various pay items. 1.1 WATER LINES The length of water lines of the various sizes, and types to be paid for will be determined by measurement along the center lines of the pipe installed, measurement being made from the center of fitting to center of fitting or end of pipe, without any deduction for the length of intermediate fittings or valves. Furnishing and installing pipe of the various sizes, and types specified and shown on the drawings will be paid for at the unit price bid per linear foot furnishing and installing the pipe at the depths shown complete in place and for which compensation is not otherwise provided in other bid items. The unit price bid shall be complete compensation for furnishing and installing the pipe complete in place including excavation, backfilling, testing, connections to existing pipe, and disinfection of lines and shall include any and all incidental work not otherwise included in the bid items or otherwise provided for in the specifications. 1.2 VALVES, BOXES AND TAPPING SLEEVES The furnishing and installing of valves, boxes and tapping sleeves and tapping crosses of the sizes, types and lengths required in the various locations as shown on the plans will be paid for at the unit price bid each for furnishing and installing the various size valves and boxes and tapping sleeves complete in place. The unit price bid shall be complete compensation for furnishing and installing the valves, boxes and tapping sleeves complete in place. 1.3 CONNECTIONS TO EXISTING PIPE OR FITTINGS No separate payment will be made for making connections to existing fittings or pipe other than fittings listed in the proposal. The cost of making such connections, including closing and opening of existing valves, removing the plug on the existing fitting or pipe, dewatering the trench, connecting the new pipe to the existing fitting or pipe and all other incidental work shall be included in the price bid for the various items for which payment is provided. 1.4 ELECTRICAL WORK Payment for electrical work will be made on a lump sum basis, The price shall include all equipment, labor, materials, superintendence, and all incidentals necessary to completely construct the electrical panels or distribution system and other appurtenances specified and shown on the plans. 01274905 MEASUREMENT AND PAYMENT 01025 -1 04/08 1 1.5 OSHA APPROVED TRENCH PROTECTION Trench protection shall be paid for per linear foot, and shall include all necessary work to abide by OSHA rules as provided in these specifications. 1.6 FINAL CLEANUP A. The Contractor shall make a final cleanup of all parts ofthe work before final acceptance ofthe work by the Owner. This cleanup shall include, among other things, removing all construction materials, final grading of all trench surfaces and construction sites, and in general preparing the sites of the work in an orderly manner. B. The cost of the cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 MEASUREMENT AND PAYMENT 04/08 01025 - 2 SECTION 01040 COORDINATION AND MEETINGS PARTI-GENERAL 1.1 SECTION INCLUDES A. Coordination B. Field Engineering C. Preconstruction Conference D. Progress Meetings E. Coordination with Water Utilities 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements with provisions for accommodating items installed later. B. Verify that utility requirement characteristics of equipment and materials to be incorporated into the project are compatible. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment and materials. C. Coordinate completion and clean up of Work. 1.3 FIELD ENGINEERING A. Contractor to protect survey control and reference points. B. Control datum for survey is that shown on Drawings. C. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. _ 1.4 PRECONSTRUCTION CONFERENCE _a A. Engineer will schedule a conference after Notice to Proceed. B. Attendance Required: Owner, Engineer and Contractor and major subcontractors. C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of products, Schedule of Values, and progress schedule. 5. Designation of personnel representing the parties in Contract and the Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 7. Scheduling. 8. Use of premises by Owner and Contractor. 9. Owner's requirements. 01274905 COORDINATION AND MEETINGS 01040 -1 04/08 10. Construction facilities and controls provided by Owner. 11. Temporary utilities provided by Owner. 12. Survey layout. 13. Security and housekeeping procedures. 14. Schedules. 15. Procedures for testing. 16. Procedures for maintaining record documents. 17. Requirements for start-up of equipment. 18. Inspection and acceptance of equipment put into service during construction period. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work as needed. B. Engineer to make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within one week to Engineer, participants, and those affected by decisions made. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. 1.6 COORDINATION WITH OWNERS OF EXISTING UTILITIES A. The Contractor is responsible for notifying all owners of utilities that are to be crossed or otherwise exposed during construction no less than seven days prior to uncovering the utility. PART 2 - PRODUCTS Not Used 01274905 COORDINATION AND MEETINGS 01040 - 2 04I08 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Beginning new work means acceptance of existing conditions. END OF SECTION 01274905 COORDINATION AND MEETINGS 01040 - 3 04/08 SECTION 01090 REFERENCE STANDARDS PART 1-GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Schedule of references. 1.2 RELATED SECTIONS A. General Conditions. 1.3 QUALITY ASSURANCE A. For products or workmanship specified by association, trade, or Federal Standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date for receiving bids. C. Obtain copies of standards when required by Contract Documents. D. Should specified reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. E. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.4 SCHEDULE OF REFERENCES AA Aluminum Association 818 Connecticut Avenue, N.W. Washington, DC 20006 AABC Associated Air Balance Council 1000 Vermont Avenue, N.W. Washington, DC 20005 AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 ACI American Concrete Institute Box 19150, Reford Station Detroit, MI 48219 ADC Air Diffusion Council 230 North Michigan Avenue Chicago, IL 60601 01274905 REFERENCE STANDARDS 01090 - 1 04/08 AGA American Gas Association 1515 Wilson Blvd. Arlington, VA 22209 AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006 AGMA American Gear Manufacturers Association 1500 King Street, Suite 201 Alexandria, VA 22314 Al Asphalt Institute Asphalt Institute Building College Park, MD 20740 A.I.A. American Institute of Architects 1735 New York Avenue, N.W. Washington, DC 20006 AISC American Institute of Steel Construction 400 North Michigan Avenue Eighth Floor Chicago, IL 60611 AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036 AMCA Air Movement and Control Association 30 West University Drive Arlington Heights, IL 60004 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 APA American Plywood Association Box 11700 Tacoma, WA 98411 ARI Air -Conditioning and Refrigeration Institute 1501 Wilson Boulevard Arlington, VA 22209 ASHRAE American Society of Icating, Refrigerating and Air Conditioning Engineers 1791 Tullie Circle, N.E. Atlanta, GA 30329 01274905 REFERENCE STANDARDS 01090 - 2 04/08 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWI Architectural Woodwork Institute 2310 South Walter Reed Drive Arlington, VA 22206 AWPA American Wood -Preservers' Association 7735 Old Georgetown Road Bethesda, MD 20014 AWS American Welding Society 550 LeJeune Road, N.W. Miami, FL 33135 AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235 BHMA Builders' Hardware Manufacturer Association 60 East 42nd Street, Room 511 New York, NY 10165 BIA Brick Institute of America 11490 Commerce Park Drive Reston, VA 22091 CDA Copper Development Association 57th Floor, Chrysler Building 405 Lexington Avenue New York, NY 10174 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W. Washington, DC 20036 CPSC Consumer Product Safety Commission 1111 Eighteenth Street, NW Washington, DC 20207 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 01274905 REFERENCE STANDARDS 01090 - 3 04/08 DHI Door and Hardware Institute 7711 Old Springhouse Road McLean, VA 22102 EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, N.W. Washington, DC 20005 EJMA Expansion Joint Manufacturers Association 25 North Broadway Tarrytown, NY 10591 FGMA Flat Glass Marketing Association 3310 Harrison White Lakes Professional Building Topeka, KS 66611 FM Factory Mutual System 1151 Boston -Providence Turnpike P.O. Box 688 Norwood, MA 02062 FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC 20407 GA Gypsum Association 1603 Orrington Avenue Evanston, IL 60201 ICBO International Conference of Building Officials 5360 S. Workman Mill Road Whittier, CA 90601 IEEE Institute of Electrical and Electronics Engineers 345 East 47th Street New York, NY 10017 IES Illumination Engineering Society of North America 345 East 47th Street New York, NY 10017 IMIAC International Masonry Industry All -Weather Council International Masonry Institute 815 15th Street, N.W. Washington, DC 20005 01274905 REFERENCE STANDARDS 01090 - 4 04108 01274905 04/08 MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 ML/SFA Metal Lath/Steel Framing Association 221 North LaSalle Street Chicago, IL 60601 NAAMM National Association of Architectural Metal Manufacturers 221 North LaSalle Street Chicago, IL 60601 NBS National Bureau of Standards (U.S. Department of Commerce) Gaithersburg, MD 20234 NCMA National Concrete Masonry Association P.O. Box 781 Herndon, VA 22070 NEBB National Environmental Balancing Bureau 8224 Old Courthouse Road Vienna, VA 22180 NEC National Electrical Code (by NFPA) NECA National Electrical Contractors Association 7315 Wisconsin Avenue Bethesda, MD 20814 NEMA National Electrical Manufacturers Association 2101 'L' Street, N.W. Washington, DC 20037 NFPA National Fire Protection Association Battery March Park Quincy, MA 02269 NFPA National Forest Products Association 1619 Massachusetts Avenue, N.W. Washington, DC 20036 NPCA National Paint and Coating Association 1500 Rhode Island Avenue N.W. Washington, D.C. 20005 REFERENCE STANDARDS 01090 - 5 NRCA National Roofing Contractors Association 8600 Bryn Mawr Avenue Chicago, IL 60631 NSF National Sanitation Foundation 3475 Plymouth Road P.O. Box 1468 Ann Arbor, MI 47106 NSWMA National Solid Wastes Management Association 1730 Rhode Island Ave., N.W. Washington, DC 20036 NWMA National Woodwork Manufacturers Association 205 W. Touhy Avenue Park Ridge, IL 60068 OSHA Occupational Safety and Health Administration (U.S. Department of Labor) Government Printing Office Washington, D.C. 20402 PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077 PS Product Standard U. S. Department of Commerce Washington, DC 20203 RIS Redwood Inspection Service One Lombard Street San Francisco, CA 94111 RMA Rubber Manufacturer's Association 1400 K Street, N.W. Washington, D.C. 20005 SDI Steel Deck Institute P.O. Box 9506 Canton, OH 44711 S.D.I. Steel Door Institute 712 Lakewood Center North 14600 Detroit Avenue Cleveland, OH 44107 SGCC Safety Glazing Certification Council Route 11, Industrial Park Cortland, NY 13045 01274905 REFERENCE STANDARDS 01090 - 6 04/08 SIGMA Sealed Insulating Glass Manufacturers Association I I I East Wacker Drive Chicago, IL 60601 SJI Steel Joist Institute 1205 48th Avenue North, Suite A Myrtle Beach, SC 29577 SMACNA Sheet Metal and Air Conditioning Contractors' National Association 8224 Old Court House Road Vienna, VA 22180 SSPC Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, PA 15213 TCA Tile Council of America, Inc. Box 326 Princeton, NJ 08540 UL Underwriters' Laboratories, Inc. 333 Pfingston Road - Northbrook, IL 60062 WCLIB West Coast Lumber Inspection Bureau 6980 S.W. Vams Road Box 23145 Portland, OR 97223 WRI Wire Reinforcement Institute 8361 A Greensboro Drive McLean, VA 22102 WWPA Western Wood Products Association 1500 Yeon Building Portland, OR 97204 W.W.P.A. Woven Wire Products Association 2515 N. Nordica Avenue Chicago, IL 60635 -; PART 2 - PRODUCTS Not Used 01274905 REFERENCE STANDARDS 01090 - 7 04/08 PART 3 - EXECUTION Not Used 01274905 04/08 END OF SECTION REFERENCE STANDARDS 01090-8 SECTION 01300 SUBMITTALS PART1-GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Resubmittal requirements. C. Construction progress schedules. D. Proposed products list. E. Shop drawings. F. Product data. G. Samples. H. Manufacturers' instructions. I. Manufacturers' certificates. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01019 - Contract Considerations: Schedule of Values. C. Section 01400 - Quality Control: Manufacturers' field services and reports. D. Section 01700 - Contract Closeout: Contract warranty, manufacturer's certificates and closeout submittals. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and phone number. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer at his business address. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. I. Submit initial submittal schedule within twenty (20) days after receipt of Notice to Proceed. 01274905 SUBMITTALS 01300 - 1 04/08 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittal as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 15 days after date established in Notice to Proceed for Engineer review. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.6 PROPOSED PRODUCTS LIST A. Within 15 days after date ofNotice to Proceed, submit complete list ofmajor products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.7 SHOP DRAWINGS 1._ A. Submit the number of opaque reproductions which Contractor requires, plus four copies which will be retained by Engineer. B. Drawing size shall be minimum 81/2 x I 1 inches and maximum of30 x 42 inches. Provide one set of reproducible sepias, to be retained by the Engineer, for drawings greater than 11 x 17 inches. C. Draw details to a minimum scale of 12 inches equal to 1 foot. 1.8 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus four copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. C. Include recommendations for application and use, compliance with specified standards oftrade associations and testing agencies. D. Include notation of special coordination requirements for interfacing with adjacent work. E. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents described in Section 01700 - Contract Closeout. 01274905 SUBMITTALS 01300 - 2 4 04/08 1.9 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics ofthe Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors or in custom colors, textures, and patterns, as specified, for Engineer's selection. C. Where variations in color, pattern or texture are inherent in the material or product, submit multiple samples to indicate the approximate range or variations. D. Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E. Submit the number or samples specified in individual specification Sections; one ofwhich will be retained by Engineer. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.10 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.11 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 SUBMITTALS 01300 - 3 04/08 SECTION 01400 QUALITY CONTROL PART1-GENERAL 1.1 SECTION INCLUDES A. Quality assurance and control of installation. B. Inspection and testing laboratory services. C. Manufacturers' field services and reports. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01300 - Submittals: Submission of Manufacturers' Instructions and Certificates. C. Section 01600 - Material and Equipment: Requirements for material and product quality. 1.3 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. 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. 1.4 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform construction testing. B. The independent firm will perform tests, and other services specified in individual specification Sections and as required by the Engineer. C. Reports will be submitted by the independent firm to the Engineer, in triplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. D. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify Engineer 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. 01274905 QUALITY CONTROL 01400 - 1 04/08 E. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for .retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract Sum/Price. 1.5 MANUFACTURERS' FIELD SERVICES AND REPORTS A. Submit qualifications of observer to Engineer 30 days in advance of required observations. Observer subject to approval of Engineer. B. When specified in individual specification Sections, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. C. Individuals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D. Submit report in triplicate within 30 days of observation to Engineer for review. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 QUALITY CONTROL 04/08 01400 - 2 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1-GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01700 - Contract Closeout: Final cleaning. 1.3 TEMPORARY WATER SERVICE A. Contractor shall be responsible for transporting water for construction purposes and potable water for construction personnel. Owner will provide water from a source as coordinated with the Contractor. 1.4 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. B. Maintain daily in clean and sanitary condition. 1.5 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, including any livestock within the work area. 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. 1.6 FENCING A. Construction: Commercial grade chain link fence with 3 strands of barbed wire. B. Provide 6 feet high fence around construction site; equip with vehicular and pedestrian gates with locks. 01274905 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 -1 04/08 t z l t 1.7 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. 1.8 EXTERIOR ENCLOSURES A. Provide temporary insulated weather -tight closure to accommodate protection for Products. 1.9 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. 1.10 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. 1.11 ACCESS ROADS A. Construct and maintain any additional temporary roads necessary to serve construction area. B. Extend and relocate as Work progress requires. C. Provide and maintain access to water supply hydrants, free of obstructions. D. Designated existing on -site roads may be used for construction traffic. 1.12 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 1.13 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities and materials as soon as permanent facilities can be utilized. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2-PRODUCTS Not Used 01274905 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 04/08 PART 3 - EXECUTION Not Used END OF SECTION 01274905 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 04/08 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 t . Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 01274905 MATERIAL AND EQUIPMENT 01600 - 1 04/08 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.6 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance ofproposed 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 Li level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. i 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 i apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. 1 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. 01274905 MATERIAL AND EQUIPMENT 01600 - 2 04/08 F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 MATERIAL AND EQUIPMENT 01600 - 3 04/08 SECTION 01650 STARTING OF SYSTEMS PART1-GENERAL 1.1 SECTION INCLUDES A. Starting systems. B. Demonstration and instructions. C. Testing, adjusting, and balancing. 1.2 RELATED SECTIONS A. General Conditions. B. Section 01400 - Quality Control: Manufacturers field reports. C. Section 01700 - Contract Closeout: System operation and maintenance data and extra materials. 1.3 STARTING SYSTEMS A. Coordinate schedule for start-up of various equipment and systems. B. Notify Engineer seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, control sequence, or other conditions which may cause damage. D. Verify that tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. E. Verify wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of responsible manufacturer's representative and Contractors' personnel in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. ` Contractor and Representative must also return to project site for pump start-up. H. Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly. 1.4 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of Products to Owner's personnel two weeks prior to date of final inspection. B. Utilize operation and maintenance manuals as basis for instruction. Review contents ofmanual with Owners' personnel in detail to explain all aspects of operation and maintenance. C. Demonstrate start-up, operation, control, adjustment, trouble -shooting, servicing, maintenance, and shutdown of each item of equipment at agreed -upon times, at equipment location. D. Prepare and insert additional data in operations and maintenancc manuals when need for additional data becomes apparent during instruction. 01274905 STARTING OF SYSTEMS 01650 - 1 04/08 t_ 1 s PART2-PRODUCTS Not Used PART 3 - EXECUTION �\ Not Used �\ IL END OF SECTION STARTING OF SYSTEMS 01650-2 SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. �3 B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. G. Spare parts and maintenance materials. 1.2 RELATED SECTIONS A. General Conditions. IJ B. Section 01500 - Construction Facilities: Progress cleaning. C. Section 01650 - Starting of Systems: System start-up, testing, adjusting, and balancing. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. C. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.5 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.6 PROJECT RECORD DOCUMENTS ; 1 A. Maintain on site, one set of the following record documents; record actual revisions to the Work: i 1. Contract Drawings. t J 2. Specifications. 3. Addenda. 01274905 CONTRACT CLOSEOUT 04/08 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract Drawings. 5. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.7 OPERATION AND MAINTENANCE DATA A. Submit one copy 15 days prior to final inspection, bound in 8'/Z x 11 inch text pages, three D ring binders with durable plastic covers. B. This copy will be returned after final inspection, with Engineer comments. Review content of documents as required prior to final submittal. Retainage will not be released until final operation and maintenance manuals are approved. C. Submit four final volumes revised within ten days after final inspection. D. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. E. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. F. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. G. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. H. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: 1. Significant design criteria. 2. List of equipment. 3. Parts list for each component. 4. Maintenance instructions for equipment and systems. 5. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. 1. Part 3: Project documents and certificates, including the following: 1. Shop drawings and product data. 2. Certificates. 3. Photocopies of warranties and bonds. 01274905 CONTRACT CLOSEOUT 01700 - 2 04/08 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.9 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to project site and place in location as directed; obtain receipt prior to final payment. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01274905 CONTRACT CLOSEOUT 01700 - 3 04108 7 i t SECTION 02110 SITE PREPARATION AND CLEARING PART 1- GENERAL 1.1 SECTION INCLUDES This section of the specifications shall govern all site preparation, excavation, grading, trenching and backfilling required for the project. Excavation, of whatever material encountered, for all structures in the project, shall be made as required by the drawings or as directed by the Engineer. Material required to be moved during preparation of the site, excess excavated material or any material unsuitable for use in backfilling shall be disposed of by the Contractor. Excavation will not be classified and no additional compensation will be allowed for rock. Bidders shall make such investigations of the nature of material to be encountered in excavations as they deem necessary and shall assume all responsibility for fully informing themselves of the character of such material. 1.2 TRENCH SAFETY 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. The Contractor shall be responsible for implementing a trench safety system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to the section of the specifications Section 02151 TRENCH SAFETY SYSTEMS and to the details shown on the plans for approved trench safety methods for pipelines. 1.3 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 02151, Trench Safety Systems D. Section 02665, Water Works Piping, Valves and Fittings PART 2 - PRODUCTS Not Used 01274905 SITE PREPARATION AND CLEARING 02110 - 1 04/08 PART 3 - EXECUTION 3.1 CLEARING OF RIGHT-OF-WAY The Contractor shall be responsible for clearing brush, trees and debris within the easements required for construction of the work unless specifically noted on the drawings. The Contractor shall be responsible for locating an approved disposal area for trees and brush removed and for disposing of such material in accordance with all applicable laws and ordinances. 3.2 FINISH GRADING The area around manholes, valves etc. shall be graded and shaped in accordance with the details shown on the plans. The finish grading of the surface shall provide satisfactory drainage and slope away from the structures. 3.3 TRENCHING AND BACKFILLING PIPELINES Excavation for pipe trenches shall be made to the lines and grades shown on the drawings and established in the field. Trenching and backfilling for water pipelines are specified in other sections of these specifications. 3.4 CLEAN UP After completion of all work in connection with the project, the entire work area and any adjacent areas disturbed by the construction shall be cleaned of all construction debris, rocks and excess materials and all such material shall be removed from the site or highway right-of-way and disposed of by the Contractor. Any sod disturbed by the installation of these facilities shall be replaced. The entire area shall be graded to uniform surfaces and shall present a neat and clean appearance before final acceptance. END OF SECTION 01274905 SITE PREPARATION AND CLEARING 02110 - 2 04/08 SECTION 02151 TRENCH SAFETY SYSTEMS PART1-GENERAL 1.1 SECTION INCLUDES This section of the specifications covers trench safety systems for trench excavations greater than five feet in depth. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 02110, Site Preparation and Cleaning D. Appendix, Excerpts from OSHA Subpart P 1.3 SCOPE OF WORK The scope of work includes but is not limited to trench and excavation safety systems either by cut back method or braced excavation method for all trenches five feet and deeper whether indicated on the drawings or required by actual field conditions. Trenches not exceeding five feet in depth shall be protected as required by OSHA, State and Local standards. Alternative methods of trench safety may be submitted for approval to the Engineer, however alternative methods will not be reviewed or approved prior to bid opening. 1.4 SUBMITTALS Provide detail drawings for proposed trench safety systems. Clearly identify where each system is proposed for use and type of system to be used. Trench excavations cannot be started until trench safety systems have been submitted and approved by the Engineer. A. Trench Boxes - Submit manufacturer's standard data sheet and certificate of compliance signed by a registered engineer stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. B. Alternative Systems - If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, submit design calculations signed by a registered engineer showing all member properties, design strengths and any stress increases used with justification for their use. 01274905 TRENCH SAFETY SYSTEMS 02151 - 1 04/08 1.5 QUALITY ASSURANCE Trench safety systems shall be designed based on actual field conditions. The Contractor shall review and determine the field conditions for the project. Work shall be performed by forces having at least two years experience with similar types of trench safety systems. All prefabricated items used in trench safety systems shall be manufactured by a company with at least two years experience in fabricating the items. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trenches and excavations. PART 2 - PRODUCTS Provide suitable materials capable of withstanding imposed loads without excessive deflections. Materials shall be clean, free of rust, holes, knots and other defects. A. Steel - Steel shall be of type and thickness as required by design and shall have a minimum yield stress of Fy = 36000 psi. B. Aluminum - Type 6061-T6, thickness as required by design. C. Wood in Contact with Earth - Pressure treated soft woods or untreated hardwoods. D. Wood not in Contact with Earth - Soft or hardwood as required by design. PART 3 - EXECUTION 3.1 JOB CONDITIONS Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. 3.2 EXISTING UTILITIES Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. 3.3 TRENCHING PROCEDURES Provide shoring systems in accordance with the submitted design to adequately resist earth pressures indicated on the drawings. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. 01274905 TRENCH SAFETY SYSTEMS 02151 - 2 04/08 s 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 ofthree 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 f 01274905 TRENCH SAFETY SYSTEMS 04/08 02151 - 3 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. 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. H. Notify Architect/Engineer of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. 01274905 EXCAVATING 02222 - 1 04/08 3.3 3.4 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 and beneath foundation from freezing. END OF SECTION 01274905 EXCAVATING 02222 - 2 04/08 M SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1 - GENERAL 1.1 WORK INCLUDED This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.2 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Section 01040, Coordination and Meetings D. Section 01330, Submittals 1.3 MATERIAL SCHEDULE All water supply lines shall be polyvinyl chloride (PVC) AWWA C-900, Class 150 (DR 18) pipe except as noted below. Miscellaneous piping shall be furnished and installed as indicated on the drawings. 1.4 SUBMITTALS Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class calculations. PART 2-PRODUCTS 2.1 PVC PIPE PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-900, Class 150 (DR 18). All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1 04/08 2.2 PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C 110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the AWWA specifications C 104 and C 106 respectively. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.3 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1 (Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2 04/08 2.4 VALVES A. General - Valves shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and shall meet all requirements of AW WA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing and shall be Mueller 2360 Series or approved equal. C. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover. The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. D. Combination Air Valves Combination Air Valve (single body, double orifice) allows large volumes of air to escape out the larger diameter air vacuum orifice when filling a pipeline and closes water tight when the liquid enters the valve. During large orifice closure, the smaller diameter air release orifice will open to allow small pockets of air to escape automatically and independently of the large orifice. The large air/vacuum orifice shall also allow large volumes of air to enter through the orifice during pipeline drainage to break the vacuum. The body inlet must be baffled to protect the ` lower float from direct contact of the rushing air and water to prevent premature valve shut-off. 3' The top large orifice plug must be protected in similar manner for the same purpose. The Buna-N seat must be fastened to the valve cover without distortion, for drop tight shut-off. The float shall be heavy stainless steel, hermetically sealed, and designed to withstand a minimum of 1000 psi (static). The top plug shall be center guided thru hex bushings for positive shut-off. Valve exterior to be painted with Universal Primer for high resistance to corrosion. The cross sectional area of the discharge orifice must be equal to the cross sectional area of the valve inlet size. [ All materials of construction shall be certified in writing to conform to A.S.T.M. specifications as follows: Body & Cover Ductile Iron ASTM A536 Float StaiP.less Steel ASTM A240 T304 Needle & Seat Bana-N Plug Brass ASTM B 124 Leverage Frame Delrin ASTM D2133 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 04/08 Valve to be APCO Series 140C Combination Air Valve, as manufactured by Valve & Primer Corporation, Schaumburg, Illinois, U.S.A. 2.5 TAPPING SLEEVES Tapping sleeves shall be full wrap -around type. The sleeves shall be cast iron tapping sleeves as manufactured by Mueller, M & H or Clow Corporation and shall be Class 150. 2.6 POLYETHYLENE WRAP All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethelene material meeting the requirements of ASTM D 1248. The wrapping shall extend beyond the valve or fitting a minimum of 6 inches. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct type. PART 3 - EXECUTION 3.1 GENERAL All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 04/08 3.5 ALIGNMENT AND GRADE All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion ofthe Engineer, face up grade. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 04/08 Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell 1' and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended 'by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged j oints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. D. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. The spigot end of the pipe shall be entered into the socket with care used to keep the j oint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. No pipe shall be laid in water, or when trench conditions or weather are unsuitable for such work. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 04/08 If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. 3.10 EXCAVATION AND TRENCHING The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be forty-two (42) inches unless otherwise specifically shown on the drawings. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches: The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of t , the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. _i Any part of the trench excavated below grade shall be corrected by filling with approved material and ' compacting thoroughly. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it r shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 04/08 Wherever necessary to prevent caving, the trench shall be adequately supported as required. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. Blasting for excavation of solid rock will not be permitted. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From 1 foot above the top of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to the centerline of the pipe with selected backfill material free from rocks or boulders greater than % inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side of the pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe to a depth of 1 foot above the top of the pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 6-inches in thickness and compacted by tamping to a density of not less than 90% of maximum density at optimum moisture as determined by ASTM D698. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 04/08 Where tamping is required, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 90% of maximum density at optimum moisture as determined by ASTM D 698. E. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and bends. Concrete shall be used for backing the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 Cast - In -Place Concrete, except a minimum compressive strength of 2500 psi will be acceptable. The backing shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as required by the Engineer. The backing shall be so placed that the pipe and fitting joints will be accessible for repair. 3.12 MARKING TAPE A. All pipes installed in an open trench will be identified with the appropriate color and description of 3 inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of 12 to 18 inches. Install the tape detectable from the top of finished grade with a metal detector above non-metallic (PVC) pipe material. 3.13 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): PVC: Ductile Iron: L> ND,I P L> SD- I P 7,400 133,200 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested S = Length of pipe D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 04/08 Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.14 DISINFECTION OF PIPE LINES The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements of AW WA C651. After disinfection has been completed and the pipe is filled with water, the City will sample the water in the pipe for bacteriological testing. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures are necessary to achieve an acceptable result. 3.15 CLEANUP The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION 01274905 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 10 04/08 SECTION 03100 CONCRETE FORMWORK PART 1- GENERAL 1.1 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. D. Form stripping. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.3 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. C. Section 03410 - Precast Concrete. 1.4 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 - Construction and Industrial Plywood. 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. 1.6 SUBMITTALS A. Submit under provisions of Section 0 13 00. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.7 QUALITY ASSURANCE A. Perform Work in accordance with ACT 347. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 01274905 CONCRETE FORMWORK 03100 - 1 04/08 1.9 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate this Section with other Sections of work which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART2-PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS A. Substitutions: Under provisions of Section 01600. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. D. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. E. Cold Joint Waterstops: Flexible strip, bentonite waterproofing compound equal to Volcaly Waterstop-RX by American Colloid Company. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 01274905 CONCRETE FORMWORK 03100 - 2 04/08 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external corners of beams, joists, columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. 01274905 CONCRETE FORMWORK 03100 - 3 04108 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 01274905 CONCRETE FORMWORK 03100 - 4 04/08 SECTION 03200 CONCRETE REINFORCEMENT PARTI- GENERAL 1.1 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork, B. Section 03300 - Cast -in -Place Concrete. C. Section 03410 - Precast Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSUASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSUASTM A 185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSUAWS DI A - Structural Welding Code for Reinforcing Steel. G. ANSUAWS D12.1 - Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. 1. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate with placement of formwork, formed openings and other Work. 01274905 CONCRETE REINFORCEMENT 03200 - 1 04108 PART 2-PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM A185 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSI/AWS DI A. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. END OF SECTION 01274905 CONCRETE REINFORCEMENT 03200 - 2 04/08 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1- GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete foundations, building frame members, and foundation walls. B. Floors and slabs on grade. C. Control, and expansion and contraction joint devices associated with concrete work. D. Equipment pads. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork: Formwork and accessories. l B. Section 03200 - Concrete Reinforcement. C. Section 03410 - Precast Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 302 - Guide for Concrete Floor and Slab Construction. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. F. ACI 308 - Standard Practice for Curing Concrete. G. ACI 318 Building Code Requirements for Reinforced Concrete. H. ASTM C33 - Concrete Aggregates. I. ASTM C94 - Ready -Mixed Concrete. J. ASTM C 150 - Portland Cement. , K. ASTM C260 - Air Entraining Admixtures for Concrete. L. ASTM C494 - Chemicals Admixtures for Concrete. ' M. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.4 SUBMITTALS A. Submit under provisions of Section 0 13 00. B. Product Data: Provide data on joint devices, attachment accessories, admixtures and cement types to be used. C. Samples: Submit two, inch long samples of expansion/contraction joint and control joint. D. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. 01274905 CAST -IN -PLACE CONCRETE 03300 - 1 04/08 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from same source for all work. C. Conform to ACI 305R when concreting during hot weather. D. Conform to ACI 306R when concreting during cold weather. 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2-PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C 150, Type I - Normal, Type II - Moderate, Portland type. All cement shall be from the same manufacturer unless approved by the Engineer. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494, Type A - Water Reducing; Type B - Retarding; Type C - Accelerating; Type D - Water Reducing and Retarding; Type E - Water Reducing and Accelerating admixture. C. Fly Ash: ASTM C618. 2.3 ACCESSORIES A. Vapor Barrier: 6 mil thick clear polyethylene film, type recommended for below grade application. B. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 psi in 28 days. C. Epoxy Mortar Liner: 100% solids, three component system, equal to FOSROC Epoxy Liner. 2.4 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler: ASTM D1751; Asphalt impregnated fiberboard or felt, 1/2 inch thick. B. Construction Joint Devices: Integral galvanized steel; formed to tongue and groove profile, knockout holes spaced at 6 inches, ribbed steel spikes with tongue to fit top screed edge. 01274905 CAST -IN -PLACE CONCRETE 03300 - 2 04/08 2.5 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Alternative No. 2 and 3. B. Select proportions for normal weight concrete in accordance with ACI 301 Method 1, Method 2 and Method 3. C. Provide concrete to the following criteria: 1. Compressive Strength (7 days): 2,200 psi. 2. Compressive Strength (28 days): 3,000 psi. 3. Slump: 1 to 4 inches. 4. Minimum Water/Cement Ratio: 5 sacks/yard. D. Use fly ash only when approved by Engineer. E. Use set retarding admixtures during hot weather only when approved by Engineer. F. Add air entraining agent to normal weight concrete mix for work exposed to exterior. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01039. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with non -shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304. B. Notify Engineer minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed joint fillers are not disturbed during concrete placement. D. Install vapor barrier under interior slabs on grade. Lap joints minimum 6 inches and seal watertight by taping edges and ends. i } E. Repair vapor barrier damaged during placement of concrete reinforcing. Repair with vapor s barrier material; lap over damaged areas minimum 6 inches and seal watertight. F. Install joint fillers in accordance with manufacturer's instructions. G. Separate slabs on grade from vertical surfaces with inch 1/2 thick joint filler. H. Extend joint filler from bottom of slab to within 1/4 inch of finished slab surface. ` I. Install joint devices in accordance with manufacturer's instructions. J. Install construction joint device in coordination with slab pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. _ K. Place concrete continuously between predetermined expansion, control, and construction joints. L. Do not interrupt successive placement; do not permit cold joints to occur. 01274905 CAST -IN -PLACE CONCRETE 03300 - 3 04/08 M. Place floor slabs in pattern indicated. N. Screed floors and slabs on grade level, maintaining surface flatness of maximum 1/4 inch in 10 ft. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth rubbed finish as Scheduled in this Section. B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. D. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains at 1/8 inch per foot nominal. E. Where shown on the drawings, trowel epoxy liner on all surfaces indicated to 1/8" minimum and 3/4" maximum thickness, and in accordance with manufacturer's instructions. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. C. Cure floor surfaces in accordance with ACI 308. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free access to Work and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. E. Three concrete test cylinders will be taken for every 100 or less cu yds of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. 3.7 PATCHING A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Engineer upon discovery. C. Patch imperfections as directed. 01274905 CAST -IN -PLACE CONCRETE 03300 - 4 04/08 3.8 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect/Engineer for each individual area. 3.9 SCHEDULE - CONCRETE TYPES AND FINISHES A. All Structures: 3,000 psi 28 day concrete, Type 11 cement, rubbed finish. Interior of wet well and manholes to receive epoxy-polyamide coating per Section 09900. B. Electrical Pads: 3,000 psi 28 day air entrained concrete, Type I cement, light broom finish. END OF SECTION 01274905 CAST -IN -PLACE CONCRETE 03300 - 5 04/08 a SECTION 16000 BASIC ELECTRICAL METHODS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall comply with the current editions of the following codes, standards, ordinances, regulations, etc.: 1. National Electrical Code (NEC) (NFPA 70). 2. Underwriters Laboratories (UL). 3. NFPA 70E. 4. American National Standards Institute (ANSI). 5. International Building Code (IBC). 6. International Fire Code (IFC). 7. National Fire Protection Association Codes (NFPA), including Life Safety Code. 8. National Electrical Manufacturers Association (NEMA). 9. Occupational Safety and Health Acts (OSHA). 10. Illuminating Engineering Society (IES). 11. Insulated Cable Engineering Association (ICEA). 12. Federal Americans with Disabilities Act (ADA). 13. State of Texas Accessibilities Standards (Texas Civil Statutes). 14. National Electrical Safety Code (NESC). 15. Any other authorities that may have lawful j urisdiction pertaining to the work specified. B. Refer to the individual specification sections for detailed references to applicable standards. Where specific codes or standards are listed individually in other sections of these Specifications, the intent is to call attention to the requirements of these particular codes or standards and not to imply that the previously listed codes or standards do not apply. C. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. D. All temperature control wiring and associated conduit and boxes, shall be provided under other sections of the specifications. All power and control wiring, not identified under Division 15, shall be provided under Division 16. E. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical work required in the Contract Drawings. F. In the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. G. The contractor shall be responsible for all permits, fees, and licenses required for the project. All cost of such permits or fees shall be included in the bid. 01274905 BASIC ELECTRICAL METHODS 16000 - 1 04/08 H. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. I. Install sleeves, sealant pans, and roof penetrations as required for the installation of the electrical work. J. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this contract. K. Any fees or charges associated with delivering permanent power for the project shall be included in the Contractor's bid. 1.3 SUBMITTALS A. Refer to Section 01300 for requirements. PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical requirements other than indicated on the electrical drawings, the Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector buried at approximately 12" below grade; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. 6. Provide additional trace wire in conduit as indicated on drawings. E. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 01274905 BASIC ELECTRICAL METHODS 16000 - 2 04/08 2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. F. Burial depths shall be in accordance with the following minimum levels: 1. Electrical Power Secondary — 36" 2. Electrical Power Primary — 48" PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. B. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural, architectural and mechanical conditions and shall be adjusted to avoid conflict. C. The locations of electrical equipment is approximate and are not intended to convey the exact details and mounting of location of outlets, equipment and other items. Exact locations are to be field determined by actual measurements. D. Consult with all disciplines to determine wall finishes and locations of wall mounted equipment, counter top splashes and similar items to avoid conflict with electrical equipment. E. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. F. Excavation for Pipe and Conduit l . Excavate trenches to indicated gradients, lines, depths, and elevations. 2. 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" higher than top of pipe or conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. 01274905 BASIC ELECTRICAL METHODS 16000 - 3 04/08 5. Compact soil to not less than the following percentages -of maximum dry unit weight according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12" of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 7. Where tubing or conduit passes through rated fire barriers, listed fire stop assemblies or devices shall be placed in and around the penetrations to maintain the fire resistance rating of the assembly. 8. All conductors used for general wiring shall be insulated unless specifically permitted to be otherwise. The conductor insulation shall be of a type that is approved for the voltage, operating temperature, and location of use. Insulated conductors shall be distinguishable by appropriate color or other suitable means as being grounded conductors, ungrounded conductors, or equipment grounding conductors. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, fixtures, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. B. After the interior wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. After motor operation has been verified make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all transformers in the building as directed, or coordinate with the utility proper building voltage. D. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 3.3 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual specification sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the drawings is intended to establish a standard of quality of the product. It is the __i responsibility of the contractor to review all items he intends to submit. If equipment other than that indicated on drawings is proposed by the contractor, the information will be reviewed at the time of the submission of the submittal. The Division 16 product submittals are not required to have prior approval. ` } END OF SECTION 16000 01274905 BASIC ELECTRICAL METHODS 16000 - 4 04/08 SECTION 16060 GROUNDING AND BONDING 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 grounding of electrical systems and equipment. Grounding requirements specified in this Section may be supplemented by special requirements of systems described in other Sections. B. Related Sections include the following: 1. Division 2 Section "Underground Ducts and Utility Structures" for ground test wells. 2. Division 13100 Section "Lightning Protection" for additional grounding and bonding materials. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Product Data: For the following: l . Ground rods. 2. Chemical rods. C. Qualification Data: For firms and persons specified in "Quality Assurance" Article. D. Field Test Reports: Submit written test reports to include the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: Testing agency as defined by OSHA in 29 CFR 1910.7 or a member company of the InterNational Electrical Testing Association and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association to supervise on -site testing specified in Part 3. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1. Comply with UL 467. C. Comply with NFPA 70; for overhead -line construction and medium -voltage underground construction, comply with IEEE C2. D. Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. 01274905 GROUNDING AND BONDING 16060 - 1 04108 PART2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: i. Grounding Conductors, Cables, Connectors, and Rods: a. Apache Grounding/Erico Inc. b. Boggs, Inc. C. Chance/Hubbell. d. Copperweld Corp. e. Dossert Corp. f. Erico Inc.; Electrical Products Group. g. Framatome Connectors/Burndy Electrical. h. Galvan Industries, Inc. i. Harger Lightning Protection, Inc. j. Hastings Fiber Glass Products, Inc. k. Heary Brothers Lightning Protection Co. 1. Ideal Industries, Inc. M. ILSCO. n. Kearney/Cooper Power Systems. o. Korns: C. C. Korns Co.; Division of Robroy Industries. p. Lightning Master Corp. q. Lyncole XIT Grounding. r. O-Z/Gedney Co.; a business of the EGS Electrical Group. S. Raco, Inc.; Division of Hubbell. t. Robbins Lightning, Inc. U. Salisbury: W. H. Salisbury & Co. V. Superior Grounding Systems, Inc. W. Thomas & Betts, Electrical. 2.2 GROUNDING CONDUCTORS A. For insulated conductors, comply with Division 16 Section "Conductors and Cables." B. Material: Copper. C. Equipment Grounding Conductors: Insulated with green -colored insulation. D. Grounding Electrode Conductors: Stranded cable. E. Underground Conductors: Bare, tinned, stranded, unless otherwise indicated. F. Bare Copper Conductors: Comply with the following: 1. Solid Conductors: ASTM B 3. 2. Assembly of Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. G. Grounding Bus: Bare, annealed copper bars of rectangular cross section, with insulators. 01274905 GROUNDING AND BONDING 16060 - 2 04/08 2.3 CONNECTOR PRODUCTS A. Comply with IEEE 837 and UL 467; listed for use for specific types, sizes, and combinations of conductors and connected items. B. Bolted Connectors: Bolted -pressure -type connectors, or compression type. C. ' Welded Connectors: Exothermic -welded type, in kit form, and selected per manufacturer's written instructions. 2.4 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel. B. Ground Rods: Sectional type; copper -clad steel. I. Size: 3/4 by 120 inches in diameter. PART 3 - EXECUTION 3.1 APPLICATION A. Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth, concrete, masonry, crushed stone, and similar materials. B. In raceways, use insulated equipment grounding conductors. C. Exothermic -Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells. D. Equipment Grounding Conductor Terminations: Use bolted pressure clamps. E. Ground Rod Clamps at Wells: Use bolted pressure clamps with at least two bolts. F. Underground Grounding Conductors: Use copper conductor, No. 2/0 AWG minimum. Bury at least 24 inches below grade or bury 12 inches above duct bank when installed as part of the duct bank. - 3.2 EQUIPMENT GROUNDING CONDUCTORS A. Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NFPA 70 are indicated. B. Install equipment grounding conductors in all feeders and circuits. C. Install insulated equipment grounding conductor with circuit conductors for the following items, in addition to those required by NEC: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 01274905 GROUNDING AND BONDING 16060 - 3 04/08 3.3 INSTALLATION A. Ground Rods: Install at least three rods spaced at least one -rod length from each other and located at least the same distance from other grounding electrodes. 1. Drive ground rods until tops are 2 inches below finished floor or final grade, unless otherwise indicated. 2. Interconnect ground rods with grounding electrode conductors. Use exothermic welds, except at test wells and as otherwise indicated. Make connections without exposing steel or damaging copper coating. B. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. C. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigidly mounted equipment. Use exothermic -welded connectors for outdoor locations, unless a disconnect -type connection is required; then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only in locations accessible for maintenance. 3.4 CONNECTIONS A. General: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot -tin -coated materials to ensure high. conductivity and to make contact points closer to order of galvanic series. 1 2. Make connections with clean, bare metal at points of contact. - 3. Make aluminum -to -steel connections with stainless -steel separators and mechanical clamps. 4. Make aluminum -to -galvanized steel connections with tin-plated copper jumpers and mechanical clamps. 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. B. Exothermic -Welded Connections: Comply with manufacturer's written instructions. Welds-' that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. ' C. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use pressure - type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure -type connectors. -; D. Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous conduits at , I entrances and exits with grounding bushings and bare grounding conductors, unless I- otherwise indicated. E. Connections at Wells: Use compression -type connectors on conductors and make bolted - and clamped -type connections between conductors and ground rods. L__1 01274905 GROUNDING AND BONDING 16060 - 4 04/08 t i F. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. G. Compression -Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 3.5 FIELD QUALITY CONTROL A. Testing: Perform the following field quality -control testing: 1. After installing grounding system but before permanent electrical circuitry has been energized, test for compliance with requirements. 2. Test completed grounding system at each location where a maximum ground - resistance level is specified, at service disconnect enclosure grounding terminal, and at ground test wells. Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests, by the fall -of -potential method according to IEEE 81. 3. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Engineer promptly and include recommendations to reduce ground resistance. Ground resistance shall not exceed 10 ohms. 3.6 GRADING AND PLANTING A. Restore -surface features, including vegetation, at areas disturbed by Work of this Section. Reestablish original grades, unless otherwise indicated. If sod has been removed, replace it as soon as possible after backfilling is completed. Restore areas disturbed by trenching, storing of dirt, cable laying, and other activities to their original condition. END OF SECTION 16060 01274905 GROUNDING AND BONDING 16060 - 5 04/08 SECTION 16111 CONDUIT PART 1- GENERAL 1.1 SECTION INCLUDES A. Metal conduit. B. PVC coated metal conduit. C. Liquidtight flexible metal conduit. D. Non metallic PVC conduit. E. Fittings and conduit bodies. 1.2 RELATED SECTIONS A. Section 16130 -Boxes. B. Section 16170 - Grounding and Bonding. ' C. Section 16190 - Supporting Devices. D. Section 16195 - Electrical Identification. 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electrical Code. E. NECA "Standard of Installation." IJ 1.4 DESIGN REQUIREMENTS A. Conduit Size: ANSI/NFPA 70. 1.5 SUBMITTALS A. Submit submittals in accordance with this section and 01300. B. Product Data: Provide for metallic conduit, flexible metal conduit, Liquidtight flexible metal conduit, nonmetallic conduit, fittings and conduit bodies. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of other Sections. _i B. Accurately record actual routing of conduits. 01274905 CONDUIT 04/08 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products to site under provisions of other sections. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. D. Protect PVC conduit from sunlight. 1.9 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. PART 2-PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. Refer to the drawings for additional minimum conduit sizes. B. Wet and Damp Locations above grade: Use rigid steel or liquid tight flexible conduit. C. Dry Locations: Use electrical metallic tubing for concealed and exposed locations. D. Below Grade: Use only PVC coated rigid galvanized steel or wrapped rigid steel. E. MC Cable: Shall not be utilized on this project. 2.2 METAL CONDUIT A. Manufacturers: 1. Allied 2. Wheatland 3. Substitutions: Under provisions of other sections. B. Rigid Steel Conduit: ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 2.3 PVC COATED METAL CONDUIT A. Manufacturers: 1. Lew 2. Robroy Industrial 3. Substitutions: Under provisions of other sections. B. Product Description: NEMA RN-1; R1610 steel conduit with external PVC coating, 20 mil thick. 01274905 CONDUIT 16111 - 2 04/08 C. General 1. Protective layer may be factory applied PVC coated or galvanized conduit may be wrapped with 2/3 lap with Scotch wrap No. 51 120mil for a total covering of 60mil. 2. Corrosion- resistant tape. shall be 0.01 inch half -lapped taped equal to scotch 50 applied after pipe primer. 3. Fittings and Conduit Bodies: ANSIINEMA FB-1; Steel with protective coating described above. Apply conductive rust inhibitor to all threads. 2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultratite 2. Electri-flex 3. Substitutions: Under provisions of other sections. B, Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations and areas subjected to moisture. Maximum length shall be 36". 2.5 NONMETALLIC PVC CONDUIT A. Manufacturers: 1. Carlon. 2. Allied. 3. Substitutions: Under provisions of Section 01600. B. Description: NEMA TC2; Schedule 40 PVC. Flame retardant type resistant to bending and cracking. C. Fittings and Conduit Bodies: NEMA TC3. D. Vertical risers and ells installed 1 elow grade shall be rigid steel with wrapping. E. Do not use above grade. F. Joints made with PVC fittings shall be applied with solvent compound after thorough cleaning. G. As an option to the Contractor, nonmetallic PVC conduit may be used underground in lieu of rigid conduit where protected by a concrete encasement unless otherwise restricted by other provisions. 2.6 CONDUIT FITTINGS A. Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded couplings conforming to ANSI/NEMA FB 1; bushing at all boxes and cabinets, with locknuts inside and outside box or cabinet. B. Couplings and Terminations for PVC Conduit: Type 40 heavy wall, high impact rigid virgin polyvinyl chloride (PVC) fittings, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use; Carlon or approved equivalent. PVC couplings and solvent cement by the same manufacturer as the PVC conduit. 01274905 CONDUIT 16111 - 3 04/08 i PART 3 - EXECUTION 3.1 INSTALLATION A. Install conduit in accordance with NECA "Standard of Installation." B. Install nonmetallic conduit in accordance with manufacturer's instructions. Do not install PVC conduit above grade. C. Arrange supports to prevent misalignment during wiring installation. D. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. E. Group related conduits; support using conduit rack. Construct rack using steel channel. F. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. G. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports H. Do not attach conduit to ceiling support wires. I. Arrange conduit to maintain headroom and present neat appearance. J. Route exposed conduit parallel and perpendicular to walls. K. Route conduit installed above accessible ceilings parallel and perpendicular to walls. L. Maintain adequate clearance between conduit and piping. M. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding 104 degrees F. N. Cut conduit square using saw or pipecutter; de -burr cut ends. O. Bring conduit to shoulder of fittings; fasten securely. P. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. Q. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2 inch size. R. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. S. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. T. Provide suitable pull string in each empty conduit except sleeves and nipples. U. Use suitable caps to protect installed conduit against entrance of dirt and moisture. V. Ground and bond conduit under provisions of Section 16170. W. Identify conduit under provisions of Section 16195. X. Ducts shall be cleaned with flexible mandrel assembly. Y. All conduits passing vertically through slabs (at least 2 inches above slab) on grade shall be PVC -coated, rigid steel. Rigid steel conduits shall be applied with protective coatings as indicated herein. The transition from PVC to steel conduit shall be below grade. Extend conduit at least 6 feet beyond drip/roof drain line of building. Z. Minimum cover for underground conduits shall be as indicated in Section 16000. AA. All installations of wireways and gutters for feeders and branch circuits shall be pre -approved prior to installation. In no case shall the number of conductors in a wireway exceed a count of thirty conductors. BB. All underground primary and service entrance conduits shall be PVC coated rigid steel conduit, or wrapped rigid steel conduit, or concrete encased PVC conduit. END OF SECTION 01274905 CONDUIT 16111 - 4 04/08 SECTION 16122 OVERHEAD DISTRIBUTION PART 1- GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. A. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) 1. ANSI C135.14 - (1979) Staples with Rolled or Slash Points for Overhead Line Construction B. AMERICAN WOOD -PRESERVERS' ASSOCIATION (A)NPA) 1. AWPA Cl - (2000) All Timber Products - Preservative Treatment by Pressure Processes 2. AWPA C25 - (2001) Sawn Crossarms - Preservative Treatment by Pressure Processes 3. AWPA C4 - (1999) Poles - Preservative Treatment by Pressure Processes C. ASME INTERNATIONAL (ASME) 1. ASME B16.11- (2002) Forged Fittings, Socket -Welding and Threaded D. ASTM INTERNATIONAL (ASTM) 1. ASTM A 123/A 123M - (2002) Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products 2. ASTM A 153/A 153M - (2004) Zinc Coating (Hot -Dip) on Iron and Steel Hardware 3. ASTM A 167 (2004) - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip 4. ASTM A 36/A 36M - (2004) Carbon Structural Steel 5. ASTM A 475 - (2003) Zinc -Coated Steel Wire Strand 6. ASTM A 53/A 53M - (2004a) Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless 7. ASTM A 575 - (1996; R 2002) Steel Bars, Carbon, Merchant Quality, M-Grades 8. ASTM A 576 - (1990b; R 2000) Steel Bars, Carbon, Hot -Wrought, Special Quality 9. ASTM B 1- (2001) Hard -Drawn Copper Wire 10. ASTM B 2 - (2000) Medium -Hard -Drawn Copper Wire It. ASTM B 228 - (2004) Concentric -Lay -Stranded Copper -Clad Steel Conductors 12. ASTM B 231/B 231M - (2004) Concentric -Lay -Stranded Aluminum 1350 Conductors 13. ASTM B 232/B 232M - (2001el) Concentric -Lay -Stranded Aluminum Conductors, Coated -Steel Reinforced (ACSR) 14. ASTM B 3 - (2001) Soft or Annealed Copper Wire 15. ASTM B 397 - (1985; R 1999) Concentric -Lay -Stranded Aluminum -Alloy 5005- H19 Conductors 16. ASTM B 399/13 399M - (2004) Concentric -Lay -Stranded Aluminum -Alloy 6201- T81 Conductors 17. ASTM B 8 - (2004) Concentric -Lay -Stranded Copper Conductors, Hard, Medium - Hard, or Soft 01274905 OVERHEAD DISTRIBUTION 16122 - 1 04/08 i 18. ASTM D 117 - (2002) Sampling, Test Methods, Specifications for Electrical Insulating Oils of Petroleum Origin 19. ASTM D 3487 - (2000) Mineral Insulating Oil Used in Electrical Apparatus E. INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE) 1. IEEE C12.7 - (1993; R 1999) Requirements for Watthour Meter Sockets 2. IEEE C135.1 - (1999) Zinc -Coated Steel Bolts and Nuts for Overhead Line Construction 3. IEEE C135.2 - (1999) Threaded Zinc -Coated Ferrous Strand -Eye Anchor Rods and Nuts for Overhead Line Construction 4. IEEE C135.22 - (1988) Insulator Pins with Lead Threads for Overhead Line Construction, Galvanized Ferrous Pole -Top 5. IEEE C2 - (2002) National Electrical Safety Code 6. IEEE C37.41 - (2000) Design Tests for High -Voltage Fuses, Distribution Enclosed Single -Pole Air Switches, Fuse Disconnecting Switches, and Accessories 7. IEEE C57.12.00 - (2000) General Requirements for Liquid -Immersed Distribution, Power, and Regulating Transformers 8. IEEE C57.12.90 - (1999) Test Code for Liquid -Immersed Distribution, Power, and Regulating Transformers 9. IEEE C57.13 - (1993; R 2003) Standard Requirements for Instrument Transformers 10. IEEE C57.15 - (1999) Requirements, Terminology, and Test Code for Step -Voltage Regulators 11. IEEE C62.11 - (1999) Metal -Oxide Surge Arresters for Alternating Current Power Circuits (>1KV) 12. IEEE Std 404 - (2000) Extruded and Laminated Dielectric Shielded Cable Joints Rated 2500 V Through 500 000 V F. INTERNATIONAL ELECTRICAL TESTING ASSOCIATION (META) 1. NETA ATS - (2003) Acceptance Testing Specifications G. NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA) 1. NEMA C 12.1 - (2001) Code for Electricity Metering 2. NEMA C12.10 - (2004) Physical Aspects of Watthour Meters 3. NEMA C135.4 - (1987) Zinc -Coated Ferrous Eyebolts and Nuts for Overhead Line Construction 4. NEMA C29.2 - (1992; R 1999) Insulators Wet Process Porcelain and Toughened Glass - Suspension Type** 5. NEMA C29.3 - (1986; R 2002) Wet Process Porcelain Insulators - Spool Type** 6. NEMA C29.4 - (1989; R 2002) Wet -Process Porcelain Insulators - Strain Type** 7. NEMA C29.5 - (1984; R 2002) Wet -Process Porcelain Insulators - Low- and Medium -Voltage Types** 8. NEMA C29.7 - (1996; R 2002) Wet Process - Porcelain Insulators - High -Voltage Line -Post Type** 9. NEMA C37.32 - (2002) High -Voltage Switches, Bus Supports, and Accessories - Schedules of Preferred Ratings, Construction Guidelines and Specifications** 10. NEMA C37.42 - (1996) High Voltage Expulsion Type Distribution Class Fuses, Cutouts, Fuse Disconnecting Switches and Fuse Links** It. NEMA C57.12.20 - (1997; R 1998) Transformers -- Overhead Type Distribution Transformers, 500 kVA and Smaller: High -Voltage, 34500 Volts and Below; Low - Voltage, 7970i 13800Y Volts and Below 12. NEMA C57.12.28 - (1999) Pad -Mounted Equipment - Enclosure Integrity 13. NEMA ICS 6 - (1993; R 2001) Industrial Control and Systems: Enclosures 14. NEMA WC 70 - (1999) Non -Shielded Power Cables Rated 2000 Volts or less for the Distribution of Electrical Energy 01274905 OVERHEAD DISTRIBUTION 16122 - 2 04/08 15. NEMA WC 71 - (1999) Nonshielded Cables Rated 2001-5000 Volts for Use in the Distribution of Electric Energy 16. NEMA WC 74 - (2000) 5-46 kV Shielded Power Cable for Use in the Transmission and Distribution of Electric Energy H. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1. NFPA 70 - (2005) National Electrical Code I. U.S. DEPARTMENT OF AGRICULTURE (USDA) 1. RUS 172817-700 - (1993) Wood Poles, Stubs, and Anchor Logs 2. RUS 17281-1-701 - (1993) Wood Crossarms Transmission Timbers and Pole Keys 3. RUS 202-1 - (2006) List of Materials Acceptable for Use on Systems of RUS Electrification Borrowers J. UNDERWRITERS LABORATORIES (UL) 1. UL 510 - (2005) Polyvinyl Chloride, Polyethylene, and Rubber Insulating Tape 2. UL 6 - (2000; Rev thru May 2003) Rigid Metal Conduit 1.2 GENERAL A. As a part of this Contract, the Contractor shall provide for the actual pole layout, layout and anchoring requirements for the new overhead electrical system. The layout and design of the system shall comply with all applicable criteria listed herein. B. Exact locations of the overhead pole line will be based on actual field data. The Contractor will be responsible for field surveying to determine the actual number and height of poles to accomplish the work. 1.3 SUBMITTALS A. Approval is required for all submittals. 1_ _ B. Provide submittals for the following: 1. A certification, from the manufacturer, that the technical requirements of this specification shall be met. 2. Product Data and detailed drawings on the following list of items: a. Conductors. b. Insulators. C. Wood Poles ) d. Cutouts. e. Surge arresters. f. Guy strand. g. Anchors. 1.4 QUALITY ASSURANCE A. Ground Resistance Test Reports: Submit the measured ground resistance of grounding system. When testing grounding electrodes and grounding systems, identify each grounding electrode and each grounding system for testing. Include the test method and test setup (i.e. pin location) used to determine ground resistance and soil conditions at the time the measurements were made. 01274905 OVERHEAD DISTRIBUTION 16122 - 3 04/08 t: B. Wood Crossarm Inspection Report: Furnish an inspection report from an independent inspection agency, approved by the Contracting Officer, stating that offered products comply with applicable AWPA and RUS standards. The RUS approved Quality Mark "WQC" on each crossarm will be accepted, in lieu of inspection reports, as evidence of compliance with applicable AWPA treatment standards. 1. Field Test Plan: Provide a proposed field test plan 30 days prior to testing the installed system. No field test shall be performed until the test plan is approved. The test plan shall consist of complete field test procedures including tests to be performed, test equipment required, and tolerance limits. 1.5 DELIVERY, STORAGE, AND HANDLING A. Devices and equipment shall be visually inspected by the Contractor when received and prior to acceptance from conveyance. Stored items shall be protected from the environment in accordance with the manufacturer's published instructions. Damaged items shall be replaced. Wood poles held in storage for more than 2 weeks shall be stored in accordance with ATIS 05.1. Handling of wood poles shall be in accordance with ATIS 05.1, except that pointed tools capable of producing indentations more than inch in depth shall not be used. Nails and holes are not permitted in top of poles. PART 2-PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Consider materials specified herein or shown on contract drawings which are identical to materials listed in RUS 202-1 as conforming to requirements. 2.2 POLES A. Poles shall be 45'-0" and class II. B. Wood Poles: Wood poles machine trimmed by turning, Southern Yellow Pine conforming to ATIS 05.1 and RUS 172817-700. Gain, bore and roof poles before treatment. Should additional gains be required subsequent to treatment, metal gain plates shall be provided. Pressure treat poles with ammoniacol copper or chromated. The quality of each pole shall be ensured with "WQC" (wood quality control) brand on each piece, or by an approved inspection agency report. 2.3 CROSSARMS A. Wood Crossarms: Conform to RUS 1728H-701. Chromated copper arsenate (CCA), or ammoniacal copper arsenate (ACA). Treatment shall conform to AWPA C25. Crossarms shall be solid wood, distribution type, and a 1/4 inch 45 degree chamfer on all top edges. Cross -sectional area minimum dimensions shall be 4-1/2inches in height by 3-1/2 inches in depth in accordance with IEEE C2 for Grade B construction. Crossarms shall be 8 feet in length. Crossarms shall be machined, chamfered, trimmed, and bored for stud and bolt holes before pressure treatment. Factory drilling shall be provided for pole and brace mounting, for four pin or four vertical line -post insulators, and for four suspension insulators, except where otherwise indicated or required. Drilling shall provide required climbing space and wire clearances. Crossarms shall be straight and free of twists to within 1/10 inch per foot of length. Bend or twist shall be in one direction only. B. Crossarm Braces: Provide wood braces as indicated. Provide braces with 60 inch span for 8 foot crossarms. 01274905 OVERHEAD DISTRIBUTION 16122 - 4 04/08 2.4 HARDWARE A. Hardware shall be hot -dip galvanized in accordance with ASTM A 153/A 153M. B. Pole -line hardware shall be hot -dip galvanized steel. Washers shall be installed under boltheads and nuts on wood surfaces and elsewhere as required. Washers used on through - bolts and double -arming bolts shall be approximately 2-1/4 inches square and 3/16 inch thick. The diameter of holes in washers shall be the correct standard size for the bolt on which a washer is used. Washers for use under heads of carriage -bolts shall be of the proper size to fit over square shanks of bolts. Eye bolts, bolt eyes, eyenuts, strain -load plates, lag screws, guy clamps, fasteners, hooks, shims, and clevises shall be used wherever required to support and to protect poles, brackets, crossarms, guy wires, and insulators. 2.5 INSULATORS A. Insulators shall comply with NEMA 14V 2 for general requirements. Suspension insulators shall be used at corners, angles, dead -ends, other areas where line insulators do not provide adequate strength, and as indicated. Mechanical strength of suspension insulators and hardware shall exceed the rated breaking strength of the attached conductors. B. Medium -voltage line insulators shall comply with ANSI C29.2, ANSI C29.5, and ANSI C29.6, and as applicable. Ratings shall not be lower than the ANSI classes indicated in TABLE I. Where line post insulators are used for angles greater than 15 degrees, clamp - top fittings shall be provided as well as for other locations shown. Conductor clamps for use with clamp -top, line -post insulators shall be hot -dip galvanized malleable iron for copper conductors and aluminum alloy for aluminum -composition conductors. Either line - post or pin insulators may be used for crossarm construction. Pin insulators for use on voltages in excess of 6 kV phrase -to -phrase shall be radio -interference -freed or else line - post insulators shall be used. TABLE MINIMUM ANSI RATING OF MEDIUM -VOLTAGE INSULATORS BY CLASS Voltage Level Line -Post Pin Suspension LJ Up to 5 kV 57-1 or 11 55-3 One 52-1 57-1 or 11 55-5 Two 52-1 1J 6kV to 15 kV 57-1 or 11 55-5 Two 52-2 57-2 or 12 5603 Two 52-3 or 4 , C. Low -voltage line insulators shall comply with ANSI C29.2 and ANSI C29.3 as applicable. Spool insulators for use on low -voltage lines shall be mounted on clevis attachments or secondary racks and shall be not smaller than Class 52-2 or 53-3. For No. 4/0 AWG and larger conductors, Class 53-4 or 53-5 shall be used. Suspension insulators on clevis attachments used at dead -ends shall be not smaller than Class 52-1. D. Strain insulators for use in insulated guy assemblies shall comply with ANSI C29.4 for porcelain or equivalent fiberglass, and shall have a mechanical strength exceeding the rated breaking strength of the attached guy wire. Insulators shall be not smaller than Class 54-4 with two in tandem for lines of 16 kV to 25 kV, and not smaller than Class 544 with two in tandem for lines of 26 kV to 35 kV. 01274905 OVERHEAD DISTRIBUTION 16122 - 5 04/08 E. Apparatus insulators shall comply with IEEE C57.19.00, IEEE C57.19.01, ANSI C29.8, and ANSI C29.9 as applicable. 2.6 OVERHEAD CONDUCTORS A. Conductors of bare aluminum conductor steel reinforced (ACSR) of sizes and types indicated. 1. Steel Reinforced. a. ASTM B 232/13 232M, aluminum. 2. Conductor sizes on the existing system shall be matched. B. Jumpers on the fused cutouts shall be a minimum #4 AWG. Soft drawn copper is prohibited. 2.7 GUY STRAND A. ASTM A 475, high -strength , Class A or B, galvanized strand steel cable. Guy strand shall have a minimum breaking strength of 10,000 pounds. Provide guy terminations designed for use with the particular strand and developing at least the ultimate breaking strength of the strand. 2.8 ROUND GUY GUARDS A. Vinyl or PVC material, yellow colored, 8 feet long and shatter resistant at sub -zero temperatures. 2.9 GUY ATTACHMENT A. Guy pole eye plates or guy hooks for guy attachment. 2.10 ANCHORS AND ANCHOR RODS A. Anchors shall be screw anchors presenting holding area. Anchor rods shall be thimble -eye, one inch diameter by 8 feet long. Anchors and anchor rods shall be hot dip galvanized. i . Screw type anchors having a manufacturer's rating of not less than 6000 pounds in loose to medium sand/clay soil. 2.11 GROUND RODS A. Copper clad steel ground rods at least 3/4 inch in diameter and 10 feet long. Die -stamp each near top with name or trademark of manufacturer and length of rod in feet. Rods shall have a hard, clean, smooth, continuous, surface throughout length of rod. 1. Provide soft drawn copper wire ground conductors a minimum No. 4 AWG. Ground wire protectors may be either PVC or half round wood molding. Wood molding shall be fir, pressure treated in accordance with AWPA C25, or shall be cypress or cedar. E 01274905 OVERHEAD DISTRIBUTION 16122 - 6 04/08 t 2.12 SURGE ARRESTERS A. IEEE C62.11, metal oxide, porcelain housed, surge arresters arranged for crossarm equipment mounting. RMS voltage rating shall be 9 kV. Arresters shall be Distribution class. 2.13 FUSED CUTOUTS A. Open type fused cutouts rated 100 amperes, conforming to NEMA C37.42. Type T fuses conforming to NEMA C37.42 with ampere ratings equal to 150 percent of the transformer full load rating. Open link type fuse cutouts are not acceptable. 2.14 ELECTRICAL TAPES A. Tapes shall be UL listed for electrical insulation and other purposes in wire and cable splices. Terminations, repairs and miscellaneous purposes, electrical tapes shall comply with UL 510. 2.15 CALKING COMPOUND A. Compound for sealing of conduit risers shall be of a puttylike consistency workable with hands at temperatures as low as 35 degrees F, shall not slump at a temperature of 300 degrees F, and shall not harden materially when exposed to. air. Compound shall readily calk or adhere to clean surfaces of the materials with which it is designed to be used. Compound shall have no injurious effects upon the workmen or upon the materials. 2.16 NAMEPLATES A. Each major component shall have the manufacturer's name, address, type or style, model or serial number, and catalog number on a nameplate securely attached to the equipment., Equipment containing liquid -dielectrics shall have the type of dielectric on the nameplate. Nameplates shall be made of noncorrosive metal. As a minimum, nameplates shall be provided for transformers, regulators, circuit breakers, capacitors, meters and switches. PART 3 - EXECUTION 3.1 INSTALLATION t A. Provide overhead pole line installation conforming to requirements of IEEE C2 for Grade B construction of overhead lines in medium loading districts. _ 01274905 OVERHEAD DISTRIBUTION 16122 - 7 04l08LA B. Wood Pole Installation: Provide pole holes at least as large at the top as at the bottom and large enough to provide 4 inch clearance between the pole and side of the hole. 1. Setting Depth of Pole: Pole setting depths shall be as follows: Length of Pole Setting in Soil Setting in Solid Rock (feet) (feet) (feet) 20 5.0 3.0 25 5.5 3.5 30 5.5 3.5 35 6.0 4.0 40 6.0 4.0 45 6.5 4.5 50 7.0 4.5 55 7.5 5.0 60 8.0 5.0 2. Setting in Soil, Sand, and Gravel: "Setting in Soil' depths, as specified in paragraph entitled "Setting Depth of Pole," apply where the following occurs: a. Where pole holes are in soil, sand, or gravel or any combination of these; b. Where soil layer over solid rock is more than 2 feet deep; C. Where hole in solid rock is not substantially vertical; or d. Where diameter of hole at surface of rock exceeds twice the diameter of pole at same level. At corners, dead ends and other points of extra strain, poles 40 feet or more long shall be set 6 inches deeper. 3. Setting in Solid Rock: "Setting in Solid Rock," as specified in paragraph entitled "Setting Depth of Pole," applies where poles are to be set in solid rock and where hole is substantially vertical, approximately uniform in diameter and large enough to permit use of tamping bars the full depth of hole. 4. Setting With Soil Over Solid Rock: Where a layer of soil 2 feet or less in depth over solid rock exists, depth of hole shall be depth of soil in addition to depth specified under "Setting in Solid Rock" in paragraph entitled "Setting Depth of Pole," provided, however, that such depth shall not exceed depth specified under "Setting in Soil." 5. Setting on Sloping Ground: On sloping ground, always measure hole depth from low side of hole. 6. Backfill: Thoroughly tamp pole backfill for full depth of the hole and mound excess fill around the pole. 7. Setting Poles: Set poles so that alternate crossarm gains face in opposite directions, except at terminals and dead ends where gains of last two poles shall be on side facing terminal or dead end. On unusually long spans, set poles so that crossarm comes on side of pole away from long span. Where pole top pins are used, they shall be on opposite side of pole from gain, with flat side against pole. 8. Alignment of Poles: Set poles in alignment and plumb except at corners, terminals, angles, junctions, or other points of strain, where they shall be set and raked against the strain. Set not less than 2 inches for each 10 feet of pole length above grade, nor more than 4 inches for each 10 feet of pole length after conductors are installed at required tension. When average ground run is level, consecutive poles shall not vary more than 5 feet in height. When ground is uneven, poles differing in length shall be kept to a minimum by locating poles to avoid the highest and lowest ground points. If it becomes necessary to shorten a pole, a piece shall be sawed off the top. Holes shall be dug large enough to permit the proper use of tampers to full depth of hole. 01274905 OVERHEAD DISTRIBUTION 16122 - 8 04/08 C. Anchors and Guys: Place anchors in line with strain. The length of the guy lead (distance from base of pole to the top of the anchor rod) shall be as indicated. 1. Setting Anchors: Set anchors in place with anchor rod aligned with, and pointing directly at, guy attachment on the pole with the anchor rod projecting 6 to 9 inches out of ground to prevent burial of rod eye. 2. Screw Anchors: Install screw anchors by torquing with boring machine. 3. Swamp Anchors: Install swamp anchors by torquing with boring machine or `- wrenches, adding sections of pipe as required until anchor helix is fully engaged in firm soil. 4. Setting Guy Strands: Complete anchor and guy installation, dead end to dead end, and tighten guy before wire stringing and sagging is begun on that line section. Provide strain insulators at a point on guy strand 8 feet minimum from the ground and 6 feet minimum from the surface of pole. D. Hardware: Provide hardware with washer against wood and with nuts and lock nuts applied wrench tight. Provide locknuts on threaded hardware connections. Locknuts shall be M-F style and not palnut style. E. Grounding: Unless otherwise indicated, grounding shall conform to IEEE C2. Pole ground l { rods shall have a resistance to ground not exceeding 25 ohms. If single ground rod resistance exceeds 25 ohms then a second ground rod shall be added a mimimun of 8' from the first ground rod. When work in addition to that indicated or specified is directed in order to obtain specified ground resistance, provisions of the contract covering changes shall apply. 1. Ground Rod Connections: Make ground rod connections on pole lines by exothermic weld or by using a compression connector for ground wire or wire to rod -' connections. Make exothermic welds strictly in accordance with manufacturer's written recommendations. Welds which have puffed up or which show convex ' surfaces indicating improper cleaning, are not acceptable. No mechanical connectors are required at exothermic weldments. Compression connectors shall be type that uses a hydraulic compression tool to provide correct pressure. Provide tools and dies recommended by compression connector manufacturer. An embossing die code or I Jf similar method shall provide visible indication that a connector has been fully compressed on ground wire. 2. Grounding and Grounded Connections: a. Where no primary or common neutral exists, surge arresters and frames of equipment operating at over 750 volts shall be bonded together and connected to a dedicated primary grounding electrode. b. Where no primary or common neutral exists, transformer secondary neutral bushing, secondary neutral conductor, and frames of equipment operating at under 750 volts shall be bonded together and connected to a dedicated secondary grounding electrode. C. When a primary or common neutral exists, connect all grounding and grounded conductors to a common grounding electrode. 3. Protective Molding: Protect grounding conductors which are run on surface of I wood poles by wood molding for plastic molding of equal mechanical strength] € _' extending from ground line throughout communication and transformer spaces. F. Conductor Installation 1. Line Conductors: Unless otherwise indicated, conductors shall be installed in �- accordance with manufacturer's approved tables of sags and tensions. Conductors shall be handled with care necessary to prevent nicking, kinking, gouging, abrasions, sharp bends, cuts, flattening, or otherwise deforming or weakening conductor or any ' damage to insulation or impairing its conductivity. Remove damaged sections of 01274905 OVERHEAD DISTRIBUTION 16122 - 9 04!08 conductor and splice conductor. Conductors shall be paid out with the free end of conductors fixed and cable reels portable, except where terrain or obstructions make this method unfeasible. Bend radius for any insulated conductor shall not be less than the applicable NEMA specification recommendation. Conductors shall not be drawn over rough or rocky ground, nor around sharp bends. When installed by machine power, conductors shall be drawn from a mounted reel through- stringing sheaves in straight lines clear of obstructions. Initial sag and tension shall be checked by the Contractor, in accordance with the manufacturer's approved sag and tension charts, within an elapsed time after installation as recommended by the manufacturer. 2. Connectors and Splices: Conductor splices, as installed, shall exceed ultimate rated strength of conductor and shall be of type recommended by conductor manufacturer. No splice shall be permitted within 10 feet of a support. Connectors and splices shall be mechanically and electrically secure under tension and shall be of the nonbolted compression type. The tensile strength of any splice shall be not less than the rated breaking strength of the conductor. Splice materials, sleeves, fittings, and connectors shall be noncorrosive and shall not adversely affect conductors. Aluminum - composition conductors shall be wire brushed and an oxide inhibitor applied before making a compression connection. Connectors which are factory -filled with an inhibitor are acceptable. Inhibitors and compression tools shall be of types recommended by the connector manufacturer. Primary line apparatus taps shall be by means of hot line clamps attached to compression type bail clamps (stirrups). Low -voltage connectors for copper conductors shall be of the solderless pressure type. Noninsulated connectors shall be smoothly taped to provide a waterproof insulation equivalent to the original insulation, when installed on insulated conductors. On overhead connections of aluminum and copper, the aluminum shall be installed above the copper. 3. Conductor -To -Insulator Attachments: Conductors shall be attached to insulators by means of clamps, shoes or tie wires, in accordance with the type of insulator. For insulators requiring conductor tie -wire attachments, tie -wire sizes shall be as indicated in TABLE II. TABLE II TIE -WIRE REQUIREMENTS CONDUCTOR TIE WIRE Copper (AWG) Soft -Drawn Copper (AWG) 6 8 4and 2 6 1 through 3/0 4 4/0 and larger 2 AAC, AAAC, or ACSR (AWG) AAAC OR AAC (AWG) Any size 6 or 4 4. Armor Rods: Armor rods shall be provided for AAC, AAAC, and ACSR conductors. Armor rods shall be installed at supports, except armor rods will not be 01274905 OVERHEAD DISTRIBUTION 16122 - 10 04/08 required at primary dead-end assemblies if aluminum or aluminum -lined zinc -coated steel clamps are used. Lengths and methods of fastening armor rods shall be in accordance with the manufacturer's recommendations. For span lengths of less than 200 feet, flat aluminum armor rods may be used. Flat armor rods, not less than 0.03 by 0.25 inch shall be used on No. 1 AWG AAC and AAAC• and smaller conductors and on No. 5 AWG ACSR and smaller -conductors. On larger sizes, flat armor rods shall be not less than 0.05 by 0.30 inches. For span lengths of 200 feet or more, preformed round armor rods shall be used. 5. Ties: Provide ties on pin insulators tight against conductor and insulator and ends turned down flat against conductor so that no wire ends project. 6. Reinstalling Conductors: Existing conductors to be reinstalled or resagged shall be strung to "final" sag table values indicated for the particular conductor type and size involved. 7. New Conductor Installation: String new conductors to "initial" sag table values recommended by the manufacturer for conductor type and size of conductor and ruling span indicated. 8. Fittings: Dead end fittings, clamp or compression type, shall conform to written recommendations of conductor manufacturer and shall develop full ultimate strength of conductor. 9. Aluminum Connections: Make aluminum connections to copper or other material using only splices, connectors, lugs, or fittings designed for that specific purpose. Keep a copy of manufacturer's instructions for applying these fittings at job site for use of the inspector. G. Risers: Secure galvanized steel conduits on poles by two hole galvanized steel pipe straps spaced as indicated and within 3 feet of any outlet or termination. Ground metallic conduits. 3.2 CROSSARM MOUNTING A. Crossarms shall be bolted to poles with 5/8 inch through -bolts with square washers at each end. Bolts shall extend not less than 1/8 inch nor more than 2 inches beyond nuts. On single crossarm construction, the bolt head shall be installed on the crossarm side of the pole. Metal crossarm braces shall be provided on crossarms. Flat braces may be provided for 8 foot crossarms and shall be 1/4 by 1-1/4 inches, not less than 28 inches in length. Flat braces shall be bolted to arms with 3/8 inch carriage bolts with round or square washers between boltheads and crossarms, and secured to poles with 1/2 by 4 inch lag screws after crossarms are leveled and aligned. Angle braces are required for 10 foot crossarms and shall be 60 inch span by 18 inch drop formed in one piece from 1-1/2 by 1-1/2 by 3/16 inch angle. Angle braces shall be bolted to crossarms with 1/2 inch bolts with round or square washers between boltheads and crossarms, and secured to poles with 5/8 inch through - bolts. Double crossarms shall be securely held in position by means of 5/8 inch double - arming bolts. Each double -arming bolt shall be equipped with four nuts and four square washers. 1. Line Arms and Buck Arms: Line arms and buck arms shall be set at right angles to lines for straight runs and for angles 45 degrees and greater; and line arms shall bisect angles of turns of less than 45 degrees. Dead-end assemblies shall be used for turns where shown. Buck arms shall be installed, as shown, at corners and junction poles. Double crossarms shall be provided at ends of joint use or conflict sections, at dead -ends, and at angles and corners to provide adequate vertical and longitudinal strength. Double crossarms shall be provided at each line -crossing structure and where lines not attached to the same pole cross each other. 01274905 OVERHEAD DISTRIBUTION 16122 - 11 04/08 2. Equipment Arms: Equipment arms shall be set parallel or at right angles to lines as required to provide climbing space. Equipment arms shall be located below line construction to provide necessary wire and equipment clearances. 3.3 FIELD QUALITY CONTROL A. General: Field testing shall be performed in the presence of the Owner's Representative. The Contractor shall furnish materials, labor, and equipment necessary to conduct field tests. The Contractor shall perform tests and inspections recommended by the manufacturer unless specifically waived by the Contracting Officer. The Contractor shall maintain a written record of tests which includes date, test performed, personnel involved, devices tested, serial number and name of test equipment, and test results. Field reports will be signed and dated by the Contractor. B. Safety: The Contractor shall provide and use safety devices such as rubber gloves, protective barriers, and danger signs to protect and warn personnel in the test vicinity. The Contractor shall replace any devices or equipment which are damaged due to improper test procedures or handling. C. Sag and Tension Test: The Owner's Representative shall be given prior notice of the time schedule for stringing conductors or cables serving overhead medium -voltage circuits and reserves the right to witness the procedures used for ascertaining that initial stringing sags and tensions are in compliance with requirements for the applicable loading district and cable weight. D. Pre-Energization Services: The following services shall be performed on the equipment listed below. These services shall be performed subsequent to testing but prior to the initial energization. The equipment shall be inspected to insure that installation is in compliance with the recommendations of the manufacturer and as shown on the detail drawings. Terminations of conductors at major equipment shall be inspected to ensure the adequacy of connections. Bare and insulated conductors between such terminations shall be inspected to detect possible damage during installation. If factory tests were not performed on completed assemblies, tests shall be performed after the installation of completed assemblies. Components shall be inspected for damage caused during installation or shipment and to ensure that packaging materials have been removed. Components capable of being both manually and electrically operated shall be operated manually prior to the first electrical operation. Components capable of being calibrated, adjusted, and tested shall be calibrated, adjusted, and tested in accordance with the instructions of the equipment manufacturer. Items for which such services shall be provided, but are not limited to, are the following: 1. Grounding System a. Visual and mechanical inspection Inspect ground system for compliance with contract plans and specifications. b. Electrical tests Perform ground -impedance measurements utilizing the fall -of -potential method. On systems consisting of interconnected ground rods, perform tests after interconnections are complete. On systems consisting of a single ground rod perform tests before any wire is connected. Take measurements in normally dry weather, not less than 48 hours after rainfall. Use a portable ground testing inegger in accordance with manufacturer's instructions to test each ground or group of grounds. The instrument shall be equipped with a meter reading directly in ohms or fractions thereof to indicate the ground value of the ground rod or grounding systems under test. 01274905 OVERHEAD DISTRIBUTION 16122 -12 04I08 E. Devices Subject to Manual Operation: Each device subject to manual operation shall be operated at least three times, demonstrating satisfactory operation each time. F. Follow -Up Verification: Upon completion of acceptance checks and tests, the Contractor shall show by demonstration in service that circuits and devices are in good operating condition and properly performing the intended function. As an exception to requirements stated elsewhere in the contract, the Contracting Officer shall be given 5 working days advance notice of the dates and times of checking and testing. END OF SECTION 16122 01274905 OVERHEAD DISTRIBUTION 16122 - 13 04/08 z SECTION 16123 WIRE AND CABLE PART 1- GENERAL 1.1 SECTION INCLUDES A. Low voltage wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.3 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide for each cable assembly type. 1.5 SUBMITTALS FOR INFORMATION A. Test Reports: Indicate procedures and values obtained. B. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. 1.6 SUBMITTALS AT PROJECT CLOSEOUT A. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 1.8 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 01274905 WIRE AND CABLE 16123 - 1 04/08 1.9 PROJECT CONDITIONS A. Verify that field measurements are as indicated. B. Conductor sizes are based on copper. C. Wire and cable routing indicated is approximate unless dimensioned. 1.10 COORDINATION A. Coordinate Work under provisions of other sections. B. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 - PRODUCTS 2.1 BUILDING WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to other sections. B. Description: Single conductor insulated wire. C. Conductor: Copper. Aluminum Conductors shall not be used. D. Insulation Voltage Rating: 600 volts. E. Insulation: Minimum requirements of NFPA 70 and as specified herein. F. MC Cable: Shall not be utilized on this project. G. All Conductor ampacitios are based on copper conductors. 2.2 WIRING CONNECTORS A. Split Bolt Connectors: 1. I1sco. 2. Buchanan. 3. Burndy. B. Solderless Pressure Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. C. Spring Wire Connectors: 1. Ideal. D. Compression Connectors: 1. I1sco. 2. Buchanan. 3. Burndy. 01274905 WIRE AND CABLE 16123 - 2 04108 2.3 CONDUCTOR SPLICING A. Splices in Conductors No. IOAWG and smaller shall be made with insulated pressure connectors. B. Splices for Conductors No. 8 AWG and larger shall be made with a solderless connector and insulated with tape or heat shrink type insulating material equivalent to the conductor insulation. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. All Locations: Use only building wire, Type THW or THHN/THWN insulation, in raceway. B. Use wiring methods indicated. 3.4 INSTALLATION A. Route wire and cable as required to meet Project Conditions. B. Install cable in accordance with the NECA "Standard of Installation." C. Use solid conductor for feeders and branch circuits 10 AWG and smaller. D. Use stranded conductors for control circuits. E. Use conductor not smaller than 12 AWG for power and lighting circuits with the exception of pre -manufactured fixture whips, listed for such use and not exceeding 6' in length. F. Use conductor not smaller than 18 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 100 feet and for 277 volt circuits exceeding 200 feet and as indicated on the drawings. H. Install all conductors in conduit. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. M. Use suitable cable fittings and connectors. N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. Q. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. 01274905 WIRE AND CABLE 16123 - 3 04/08 R. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. S. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and indicated in Article 310 of the 2002 National Electrical Code. END OF SECTION 01274905 WIRE AND CABLE 16123 - 4 04/08 SECTION 16130 BOXES PART 1- GENERAL 1.1 SECTION INCLUDES t: A. Wall and ceiling outlet boxes. B. Pull and junction boxes. 1.2 RELATED SECTIONS A. Section 16140 - Wiring Devices: Wall plates in finished areas. 1.3 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA OS 1 - Sheet -steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR CLOSEOUT A. Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2-PRODUCTS 2.1 OUTLET BOXES .- A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. B. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; ` include half -inch male fixture studs where required. C. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. D. Wall Plates for Finished Areas: As specified in Section 16140. - 01274905 04/08 BOXES 16130 - 1 2.2 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box made of galvanized cast iron with a flanged cover neoprene gasket and stainless steel fasteners. C. All pull and junction boxes shall be provided with covers with screw fasteners. D. Only boxes listed in U.L. Electrical Construction Directory shall be used in fire rated walls. PART 3-EXECUTION 3.1 EXAMINATION A. Verify locations of outlets in all locations areas prior to rough -in. 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Set wall mounted boxes at elevations to accommodate mounting heights specified in section for outlet device. D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. E. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. F. Maintain headroom and present neat mechanical appearance. G. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. H. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. I. Maximum box areas in fire rated construction shall not exceed the total limitation as required in the U.L. Electrical Construction Directory. J. Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes with Architectural drawings and other trades. K. Locate outlet boxes to allow luminaires positioned as shown on plan. L. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. M. Use flush mounting outlet box in finished areas. N. Do not install flush mounting box back-to-back in walls; provide minimum 6 inches separation. Provide minimum 24 inches separation in acoustic rated walls. O. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. P. Use stamped steel bridges to fasten flush mounting outlet box between studs. Q. Install flush mounting box without damaging wall insulation or reducing its effectiveness. R. Use adjustable steel channel fasteners for hung ceiling outlet box. S. Do not fasten boxes to ceiling support wires. T. Support boxes independently of conduit. U. Use gang box where more than one device is mounted together. Do not use sectional box. V. Use gang box with plaster ring for single device outlets. W. Use cast outlet box in exterior locations exposed to the weather and wet locations. 01274905 BOXES 16130 - 2 04/08 X. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface -mounted cast metal box in other locations. Y. Coordinate with other trades for box rough -in, such that control devices are grouped (i.e., thermostats, wall switches, volume controls, etc.). Z. Boxes shall not be less than the volume as required by the NFPA 70. AA. Boxes installed in wet locations or as indicated shall be intended for use in wet locations. Provide gaskets for all boxes. BB. Boxes for mounting light fixtures shall be a minimum of 4 inches square. CC. Cast boxes shall have a wall thickness of not less than 3/32 inches. 3.3 INTERFACE WITH OTHER PRODUCTS A. Coordinate installation of outlet box for equipment connected and provided in other sections. 3A ADJUSTING a A. Section 01700 - Contract Closeout: Adjusting installed work. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.5 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. gg` 3.6 REPAIR A. Repair any areas or surfaces damaged during conduit installation. B. Paint (resurface) to original condition. END OF SECTION 16130 1 .x 01274905 04/08 16130 - 3 SECTION 16140 WIRING DEVICES PART 1- GENERAL 1.1 SECTION INCLUDES A. Wall switches. B. Receptacles. C. Occupancy sensors. D. Device plates and decorative box covers. 1.2 RELATED SECTIONS A. Section 16130 - Boxes. 1.3 REFERENCES A. NECA - Standard of Installation. B. NEMA WD 1 - General Requirements for Wiring Devices. C. NEMA WD 6 - Wiring Device — Dimensional Requirements. D. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW A. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. B. Manufacturers with similar catalog numbers will not be considered as a basis for an equivalent product. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.6 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the purpose specified and indicated. PART 2-PRODUCTS 2.1 WALL SWITCHES A. Manufacturers: 1. Hubbell HBL1221-I. 01274905 WIRING DEVICES 16140 - 1 04/08 : B. Description: NEMA WD 1, 20 amp, Heavy -Duty, AC only general -use snap switch. C. Body and Handle: nylon ivory handle. D. Utilize equivalent series of manufacturer's numbers above for three-way, four-way and two -pole applications. 2.2 RECEPTACLES A. Manufacturers: 1. Hubbell HBL 5352-I B. Description: NEMA WD 1, Heavy-duty general use receptacle, with wraparound bridge, brass center rivet, triple wipe contacts and grounding contacts integral with backstrap (no rivets). C. Device Body: Ivory impact -resistant thermoplastic. D. Configuration: NEMA WD 6, type as specified and indicated. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. Hubbell GF5352-I or equivalent. 2.3 OCCUPANCY SENSORS A. Manufacturers: 1. Watt Stopper. B. Description: Infrared, adjustable sensitive wall mounted with override switch and 180 degrees of coverage. Rated for use on 120 volt service. C. Accessories: Provide additional relays or slave packs as required to serve loads indicated. Provide coverplates to match. 2.4 WALL PLATES A. Decorative Cover Plate: Stainless steel with steel fasteners and countersunk heads. B. Weatherproof Cover Plate: Gasketed cast metal with hinged gasketed device cover on exterior devices. C. Surface Mounted Plates: Galvanized steel plates PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that outlet boxes are installed at proper height. B. Verify that wall openings are neatly cut and will be completely covered by wall plates. C. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. D. Verify installation location of all boxes to be installed with millwork and other obstructions prior to rough -in. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean debris from outlet boxes. 01274905 WIRING DEVICES 16140 - 2 04/08 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install switches with OFF position down. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole on top. F. Connect wiring device grounding terminal to branch circuit equipment grounding conductor. G. Install decorative plates on switch, receptacle, and blank outlets in finished areas. H. Connect wiring devices by wrapping conductor around screw terminal. I. Use jumbo size plates for outlets installed in masonry walls. J. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. K. Install blank cover plate to match other wall plates on all unused boxes. L. All plates shall be installed with continuous contact with the wall with no openings. 3.4 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 16130 to obtain mounting heights specified and indicated on drawings. B. Install all wall switches, thermostats, and fire alarm pull stations at 42 inches above finished floor. C. Install convenience receptacle 18 inches above finished floor. D. Install outlets 6" inches above counter or as indicated in architectural mill work and elvations. 3.5 FIELD QUALITY CONTROL A. After the installation is completed, the Contractor shall conduct operating tests for approval. The equipment shall be demonstrated to operate in accordance with the specified requirements. B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify that each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.6 ACCEPTANCE A. Final acceptance of the facility will not be given until the Contactor has successfully completed all tests and after all defects in installation, material or operation have been corrected. 3.7 ADJUSTING A. Adjust devices and wall plates to be flush and level. 3.8 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION 01274905 WIRING DEVICES 16140 - 3 04,108 SECTION 16190 SUPPORTING DEVICES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSI/NFPA 70 -National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART2-PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. 4. Sheet Metal: Use sheet metal screws. 5. Wood Elements: Use wood screws. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. 01274905 04/08 SUPPORTING DEVICES 16190 - 1 B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Engineer before drilling or cutting structural members. E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. Metallic conduits and tubing and the support system with which they are attached shall be rigidly and securely fastened in place to prevent horizontal and vertical movement. Interrals shall not be more than 10 feet or within 3 feet of boxes, cabinets or fittings. H. Loads and supports shall be coordinated by the Contractor to prevent damage or deformation to the structure. No loads shall be applied to joist bridging. I. All unused holes drilled in concrete shall be filled. J. Conduits shall not be fastened using wire, nylon straps or perforated strap. Use only fitting listed for use for supporting conduits. Utilize hot gipped galvanized, steel channel and threaded rods adequately supported from the structure with double ended nuts or other approved means of attachment. END OF SECTION 01274905 SUPPORTING DEVICES 16190 - 2 04/08 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2-PRODUCTS 2.1 NAMEPLATES AND LABELS A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black background. B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Communication cabinets, and computer cabinets. 3. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2. Use 1/4 inch letters for identifying grouped equipment and loads. 3. Use 3/8 inch letters for identifying Main Disconnect equipment. 2.2 WIRE/CONDUIT/BOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes, outlet and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1,3,5; etc.) Box labeling shall be pre -manufactured adhesive type. Markers shall not be permitted. 2. Boxes serving fire alarm system shall have box covers painted red. { 01274905 ELECTRICAL IDENTIFICATION 16195 - 1 04/08 a PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see specification Section 16000) D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification: 480/277 volts 120/208 volts Phase Brown Black A Orange Red B Yellow Blue C Gray White Neutral Green Green Ground Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION 01274905 ELECTRICAL IDENTIFICATION 16195 - 2 04/08 SECTION 16270 POLE -MOUNTED TRANSFORMERS PART1-GENERAL 1.1 SUMMARY A. Section includes pole -mounted transformers and equipment. 1.2 REFERENCES A. American National Standards Institute: 1. ANSI C135.14 - Staples with Rolled or Slash Points for Overhead Line Construction 2. ANSI C 135.22 - Galvanized Ferrous Pole -Top Insulator Pins with Lead Threads for Overhead Line Construction 3. ANSI C135.30 - Zinc -Coated Ferrous Ground Rods for Overhead or Underground Line Construction 4. ANSI C29.1- Test Methods for Electrical Power Insulators 5. ANSI C29.2 - Insulators - Wet -Process Porcelain and Toughened Glass - Suspension Type 6. ANSI C29.3 - Wet Process Porcelain Insulators - Spool Type 7. ANSI C29.4 - Wet -Process Porcelain Insulators - Strain Type 8. ANSI C29.5 - Wet -Process Porcelain Insulators - Low- and Medium -Voltage Types 9. ANSI C29.6 - Wet -Process Porcelain Insulators - High -Voltage Pin Type 10. ANSI C29.8 - Apparatus, Cap and Pin Type Wet -Process Porcelain Insulators 11. ANSI C29.9 - Wet -Process Porcelain Insulators - Apparatus, Post -Type 12. ANSI C37.32 - High -Voltage Switches, Bus Supports, and Accessories - Schedules of Preferred Ratings, Construction Guidelines and Specifications 13. ANSI C42 100 - Standard Dictionary of Electrical and Electronics Terms 14. ANSI C57.12.20 - Overhead Type Distribution Transformers, 500 KVA and Smaller: High Voltage 34 500 Volts and Below: Low Voltage, 7970/13 800 Y Volts and Below 15. ANSI C62.2 - Guide for the Application of Gapped Silicon -Carbide Surge Arresters for Alternating Current Systems 16. ANSI 05.1- Specifications and Dimensions for Wood Poles B. American Wood -Preservers' Association (AWPA) 1. AWPA C25 - Sawn Crossarms - Preservative Treatment by Pressure Processes 2. AWPA C4 - Poles - Preservative Treatment by Pressure Processes 3. AWPA PUP13 - Standard for Creosote Preservative 4. AWPA P5 - Standard for Waterborne Preservatives 5. AWPA P8 - Standard for Oil -Borne Preservatives 6. AWPA P9 - Standards for Solvents and Formulations for Organic Preservative Systems C. ASTM International (ASTM) 1. ASTM A 123/A 123M - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products 2. ASTM A 153/A 153M - Zinc Coating (Hot -Dip) on Iron and Steel Hardware 3. ASTM A 36/A 36M - Carbon Structural Steel 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 1 04/08 4. ASTM A 475 - Zinc -Coated Steel Wire Strand 5. ASTM A 575 - Steel Bars, Carbon, Merchant Quality, M-Grades 6. ASTM A 576 - Steel Bars, Carbon, Hot -Wrought, Special Quality 7. ASTM B I - Hard -Drawn Copper Wire 8. ASTM B 117 - Operating Salt Spray (Fog) Apparatus 9. ASTM B 228 - Concentric -Lay -Stranded Copper -Clad Steel Conductors 10. ASTM B 230/13 230M-Aluminum 1350-H19 Wire for Electrical Purposes 11. ASTM B 2318 231 M - Concentric -Lay -Stranded Aluminum 1350 Conductors 12. ASTM B 232B 232M - Concentric -Lay -Stranded Aluminum Conductors, Coated - Steel Reinforced (ACSR) 13. ASTM B 398/13 398M - Aluminum -Alloy 6201-T81 Wire For Electrical Purposes 14. ASTM B 399/13 399M - Concentric -Lay -Stranded Aluminum -Alloy 6201-T81 Conductors 15. ASTM B 416 - Concentric -Lay -Stranded Aluminum -Clad Steel Conductors 16. ASTM B 8 - Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft 17. ASTM D 1654 - Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments 18. ASTM D 4059 - Analysis of Polychlorinated Biphenyls in Insulating Liquids by Gas Chromatography 19. ASTM D 923 - Sampling Electrical Insulating Liquids . D. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C2 - National Electrical Safety Code 2. IEEE C37.34 -Test Code for High -Voltage Air Switches 3. IEEE C37.41 - Design Tests for High -Voltage Fuses, Distribution Enclosed Single - Pole Air Switches, Fuse Disconnecting Switches, and Accessories 4. IEEE C37.60 - Requirements for Overhead, Pad Mounted, Dry Vault and Submersible Automatic Circuit Reclosures and Fault Interrupters for Alternating Current Systems Up to 38 kV 5. IEEE C37.63 - Requirements for Overhead, Pad -Mounted, Dry -Vault, and Submersible Automatic Line Sectionalizers for AC Systems 6. IEEE C57.12.00 - General Requirements for Liquid -Immersed Distribution, Power, and Regulating Transformers 7. IEEE C57.15 - Requirements, Terminology, and Test Code for Step -Voltage Regulators 8. IEEE C 57.19.00 - Standard General Requirements and Test Procedures for Outdoor Power Apparatus Bushings 9. IEEE C 57.19.01 - Performance Characteristics and Dimensions for Outdoor Apparatus Bushings 10. IEEE C57.98 - Guide for Transformer Impulse Tests IL . IEEE C62.1- Gapped Silicon -Carbide Surge Arresters for AC Power Circuits 12. IEEE C62.11 - Metal -Oxide Surge Arresters for Alternating Current Power Circuits (>1KV) 13. IEEE C 135.1-Zinc Coated Steel Bolts and Nuts for Overhead Line Construction 14. IEEE C135.2 - Threaded Zinc -Coated Ferrous Strand -Eye Anchor Rods and Nuts for Overhead Line Construction 15. IEEE Std 18 - Shunt Power Capacitors 16. IEEE Std 242 - Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems - Buff Book 17. IEEE Std 399 - Recommended Practice for Power Systems Analysis - Brown Book 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 2. 4 04/08 18. IEEE Std 404 — Extruded and Laminated Dielectric Shielded Cable Joints Rated 2500 V Through 500 000 V 19. IEEE Std 81— Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System (Part 1) Normal Measurements E. Insulated Cable Engineers Association (ICEA) 1. ICEA S-70-547 — Weather Resistant Polyethylene Covered Conductors F. National Electrical Manufacturers Association (NEMA) 1. NEMA HV 2 — Application Guide for Ceramic Suspension Insulators 2. NEMA ICS 6 — Industrial Control and Systems: Enclosures 3. NEMA LA 1— Surge Arresters 4. NEMA WC 74 — 546 kV Shielded Power Cable for Use in the Transmission and Distribution of Electric Energy G. National Fire Protection Association (NFPA) 1. NFPA 70 — National Electrical Code H. U. S. Department of Agriculture (USDA) 1. RUS Bull 17281-1-701 — Wood Crossarms (Solid and Laminated), Transmission Timbers and Pole Keys 1. Underwriters Laboratories (UL) 1. UL 467 — Grounding and Bonding Equipment 2. UL 486A48613 — Wire Connectors 1.3 SUBMITTALS A. Section 00400 - Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate electrical characteristics and connection requirements, outline dimensions, connection and support points, weight, specified ratings and materials. C. Product Data: Submit electrical characteristics and connection requirements, standard model design tests, and options. D. Test Reports: Indicate procedures and results for specified factory and field testing and inspection. - E. Manufacturer's Field Reports: Indicate activities on site, final adjustments and overcurrent protective device coordination curves, adverse findings, and recommendations. 1.4 CLOSEOUT SUBMITTALS A. Project Record Documents: Include copy of manufacturer's certified drawings. B. Operation and Maintenance Data: Submit maintenance procedures for sampling and maintaining fluid. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. B. Testing Agency: Company member of International Electrical Testing Association and specializing in testing products specified in this section with minimum three years documented experience. 1.6 DELIVERY, STORAGE, AND HANDLING A. Section 01600 - Product Requirements: Product storage and handling, storing, and protecting products. 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 3 04/08 1.7 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.8 MAINTENANCE MATERIALS A. Furnish two each of special tools required to operate and maintain transformer. 1.9 EXTRA MATERIALS A. Furnish two of each size and type fuse. 1.10 DRAWINGS A. Detailed Drawings: The Contractor shall submit detailed drawings consisting of equipment drawings, illustrations, schedules, instructions, diagrams and other information necessary to define the installation and enable the Government to check conformity with the requirements of the contract drawings. Detailed drawings shall, as a minimum, include: 1. Crossarms. 2. Transformers. 3. Pole top switches. 4. Conductors. 5. Insulators. 6. Surge arresters PART2-PRODUCTS 2.1 GENERAL REQUIREMENTS A. Products shall conform to the following requirements. Items of the same classification shall be identical including equipment, assemblies, parts, and components. 2.2 STANDARD PRODUCT A. Material and equipment shall be the standard product of a manufacturer regularly engaged in the manufacture of the product and shall essentially duplicate items that have been in satisfactory use for at least 2 years prior to bid opening. 2.3 NAMEPLATES A. Each major component shall have the manufacturer's name, address, type or style, model or serial number, and catalog number on a nameplate securely attached to the equipment. Equipment containing liquid -dielectrics shall have the type of dielectric on the nameplate. Nameplates shall be made of noncorrosive metal. As a minimum, nameplates shall be provided for transformers, regulators, circuit breakers, capacitors, meters and switches, 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 4 04/08 t B. Liquid -Filled Transformer Nameplates: Power transformers shall be provided in accordance with IEEE C57.12.00. Nameplates shall indicate the number of gallons and composition of liquid -dielectric, and shall be permanently marked with a statement that the transformer dielectric to be supplied is non -polychlorinated biphenyl. If transformer nameplate is not so marked, the Contractor shall furnish manufacturer's certification for each transformer that the dielectric is non -PCB classified, with less than 2 ppm PCB content in accordance with paragraph LIQUID DIELECTRICS. Certifications shall be related to serial numbers on transformer nameplates. Transformer dielectric exceeding the 2 ppm PCB content or transformers without certification will be considered as PCB insulated and will not be accepted. 2.4 CORROSION PROTECTION A. Aluminum shall not be used. B. Ferrous Metal materials. i. Hardware: Ferrous metal hardware shall be hot -dip galvanized in accordance with ASTM A 153/A 153M and ASTM A 123/A 123M. 2. Equipment: Equipment and component items, including but not limited to transformers and ferrous metal luminaires not hot -dip galvanized or porcelain enamel finished, shall be provided with corrosion -resistant finishes which shall withstand 480 hours of exposure to the salt spray test specified in ASTM B 117 without loss of paint or release of adhesion of the paint primer coat to the metal surface in excess of 1/16 inch from the test mark. The described test mark and test evaluation shall be in accordance with ASTM D 1654 with a rating of not less than 7 in accordance with TABLE 1, (procedure A). Cut edges or otherwise damaged surfaces of hot -dip galvanized sheet steel or mill galvanized sheet steel shall be coated with a zinc -rich paint conforming to the manufacturer's standard. 2.5 TRANSFORMERS A. Transformers shall comply with IEEE C57.12.00 for general requirements and ANSI C57.12.20 for specific requirements for overhead transformers. Overhead distribution transformers shall be of the outdoor type, mineral -oil -insulated liquid single- phase or three-phase as indicated and have two separate windings per phase. Transformers shall be provided with necessary auxiliary mounting devices suitable for the indicated installation. Transformers shall have four 2-1/2 percent rated WA high -voltage taps above and below rated primary voltage. Transformer installations shall include one primary fuse cutout and one surge arrester for each ungrounded phase conductor. Self -protected transformers are not acceptable. Transformer tanks shall have a standard gray finish. 2.6 GROUNDING AND BONDING A. Ground rods shall be of copper -clad steel conforming to UL 467 not less than 3/4 inch in diameter by 10 feet in length of the sectional type driven full length into the earth. B. Grounding conductors shall be bare, except where installed in conduit with associated phase conductors. Insulated conductors shall be of the same material as the phase conductors and green color -coded, except that conductors shall be rated no more than 600 volts. Bare conductors shall be ASTM B 8 soft -drawn unless otherwise indicated. Aluminum is not acceptable. 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 5 04/08 2.7 WARNING SIGNS A. Warning signs shall be porcelain enameled steel or approved wqual. Voltage warning signs shall comply with IEEE C2. 2.8 LIQUID DIELECTRICS A. Liquid dielectrics for transformers, capacitors, reclosers, and other liquid -filled electrical equipment shall be non -polychlorinated biphenyl (PCB) mineral -oil or less -flammable liquid as specified. Nonflammable fluids shall not be used. Tetrachloroethylene (perchloroethylene) and 1, 2, 4 tetrachlorobenzene fluids shall not be used. Liquid dielectrics in retrofitted equipment shall be certified by the manufacturer as having less than 2 parts -per -million (ppm) PCB content. In lieu of the manufacturer's certification, the Contractor may submit a test sample of the dielectric in accordance with ASTM D 923 and have tests performed per ASTM D 4059 at a testing facility approved by the Contracting Officer. Equipment with test results indicating PC level exceeding 2 ppm shall be replaced. 2.9 FACTORY TESTS A. Factory tests shall be performed, as follows, in accordance with the applicable publications and with other requirements of these specifications. 1. Transformers: Manufacturer's standard routine tests in accordance with IEEE C57.12.00. 2. Transformers rated 200 kVA and above: Reduced full -wave, chopped -wave, and full -wave impulse test on each line and neutral terminal, in accordance with IEEE C57.98. 3. High -Voltage Air Switches: Manufacturer's standard tests in accordance with IEEE C37.34 and IEEE C37.41. 4. High -Voltage Fuses: Manufacturer's standard tests in accordance with IEEE C37.41. 5. Electric Power Insulators: Manufacturer's standard tests in accordance with ANSI C29.1. PART 3 - EXECUTION 3.1 INSTALLATION A. Equipment and devices shall be installed and energized in accordance with the manufacturer's published instructions. B. The installation shall comply with the requirements and recommendations of IEEE C2 for heavy loading districts, Grade B construction. No reduction in clearance shall be made. The installation shall also comply with the applicable parts of NFPA 70. C. The Contractor shall become familiar with details of the work, shall verify dimensions in the field, and shall notify the Contracting Officer of any discrepancy before performing any work. 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 6 1 04/08 3.2 TRANSFORMER INSTALLATION A. Transformers shall be carefully installed so as not to scratch finishes or damage bushings. Transformers shall be installed in accordance with the manufacturer's instructions. After installation, surfaces shall be inspected and scratches shall be touched up with a finish provided by the transformer manufacturer for this purpose. Three-phase transformer installations shall be installed with positive phase sequence. 3.3 CONNECTIONS TO UTILITY LINES A. The Contractor shall coordinate the work with the PANTEX Personnel. 3.4 CONNECTIONS BETWEEN AERIAL AND UNDERGROUND SYSTEMS A. Connections between aerial and underground systems shall be made. Underground cables shall be extended up poles in conduit to cable terminations. Conduits shall be secured to poles by two -hole galvanized steel pipe straps spaced not more than 10 feet apart and with one support not more than 12 inches from any bend or termination. Cables shall be supported by devices separate from the conduit or guard, near their point of exit from the riser conduit or guard. Cables guards shall be secured in accordance with the manufacturers published procedure. Risers shall be equipped with bushings to protect cables. Capnut potheads shall be used to terminate medium -voltage multiple -conductor cable. 3.5 GROUNDING A. Noncurrent -carrying metal parts of equipment and conductor assemblies, such as luminaires, medium -voltage cable terminations and messengers, metal poles, operating mechanisms of pole top switches, panel enclosures, transformers, capacitors, recloser frames (cases) and other noncurrent -carrying metal items shall be grounded. Additional grounding of equipment, neutral, and surge arrester grounding systems shall be installed at poles where indicated. B. Grounding electrodes shall be installed as follows: 1. Driven rod electrodes — Unless otherwise indicated, ground rods shall be located approximately 3 feet out from base of the pole and shall be driven into the earth until the tops of the rods are approximately I foot below finished grade. Multiple rods shall be evenly spaced at least 10 feet apart and connected together 2 feet below grade with a minimum No. 6 bare copper conductor. 2. Ground Resistance — The maximum resistance of a driven ground rod shall not exceed 25 ohms under normally dry conditions. Whenever the required ground resistance is not met, provide additional electrodes to achieve the specified ground resistance. The additional electrodes will be up to three, 10 feet rods spaced a minimum of 10 feet apart, driven perpendicular to grade, and coupled and driven with the first rod. In high ground resistance, UL listed chemically charged ground rods may be used. If the resultant resistance exceeds 25 ohms measured not less than 48 hours after rainfall, the Contracting Officer shall be notified immediately. Connections below grade shall be fusion welded. Connections above grade shall be fusion welded or shall use UL 467 approved connectors. 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 7 __s 04/08 3. Grounding and Bonding Connections — Connections above grade shall be made by the fusion -welding process .or with bolted solderless connectors in compliance with UL 467, and those below grade shall be made by a fusion -welding process. Where grounding conductors are connected to aluminum -composition conductors, specially treated or lined copper -to -aluminum connectors suitable for this purpose shall be used. 4. Grounding Electrode Conductors — On multi -ground circuits, as defined in IEEE C2, provide a single continuous vertical grounding electrode conductor. Neutrals, surge arresters, and equipment grounding conductors shall be bonded to this conductor. For single grounded or ungrounded systems, provide a grounding conductor for the surge arrester and equipment grounding conductors and a separate grounding conductor for the secondary neutrals. Grounding electrode conductors shall be sized as shown. Secondary system neutral conductors shall be connected directly to the transformer neutral bushings, then connected with a neutral bonding jumper between the transformer neutral bushing and the vertical grounding electrode conductor, as shown. Grounding electrode conductors shall be stapled to wood poles at intervals not exceeding 2 feet. On metal poles, a preformed galvanized steel strap, 5/8 inch wide by 22 gauge minimum by length, secured by a preformed locking method standard with the manufacturer, shall be used to support a grounding electrode conductor installation on the pole and spaced at intervals not exceeding 5 feet with one band not more than 3 inches from each end of the vertical grounding electrode conductor. Bends greater than 45 degrees in grounding electrode conductor are not permitted. 3.6 FIELD TESTING A. Field testing shall be performed in the presence of the Contracting Officer. The Contractor shall notify the Pantex Personnel 14 days prior to conducting tests. The Contractor shall furnish materials, labor, and equipment necessary to conduct field tests. The Contractor shall perform tests and inspections recommended by the manufacturer unless specifically waived by Pantex. The Contractor shall maintain a written record of tests which includes date, test performed, personnel involved, devices tested, serial number and name of test equipment, and test results. Field reports shall be signed and dated by the Contractor. B. The Contractor shall provide and use safety devices such as rubber gloves, protective barriers, and danger signs to protect and warn personnel in the test vicinity. The Contractor shall replace any devices or equipment which are damaged due to improper test procedures or handling. C. The resistance of each grounding electrode system shall be measured using the fall -of - potential method defined in IEEE Std 81. Ground resistance measurements shall be made before the electrical distribution system is energized and shall be made in normally dry conditions not less than 48 hours after the last rainfall. Resistance measurements of separate grounding electrode systems shall be made before the systems are bonded together below grade. The combined resistance of separate systems may be used to meet the required resistance, but the specified number of electrodes shall be provided. D. Pre-Energization Services — The following services shall be performed on the equipment listed below. These services shall be performed subsequent to testing but prior to the initial energization. The equipment shall be inspected to insure that installation is in compliance with the recommendations of the manufacturer and as shown on the detail drawings. Terminations of conductors at major equipment shall be inspected to ensure the adequacy of connections. Bare and insulated conductors between such terminations shall be inspected to detect possible damage during installation. If factory tests were not 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 8 04/08 performed on completed assemblies, tests shall be performed after the installation of completed assemblies. Components shall be inspected for damage caused during installation or shipment and to ensure that packaging materials have been removed. Components capable of being both manually and electrically operated shall be operated manually prior to the first electrical operation. Components capable of being calibrated, adjusted, and tested shall be calibrated, adjusted, and tested in accordance with the instructions of the equipment manufacturer. Items for which such services shall be provided, but are not limited to, are the following: 1. Switches. 2. Transformers. E. Operating Tests — After the installation is completed, and at such time as the Contracting Officer may direct, the Contractor shall conduct operating tests for approval. The equipment shall be demonstrated to operate in accordance with the specified requirements. An operating test report shall be submitted in accordance with paragraph SUBMITTALS. 3.7 ACCEPTANCE A. Final acceptance of the facility will not be given until the contractor has successfully completed all tests and after all defects in installation, material or operation have been corrected. END OF SECTION 01274905 POLE -MOUNTED TRANSFORMERS 16270 - 9 04/08 SECTION 16481 ENCLOSED MOTOR CONTROLLERS PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements to Work of this Section. 1.2 SECTION INCLUDES A. Manual motor starters. B. Magnetic motor starters. C. Combination magnetic motor starters. (Pumping Panels) 1.3 REFERENCES A. NFPA 70- National Electrical Code. B. UL 1 98C - High -Interrupting Capacity Fuses; Current Limiting Type. C. UL 1 98E - Class R Fuses. D. NECA "Standard of Installation," published by National Electrical Contractors Association. E. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. F. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. G. NEMA KS I - Enclosed Switches. 1.4 SUBMITTALS A. Submit under provisions of other Section. B. Product Data: Provide catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details. C. Test Reports: Indicate field test and inspection procedures and test results. D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. B. Maintain one copy of each document on site. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 01274905 ENCLOSED MOTOR CONTROLLERS 04l08 16481 -1 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and indicated. PART 2-PRODUCTS 2.1 MANUAL CONTROLLERS A. Manual Motor Controller: NEMA ICS 2, AC general-purpose Class A manually operated, full -voltage controller with overload element, NO auxiliary contact, and toggle operator. B. Fractional Horsepower Manual Controller: NEMA ICS 2, AC general-purpose Class A manually operated, full -voltage controller for fractional horsepower induction motors, with thermal Overload unit, and toggle operator. C. Enclosure: NEMA ICS 6; Type 1. 2.2 AUTOMATIC CONTROLLERS (PUMPING PANELS) A. Magnetic Motor Controllers: NEMA ICS 2, AC general-purpose Class A magnetic controller for induction motors rated in horsepower. B. Coil operating voltage: 480 volts, 60 Hertz. C. Overload Relay: NEMA ICS; electronic solid state type; with phase loss and unbalance protection. D. Enclosure: NEMA 3R. E. Provide the Controllers with fused disconnect switches. F. Control power transformer: Provide a 500VA fused transformer with 120v output for operation of the city furnished control equipment. 2.3 PRODUCT OPTIONS AND FEATURES A. Auxiliary Contacts: NEMA ICS 2, 2 each field convertible contacts in addition to seal -in contact. B. Cover Mounted Pilot Devices: NEMA ICS 2, heavy duty type. C. Pushbuttons: Recessed type. D. Selector Switches: Rotary type. E. Relays: NEMA ICS 2. 2.4 DISCONNECTS A. Combination Controllers: Combination motor controllers/fused disconnect. 01274905 ENCLOSED MOTOR CONTROLLERS 16481 - 2 04/08 PART 3 - EXECUTION 3.1 INSTALLATION A. Install enclosed controllers where indicated, in accordance with manufacturer's instructions. Provide a motor controller for all equipment not furnished as integral with equipment. Coordinate actual motor loads with overload protection. B. Install enclosed controllers plumb. Provide supports in accordance with Section 16190. C. Height: 5 ft to operating handle. D. Install fuses in fusible switches. E. Select and install overload heater elements in motor controllers to match installed motor characteristics. F. Provide engraved plastic nameplates under the provisions of Section 16195. G. Provide neatly typed label inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. H. Coordinate starters (pumping panel) ratings with the actual installed horsepower of the wells. 3.2 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of other Sections. B. Inspect and test each enclosed controller to NEMA ICS 2. END OF SECTION 16481 01274905 ENCLOSED MOTOR CONTROLLERS 16481 - 3 04/08__, i APPENDIX A OSHA 1926 SUBPART P For Information Only Occupational Safety and Health Admin., Labor (2) The employer shall ensure the 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. N 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. (a) Commercial diving operations. Com- mercial diving operations shall be sub- ject to subpart T of part 1910, $s 1910.401-1910.441, of this chapter. 139 FR 22601. June 24. 1974. as amended at 42 FR 37614. July 22. 19M S 192� au �tions applicable to (a) Apron —The area along the water- front edge of the pier or wharf. (b) Buhvark--The side of a ship above the upper deck. (c) CownftV —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. (a) Rail, for the purpose of 11926.605, means a light structure serving as a guard at the outer edge of a ship's deck. Subpart P—Excavations At TwnrrY: Sec. 107. Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 4. 6. 6. Occupational Safety and Health Act of 1970 (29 U.S.C. 69. 655. 657): Secretary of Labor's Order No. 12-71 (36 FR $754). 6-76 (41 FR 25059), or 940 (49 FR 35730). as applicable. and 29 CFR part 1911. SOURCE: 54 FR 45959. Oct. 31. 1969. unless otherwise noted S 192 itio app a to this subpart app part. (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. 51926.660 t (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system com- prised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (walers). Such system is designed. specifically to support the sidewalls of an excavation and prevent cave-ins. Bell-bottom pier hole means a type of shalt or footing excavation, the bottom of which is made larger than the cross section above to form a bailed shape. Beaching (Benching system) means a method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces be- tween levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system and its sudden movement into the excavation, either by failing 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. Cmss 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. F,xcavatiorl meats any man-made cut, cavity, trench. or depression in an earth surfaceformed 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. Kiekout 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 fail 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- 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) c 374 3f f k i Occupational Safety and Health Admin., labor interconnected to each other, are ofte called "sheeting." Wales means horizontal members of shoring system placed parallel to t excavation face whose sides be against the vertical members of th shoring system or earth. § 19211.651 Specific excavation req aents. (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- Iish the location of the utility under- ground installations prior to the start n. of actual excavatioWhen 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 egrrss—(I) St uctural ramps. (1) 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 n structural design, and shall be con- structed in accordance with the design. a (11) Ramps and runways constructed 375 § 1926.651 (g) Hazardous atmospheres —(I) Testing and controls. In addition to the require- ments set forth in subparts D and E of this part (29 CFR 1926.50-1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to as- sure acceptable atmospheric condi- tions, the following requirements shall apply: i) Where oxygen deficiency (atmospheres containing less than 19.5 percent oxygen) or a hazardous atmos- phere exists or could reasonably be ex- pected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the atmospheres in the exca- vation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (11) 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. (1) 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 s confined footing excavations, shall wear a harness with a life -line securely o attached to it. The lifeline shall be sep- arate from any line used to handle ma- n terials, and shall be individually at- t tended at all times while the employee 376 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 Isaccumulat- ing, unless adequate precautions have been taken to protect employees against the hazards posed by water ac- cumulation. The precautions necessary to rotect 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 a4jacent 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 N (2) of this section. (i) StobiUty of adjacent structarrs. (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: (1) A support system, such as under- pinning, is provided to ensure the safe- ty of employees and the stability of the tructure;or (ii) The excavation is in stable rock; r (III) A registered professional engi- eer has approved the determinationffi hat the structure is sucently re- moved from the excavation so as to be 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 no 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 soli. (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by failing 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. 04 Inspections. (1) Daily inspections of excavations, the a4jacent 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. p) Walkways shall be provided where t 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. 1S4 FR 459N. Oct. 31. 1909, as amended by 59 FR 40730, Aug. S. 19MI § 192t%852 Requirements for protective systems. (a) Protection of employees Jn exce- vadorm (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 (B) Excavations are less than 5 feet (1.52m) in depth and examination of the ground by a competent person provides no Indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1): or, in the alternative, paragraph (b)(2): or. In the alternative, paragraph (b)(3), or, in the alternative. paragraph (b)(4), as follows: (1) Option (1) Allawable configurations and slopes. (1) 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. (11) Slopes specified in paragraph (b)(1)(1) 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 subp art. (2)Option (2)—Determination of slopes and confignrations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping 377 § 1926.652 and benching systems, shall be det mined in accordance with the con tions and requirements set forth in a pendices A and B to this subpart. (3) Option (3)—Designs using other to ulated data. (1) Designs of sloping benching systems shall be select from and be in accordance with to ulated data, such as tables and c (11) The tabulated data shall be i written form and shall include all the following (A) Identification of the paramete that affect the selection of a sloping benching system drawn from such data (B) Identification of the limits of of the data, to include the magnitud and configuration of slopes deter nin to be safe: (C) Explanatory information as ma be necessary to aid the user in makin a correct selection of a protective sy tern from the data. (in) At least one copy of the tab- ulated data which* Identifies the reg- istered professional engineer who ap- proved the data, shall be maintained a 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 ffl Design by a registered professional engineer. (1) 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. (11) 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.(il) 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) er- signs of support systems shield sys- di- tems. and other protective systems p- shall be selected and constructed by the employer or his designee and shall b- be in accordance with the requirements or of paragraph (c)(1): or, in the alter- ed native, paragraph (c)(2): or, in the al- b- ternative, paragraph (c)(3); or, in the harts. alternative, paragraph (c) (4) as follows: n (1) Option (l) Designs using appen- of dices A, C and D. Designs for timber shoring in trenches shall be determined rein accordance with the conditions and or requirements set forth in appendices A and C to this subpart. Designs for alu- et use minuhydraulic shoring shall be in e accordance with paragraph (c)(2) of this ed section, but U manufacturer's tab- ulated data cannot be utilized, designs Y shall be in accordance with appendix D. g (2) Option (2)—Designs Using manufac- turer's Tabulated Data. (1) 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 Heakh Admin., labor (B) Identification of the limits of of the data: (G) Explanatory information as may be necessary to aid the user in making a correct selection of a protective sys- tem from this 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 ffl Design by a registered professional engineer. (1) 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. (H) 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.lilt) 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. M Manufactured materials and equipment used for protective systems shall be used and maintained in a mari- 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 - Ina 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 use 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 - part —(I) General. (i) Members of sup- port systems shall be securely con- nected together to prevent sliding, fail- ing, kickouts, or other predictable fail- ure. (ii) Support systems shall be in- stalled and removed in a manner that protects employees from cave-ins. structural collapses, or from being struck by members of the support sys- tem. (III) Individual members of support systems shall not be subjected to loads exceeding those which those members were designed to withstand. (iv) Before temporary removal of in- dividual members begins, additional precautions shall be taken to ensure the safety of employees, such as in- stalling other structural members to carry the loads imposed on the support system. (v) Removal shall begin at, and progress from, the bottom of the exca- vation. Members shall be released slow- ly so as to note any indication of pos- sible failure of the remaining members of the structure or possible cave-in of the sides of the excavation. (vi) Backftlling shall Progress to- gether with the removal or support sys- tems from excavations. M Additional requirements for support systems for trench wwavadoas 0) 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. (H) Installation of a support system shall be closely coordinated with the excavation of trenches. (1) 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 PL 1926, SubpL P. App. A the hazard of falling, rolling, or siidi material or equipment. (g) Shield systems- —(I) General. Shield systems shall not be subject to loads exceeding those which the s tern was designed to withstand. (ii) Shields shall be installed in manner to restrict lateral or other h ardour movement of the shield in t event of the application of sudden la eras loads. (111) Employees shall be protect from the hazard of cave-ins when ente ing or exiting the areas protected APPENDIX A To SUBPART P—SoiL CLASSWICATMN (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 51926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926, and when alu- minum hydraulic shoring is designed in ac- cordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data pre- pared in accordance with the requirements set forth in 51926.652(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 (AST(AST"Standards D65340 and D296d: The Unified Soils Classification 29 CFR Ch. XVII (7-1-98 Edition) by 380 Occupational Safety and Health Admin., labor Pt 1926, Subpt P, App. A ?jps 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 it W The soil is fissured: or (ii) The soil is subject to vibration from heavy traffic, pile driving, or similar effects: or (HO 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:IV) or greater, or (v) The material is subject to other factors that would require it to be classified as a leas stable material. rmwamearw: 0 Cohasive soil with an unconfined com- pressive strength greater than 0.5 tsf (48 kPa) but less than 1.5 tar (144 kPa); or (it) Granular cohesionless soils inclu ding. angular gravel (aimilar to crushed rock). silt, silt loam. Bondy loam and, in some cases, silty clay loam and sandy clay loam. pit) Previously disturbed soils except chase which would otherwise be classed as Type C soil. (1v) Soil that meets the unconfined con- preaslve strength or cementation require- ments for Type A. but is Assured 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 stteeeepp than four hori- zontal to one vertical (4H:17, but only if the material would otherwise be classified as Type -C means: (f Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less: or (i) Granular soils including gravel, sand, and loamy sand: or (III) Submerged soil or soil from which water is freely �ngg 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:ly or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be deternnined 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 molst 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. (e) Requirements—(1) Ciassilkadon of soli 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) Brits 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 - lea Society for Testing Materials, or the U.S. Deportment of Agriculture textural classf- ficatlon system. (3) Visual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this ap- pendb4 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 d 4) Layawf system In a layered system. the system shalt be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer Has under a less stable layer. (5) Reclassakaton.It. 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 tertr—(1) Visual tests. visual analysis is conducted to determine qualitative information regarding the excavation site in general. the soil adja- cent to the excavation, the soil forming the sides of the open excavationk 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. (Hi) 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 spell off a vertical side, the soil could be fissured. Small spatls are evi- dence of moving ground and are indications of potentially hazardous situations. 381 Pt. 1926, Subpt. P, App. 8 (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 pmpertles of soil and to provide more inforrmation in order to classi yA soil properly. (1) Plastictly. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as Winch in diameter. Cohe. sive material can be successfully roiled into threads without crumbling. For example, it at least a two Inch (50 nun) length of Winch thread can be held on one end without tear. ing. the soil Is cohesive. (ii) Dry stnnBth. if the soil is dry and crumbles on its own or with moderate pros. sure into Individual grains or fire powder, it is or silt). If ( the soil is dry anbination of d gravel,sand, sin o clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt. If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured. the soil may be considered unfissured. (III) Thumb penetration. The thumb penetra- tion test can be used to estimate the unconfined compressive strength of cohesive soils. (This test Is based on the thumb pene. tration test described in American Society for Testing and Materials (ASTM) Standard designation D2488—"Standard Recommended Practice for Description of Soils (Visual — Manual Procedure).-) Type A soils with an t unconfined compressive strength of 1.5 tar can be readily indented by the thumb, how- f 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 r can be easily penetrated several inches by the thumb. and can be molded by light finger t pressure. This test should be conducted on r an undisturbed soil sample, such as a large s clump of spoil, as soon as practicable after s excavation to keep to a miminum the effects v of exposure to drying influences. If the exca. ex Ix 382 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 test. 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.S4 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 s1g. 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. rhd Is cohesive with fissures. It they pulver. Iza easily into very small fragments, the ma- terial is granular. APPENDD( B TO SUBPART P—SLOPING AND BENCHmc (a) Scope and applkatlwL 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 j1929.852(b)(2). (b) Delhgdvns. Actual slope means the slope to which an excavation face is excavated. Dbaw means that clue soil is In a condi- tion when a cave-in is imminent or is likely 0 occur. Distress Is evidenced by such phe- nomena as the development of fissures in the ace of or adjacent to an open excavation: the subsidence of the edge of an excavation: the slumping of material from the face or Jua bulging or heaving of material from the of an excavation: the sparing of ma- enad from the face of an excavation: and Welling. i.e., small amounts of material uch as pebbles or little clumps of material uddenly separating from the face of an exca. ation and trickling or roiling down into the cavation. occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B Adaxbmum 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:1). Short term exposure means a period of time less than or equal to 24 hours that an exca- vation is open. (c) Requlrrments—(1) Sou ciau lcadon. Soil and rock deposits shall be classified in ac- cordance with appendix A to subpart P of part1926. (2) Aladmum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-I of this a dix. 3) Actual slope. (1) The actual slope shall not be steeper than the maximum allowable slope. (11) 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 % horizontal to one vertical (%H:lV) less steep than the maximum allowable slope. (ui) When surcharge In 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 shell be evaluated in ac- cordance with 31920.651(1). (4) Conllguratlons. 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 MAtIMUM ALLOWABLE SLOPES(H:V)« FOR EXCAVATIONS LESS THAN 20 FEET STABLE ROCK (901) TYPE A 12) TYPE B 114� 15 TYPE C 111:1 NOTES: 1. Numbers shown in parentheses next to naxinum movable slopes are angles expressed in degrees ft o the horkontaL Angles have been rounded off. 2. A short -toss saxiase allowable slops of 1128:1T (630) is allowed in excavations is Type A soil that are 12 feat (3.67 a) or less in depth. short -tea aexinas allowable slopes for excavations areatsr than 12 feat (3.67 a) " depth shall be 3/41:lT (53'). 3. Sloping or benching for excavatlans greater than 20 feet deep shall be designed by a registered profassbnal engineer. Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.1 Ewavat/oms made In Type A sod. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 3'i:1. Uj PL 1926, SubpL P, App. B 29 CFR Ch. XVI1 (7-1-98 Edition) 20' Hax. �l 1/` 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 %:1. 12' Max. 1 142 SIMPLE SLOPE --SHORT TERM 2. All benched excavations 20 feet or Iess In depth shall have a maximum allowable slope of V4 to 1 and maximum bench dimensions as follows: A 1 20' Max. 3/4 i i 384 Occupational Safety and Health Admin., Labor SIMPLE BENCH 20' Max. 5' Max. 4►' Max. Pt. 1926, Subpt. P, App. B 10 MULTIPLE BENCH 3. All excavations 8 feet or less In depth which have unsupported vertically sided lower por- tions shall have a maximum vertical side of 3% feet. I A 8' Max. 3/4 h' Max. UNSUPPORTED VERTc&LY SIDED LowER P 8 FEET IN DEPTH All excavations more than I feet but not more than 12 feet In depth which unsupported ver- tically sided lower portions shall have a maximum allowable slope of 1A and a maximum ver. tical side of 31A feet. 385 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XV11 (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. Suvaort or shied system 1 20' Max. 3/4 18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under S 1926.652(b). B-1.2 Excavations Made in Type B Soil 1. All simple slope excavations 20 feet or less irt 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: 396 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B --T'N, This bench allowed in cohesive soil only. 1**'f- 1 201 Max 1 6• Man 01 Swing BENCH This bench allowed in cohesive soil only i i 20' Hex. i i .I'14 1 4' MAX. 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 IS inches above the top of the vertical side. An such excavations shall have a maximum allowable slope of 1:1. Support or shield system 20' Max. 8" Min. Total height of vertical side VERPCALLV Slam LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in 91926.652(b). B-1.3 EXCAVATIONS MADE IN TYPE C SOL 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of IIh:l. 387 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-98 Edition) t t! S&#at.E 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 1WI. Support or shield system 20' Max. t# 18^ Mia. Total height of vertirai side VERTICAL Sam 1.owER PoRTKIN 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. 1928, Subpt. P, App. B i 'e�jt 1 A �t B OVER a (i A �t .. �/4 C OV6R A IC .� �4 t � � 1 1 C OVBA i 389 Pt.1926, Subpt P, App. C A OVtR A OVER C 29 CFR Ch. XVII (7-1-98 Edition) 4i A C41 9 OVER C 2. All other sloped excavations shall be in accordance with the other options permitted In 51926.652(b). APPENDDC C To SUBPART P—Mmm:R 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). 390 (b) 509 Clawh7cadon. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas. sification method set forth in appendix A of subpart P of this part. (c) Presentadon 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 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 (a) 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 Rinkadons of the data —(I) Di- mensions of tbabar members. w The sizes of the timber members listed in Tables C-1.1 through C-1.3 am taken from the National Bureau or Standards (NBS) report, "Rec- ommended Technical Provisions for Con- . sttuction Practice in Shoring and Sloping of Trenches and Excavations. ' In addition. where NBS did not recommend specific sizes of numbers, member sizes am 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 51926.952(c)M. and are referred to The Corps of Engineers, The Bureau of Reclamation or data from other acceptable sources. (2) Z.Wtadon of appAtatims. (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 siWa- tions that am not covered by the data in this appendix must be designed as specified in 5 1926.652(c). (ii) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed In accordance with IIM.652. When loads imposed by structures or by stored material ac(Jacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used hem 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. (a) Use of Tables. The members of the shor- Ing system that are to be selected using this information are the eras 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. Then 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 192ti. 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 whom 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 site 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. (t) SzampAts to Illustrate the Use of Tables F 1.1 through C-1.1 (1) Example 1. A trench dug In Type A soil Is 13 feet deep and five feat wide. From Table C-l.l, for acceptable arrange- ments of timber can be used. Arrangement 081 Space W crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Spec* 34 uprights at six feet horizontally. This arrangement is commonly called "skip shoring.' Arrangement #DZ Space 4x9 crossbraces at eight feet hori- zontally and four feet vertically. Space 84 wales at four feet vertically. 391 Pt. 1926, Subpt. P, App. C Space 24 uprights at four feet hori- zontally. Arrangement #83 Space 6x6 crossbraces at 10 feet hori- zontally and four feet vertically. Space 840 wales at four feet vertically. Space NO uprights at live feet hori- zontally. Arrangement NB/ Space bd crossbraces at 12 feet hori- zontally and four feet vertically. Space 11 bd0 wales at four feet vertically. Spaces 3x8 uprights at six feet hori- zontally. (2) Example 2. A trench dug in Type 8 soil in 13 feet deep and five feet wide. From Table C-1.2 three acceptable arrangements of members are listed. Arrangement eBI Space Bxe crossbraces at six feet hori. zontally and five feet vertically. Space &0 wales at five feet vertically. Space NO uprights at two feet hori- zontally. Arrangement /112 Space 64 crombraces at eight feet hori- zontally and five feet vertically. Space 1040 wales at five feet vertically. Space bd uprights at two feet hori. zontally. Arrangement NB3 Space 8x8 crossbraces at 10 feet hori- zontally and five feet vertically. Space 1042 wales at five feet vertically. Space 24 uprights at two feet vertically. (3) Earample S. A trench dug in Type C soil is 13 feet deep and five feet wide. From Table C-1.3 two acceptable arrange- ments of members can be used. Arrangement NBl Space txd crossbraces at six feet hori- zontally and five feet vertically. Space 1042 wales at five feet vertically. Position NO uprights as closely together as possible. If water must be retained use special tongue and groove uprights to form tight sheeting. Arrangement NB2 Space 8x10 crossbraces at eight feet hori- zontally and five feet vertically. 392 29 CFR Ch. XVII (7-1-98 Edition) Space 1242 wales at five feet vertically. Position 2x6 uprights in a close sheeting configuration unless water pressure must be resisted. Tight sheeting must be used where water must be retained (4) Example 4. A trench dug in Type C soil is 20 feet deep and 11 feet wide. The size and spacing of members for the section of trench that is over 15 feet in depth Is determined using Table C-1.3. Only one arrangement of mem. bers is provided. Spec* 840 crossbraces at six feet hori- zontally and five feet vertically. Space 1242 wales at five feet vertically. Use 3x6 tight sheeting. Use of Tables C-2.1 through C-2.3 would fol- low the same procedures. (g) Notes for an Tables. 1. Member sizes at spacings other than in- dicated are to be determined as specified in 51926.632(c), "Design of Protective Systems." 2. When conditions are saturated or sub- merged use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g., tongue and groove) at least three inches thick, steel sleet piling, or similar construction that when driven or placed in position provide a tight wall to re- sist the lateral pressure of water and to pre- vent the loss of backAll material. Close Sheeting refers to the placement of planks side -by -side allowing as little space as pos. sible between them. • . 3. All spacing indicated is measured center to center. 4. Weiss to be installed with greater di- mension horizontal. S. U the vertical distance from the center of the lowest crossbrace to the bottom of the trench exceeds two and one-half feet, uprights shall be firmly embedded or a mudsill shag be used. Where uprights are embedded, the vertical distance from the center of. the lowest crossbrace to the bot- tom of the trench shall not exceed 36 inches. When mudsills are used, the vertical dis. tance shall not exceed 42 inches. Mudsills are wales that are installed at the toe of the trench side. 6. Trench)aeks may be used in lieu of or in combination with timber crossbraces. I. Placement cf crossbraces. When the ver- tical spacing of crossbraces is four feet, place the top crossbrace no more than two feet below the top of the trench. When the verb. cal spacing of crossbraces is five feet. place the top crossbrace no more than ZY feet below the top of the trench. w w TABLE C-1.1 TIMBER TRENCM SHOOING -- MUIM TllM REODUU)FXTS SOIL TM A ►s ■ 25 1 N + 72 psf (2 ft 5w•cbsrys) DEPTH SIM i font t lRtRWAC S SPACT�+ OF E NORIZ. SPACING MITM OF TRENCH vE�, WERT. ON NUI NN ALlONABLE HORIZONTAL SPACING UP TO UP 70g4Xfi FEETUP UP TO OP TO SPACI SIZE SPAC1 FEET - (FEET (IN) FEET 5 TO 4 Not , pTO— Not Us TO 8 4X4 4146X6 6X6 4 `d UP TO 2X8 10 UP TO 216 f 4X6 -4X6 6X6 6X6 616 4 8X8 4 2X6 UP TO Not 10Ama UP TO TO 4X6 4X6 X6 U! TO 15 2X6 UP TO UP TO 15 Up 6X6 X8 US 4 fin 4 3 TO 6 6X6 6 6X6 5X8 GAS 4 20 UP TO UP TO v4 X 20 SEE NOTE i • NIMW oak or souivslv.t with . h-m- rawfitcWrsd - i".' Mu6m of apilvalsat s traBtM siyr by siibstitstsd for wood. FN y A *P*m 20; psmrm" sq oa 43ftex.0 1) nd u a ezt1.*j 2 UU a," TASLt C-1.3 TDSU TRENCH sNORn1C - MINIIBM TI M REQUXRMa RS • SOIL TTR C Pe - 80 t 11 • 72 Pef (2 ft. Sercbagp) DEM GE TRISCq NIDTA OP T1edICN NORIZ. 7= (PERT) pE�� SPACING 8P TO W TO or 70 up TO up TO SPACING MAXIMUM AII.O mu WRIZOMIML SPACING sin SPACG TEEt e 21 12 (FEET) 71= CLOSE NP 10 5 6 as as as as Bt8 3 Ono 5 2t6 OP 10 TO R an us as as 8t10 5 1OZ12 5 2t6 <R TO 10 10 8Z10 I 8Z10 8t10 8210 LOZ10 3 IMU2 5 2t6 see Note I UP � !0 8T$ 8Z8 8t8 8T$ 8Z10 5 1Ot12 5 216 up TO TO 8 8t10 "10 "to 8t10 lotto 5 IMUZ S IZ6 See 15 Mote t see Note I 0P To 15 6 8XIO Wo 8Z10 8t10 1QII0 5 12X12 5 316 See io see 20 Note 1 See E Note OVER: 20 s8E 1ula Oak -or actured members of - ---- ••� •••• `�'o Of Pet. ��� �7 be substituted for rood. N L� Lf w cc m TAWA C-2.1 TESS Tam=-WOLUG — Kom= ou rfft A !a - 25 X a t ?z psf t. Suvb&r") --MNMC* or eq"valem stniotb m- -;;b�af-jw P"• y be or wow. !L w V Tull C-2.2 TDM9R TRENCH SNORING -- N=M M TIta1ER REQULREMEM • SOIL TM 8 P a • 65 I R t 72 pat (2 It. Sutchacaa) DEM S .e OF WRIZ. FSRT. SPACIIIG SIZE TRUM (FEET) YSRT. VAiI�a< ALIOi1AS1E HORIZONTAL SPACING SPACINGr4X6 aP TO 0P tD 0P To (M�) ! L2 15 FBLT gp CIOSR 2 ` 6 5 VIP To 6 r4X6 4M 6X6 616 5 628 5 41S2 4X12 0! TO to 8 616 616 616 S no 5 718 im UP TO t0 10 4X6 416 6XG 6X6 6X8 S 8110 5 Us Note I UP TO t0 6 6X6 6X6 616 US 61a S on 5 316 4X10 ur zn TO 6X6 6XS 613 a18 Us S lOZt0 5 316 Ulo RP TO 15 10 618 US 8X8 as 8X8 S Itaxil 5 U6 4X10 See Note t 10' TO t5 6 6X8 6X8 6X8 6X8 S18 5 5110 5 416 UP TO TO a 6X8 6X8 GIB as an 5 10X12 5 416 up 20 10 a18 a18 an us an 5 12112 S 416 See Note I O2 2 SEC NOT[ t *e Hsnu[aetucad sasbecs of equtvaleat atc� ��c g— mm aeas taaa im psi. taVA may be substituted for uood. N W C cr Kj >r D� O10 PL 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-98 Edition) APMDIX D TO SUBPART P—ALUMINUM pendix must be used when design of the alu- HYDRAULIC SHORING FOR TRMgCHES minum hydraulic protective system cannot be performed In accordance with (a) Scope. This appendix contains Informa- 51926.652(c)(2). tion that can be used when aluminum hy- (b) Sotl Ciautticatlon. In order to use data draulic shoring is provided as a method of presented In this appendix, the soil type or protection against cave-ins in trenches that types in which the excavation is made must do not exceed 20 feet (6.Im) in depth. This ap- 398 Occupational Safety and Health Admin., Labor Pt. 1926, SubpL P, App. D first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part I928. (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 DIA are for horizontal water systems in Types B and C soil. (Z) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. M 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. (0) Figures illustrating typical installa- tions of hydraulic shoring, are included Just prior to the Tables. The illustrations page is entitled 'Aluminron Hydraulic Shoring: Typical Installations." (d) Bask and RWindo»s of the data. (1) Vertical shore rails and horizontal wales are those that meat the Section Modu- lus requirements in the D-I Tables. Alu- minum material is 6051--T8 or material of equivalent strength and pro as. (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. (11) 3-inch cylinder 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 51926.652(c). (ii) When any of the following conditions are present, the members specified in the Ta- bias 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 51926.652. (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 shared 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 determned from the top of the overall trench, and not from the toe of the sloped portion. (a) Use of Tables D-1.1, D-14, D-1.3 and D- 1.I. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the verti- cal shares or the horizontal wales. When a water 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 shares 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-13 and D-1.4. The soil type must first be determined in ac- cordance with the soil clessificetion 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 mardmum hori- zontal spacing of cylinders allowed for each size of wale in the water system tables, and In the vertical stare tables, the hydraulic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Examph to Illustrate tiro 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-i.l: Find ver- tical shores and 2 inch diameter cylinders spaced I feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures I & 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 'fable D-1.2' Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical Installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The 399 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 oversieeves as designated by footnote M112) 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 6t 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 I6 feet deep and 12 feet wide. 6 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 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 4for typicalinstalls- 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, rwi horizontal wale with a 14.0 section modulus and 3 inch diameter cylinder spaced at 10 feet o.c. hori- zontail Both wales are spaced 4 test o.c. vertically. 3x12 timber sheeting Is required at close spacing vertically. (See Figure 4 for ta] installation.) YIcFootnotes, mid genera) notax for Tables D-1.1, D-J.I, D-l.J andD-1.4: (1) For applications other than those listed In the tabu, refer to S 1926.652(c) (2) for use of manufacturer's tabulated data. For trench depths in excess of 20 feet, refer to 51926.652(c)(2) and 11926.652(c)(3). 29 CFR Ch. XVU (7-1-98 Edition) (2) 2 inch diameter cylinders, at this width. shall have structural steel tube (3.Sx3.5x0.1675) oversleaves. or structural oversleaves 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 16.000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (U) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axle] 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 usedthere must be a minimum of three shores spaced. equally, horizontally, in a group. M 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 rev- eling (sloughing of the trench face) between shores. M 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 is Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FKKM NM t rAkm Wa 2 ../ 4041204TAL r04120NTAL SPACING SPACING I rIMW NM 3 tn�r� rt4rICAL SPACING 2- RAN. rt411CAL "1 wG11aa SPACING a� RAI. r/GGAVLIC CILIrG44 /L2. FOM M 4 •+rmm"W"mM+"+ tlr41G4t rGRtt04TAL G►Ati� 1t4TICAL RAIL 2' VAX. ■104AtlttC 1 C 1tIGGtR YQIICAL G►►s1rG 401 J rntAtltic en lr4u TABLE D-1.1 X ALUbUNUbIHYD§tAUUCSHORINO VERTICAL SHORES -4 FOR SOIL TYPE A HYDRAULIC CYLINDERS cr DEPTH MAXIMUM ......................... MAXIMUM WIDTH DFIRENCHOMM M OF HORIZONTAL TRENCH SPACING VERTICAL SPACING UPM8 > OVER 9 UP OVER 12UP (FE n OFST) TO 12 TO 15 OVER 5 UP TO cz w 10 OVER 10 8 UP TO 2 INCH 2 INCH 3 INCH is ------ DIAMETER DIAMETER DIAMETER IQ OVER NOTE (2) 0 15 7 on ;a UP TO 0 20 ;r OVER 20 x NOTE (I) Foouwtcs to tkbwj� and genaW woes hy*&A,, an sbmmio Note (1& am ftWd w AppeW. D, Ift. ): See AppendixD. lum (9) (1) (g) oa NM (2)- See Appesmhx D. hem (9) (2) 9k 0 a, ........... . . .. . . ..... 7-7 7-7 -7-7 7- r-7 TABU D - 1.2 ALUMINUM HYDRAULIC SHORM VXRTWAL MOB= FOR SOIL Tyrz B "A ►� - - See � 50�1 mm 04 hYdmuk sbariv& ut fCUW in Appenda D. Item (g) NOIO (0Anmft D. Item(g) (1) NOW (2): See AMMKOX D. bm (g) (2) TABWD - 1.3 ALUM MUMMMMUMSHORM WALXRSYSTItUS FOR SOIL TYPE B Nmu (1). SeeApD, iftm - — —""� � �Out UQW in Appeaft D. lam (g) pcoft (g) (1) NOW M See AppwAix D, item (a) (2) * Cm" Pradm M"ftu— a" -gelded e%,w fm TAM D - 1.4 ALUMMURYMUMSHORM WAMSYSTUM NRSCNLTVMC NOW (1): SftAppwAx D.m (g) (1) ".-M NOW% WD fa in Appeaft A bm (S) NOW Ok See AMm& D. We (#) (2) CD'Mkp "J.' t� a Pt. 1926, Subpt P, App. E 29 CFR Ch. XV11 (7-1-98 Edition) APPENDIX E To SUBPART P---ALTERNKnvES To TIMBER SHORNG Figure 1. Aluminum Hydraulic Shoring 180 M VENT $PAC 4 1 NA: RTICAL RAIL IDRAULIC CYLINDER Figure 2. Pneumatic/hydraulic Shoring �p 406 Occupational Safety and Health Admin., Labor litnre 3. Trench Jacks (Screw Jacks) Figure 4. Tranch Shields 407 Pt. 1926, Subpt. P, App. E PL.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 contained'in subpart P for excavations 20 feet or less in depth. Protective systems for use in excavations more than 26 feet in depth must be designed by a registered profes- sional engineer in accordance with § 1926.652 (b) and (c). Is the excavation =ore 'than 5 feet in depth? Is there potential for cave-in? Go to Figure 2- Is the excavation entirely in stable rock? Excavation smy:be made vith vertical sides. Excavation must be eloped, shored, or shielded. I Go to Figure 3 1 FILM 1 - PRELIMINARY DECISIONS 408 0 c .. Occupational Safety and Health Admin., Labor 'Sloping selected as the method of protection Excavation snst comply with one of the following three options: Option 1: sf 1926.652 (b)(2) which requires Appendices A and g to be followed Option 2: 31926.652 (b)(3) which requires other tabulated data (see definition) to be followed. Option 3: $1926.652 (b)(4) which requires the excavation to be designed by a registered professional engineer. Will soil classification be made in accordance with 11926.652 (b)f 409 Pt. 1926, Subpt. P, App. F Excavations must comply withj1926.652 (b)(1) which requires a slope of 1hE:1V (34s). Mcm 2 - Slopin oplloms 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: 7 option 1 51926.652 (c)(1) which requires Appendices A and C to be followed (e.g. timber shoring). option 2 11926.652 (e)(2) which requires -' manufacturers data to be followed (e.g. hydraulic shoring,treach Jack*, air shores, shields). Option 3 31926.652 (c)(3) which requires tabulated data (see definition) to be followed (e.g. any system as per the tabulated data). i Option 4 . 51926.652 (c)(4) which requires the excavation to be designed } by a registered professional engineer (e.g. any designed t- system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 410 I { 1 SANDHILLS WELL FIELD BAILEY COUNTY E, WELL FIELD EXPANSION APRIL 2008 PMu"u. am { w- WELL FIELD SAM COUNTY WELL FELD EXPANSION ,m,MoTmw PM "xON",O, COVER OHM G-001 yi IN • t � hMIi,M�ACwpp, mo. i N G SHEET INDEX rN:s oBBoc SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION IM 13TH STREET Lueso T, TMM TAt01 (a" 7m4m FAX we) "5.2mi �,u anx uexv. mn � LOCATION MAP, VICINITY MAP, 6 SHOT INDEX G-002 0 0 �+OJ 3+00 4+00 „a_, b+0D b+QQ 10400 11 + SMDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION rl GENERAL NOTES _'K ILL. + IM 13TH STFN!Er LUBOM. TMS 79M . . . . . . lfl� 4.1 �111 4D ITOr Ll 10 —1 W4� U- I (IN) 7M4= FAX 9" 7754MI '7. Sol tKKI r. lo� ZW nlAECM to NMT w- _—M 4 1 4000 77�7 WELL #5 PIPELINE PUN AND PROFILE c- 101 SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION al IMS 13TH STRW LUBBOCK. TMAS 70401 . . . . . . WS)""M FAX PM)7764MI WELL #6 L PIPELINE PLAN AND PROFILE C-102 SM-0 31WOHd ONV Nnd 3N113d[d 11 TGM —,g 008-2LL I" XVA COW-RU (OW LOM SWMIADOONIM lions KLE& gut NOISWcD(3 GIM:l 113M ALNnoo Amme ORA TMM S'MHONVS 7 1 I GL i 7,777 %114 O.VSIC I a3 IN m nm= 00+fe 0 O SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION 16a 13TH BMW LUBBOCK TEXAS 79M MM T15-M FAX (906) 775,2051 11 - WELL #7 PIPELINE PLAN AND PROFILE (CONTD) C-1 04 �\h W W ' 7 AEKM 'WM fi' GIE � •yN :.`rC M V 0 31,PL G J 6 4...� p'eC _P .M" y� EX iMP 0- UN-v 1 11 . 'S 4x6ti.. ' WW'CT uw 7 .1 -_ WL vµvL ML PCi t5 x 3950 i .. 4`' !_._ .... .f . �.. 394., 3990ok ..... _.___.._ - _,...... __.___. __._.-......_.... _. _._._.,..,... _ -- - -........ 3940 3935 3935 _._ _ . _.. _.,_..,.. _.. 393. 3980 ' des x x, WELL. # 8 WELL #4 GENERAL NOTES f I .5' iMZ 'mLK MP 8Q+ ?.: •,... Y I W •9.'� ;' j LS� U fiC<±S �' i i ; YNRi� x � . t ul~�� I I ExJiwG 5' CYR w V R .......... 'ss:e MM,MIilbi xM' Y. Fa {J�I�.p 4 pon�ifivl 5.M�w faw3 r r"ll. � 7 1 SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION 162513TH BTAM WBBOM TOOLS 7601 (006)MTM.MW FAX MM 77 -Ml ryvmtra�m.:uPB4tx}rt WELLS *1, #2t #3 *4, AND /S PIPELINE PLAN AND PROFILE C-105 GkOUNp @_�HORAGE FOR GATE VALVE "TER LNE VALVE DETAIL x. �i 01, wa�s:wSED ca. —T —77 axa THRUST BLOCK BEARING AREA (SF) tZ11 M V .0 w g_!�Nl ANCHORAGE FOR �1115' BEND ANCHGRAGE FOR 22.5' BEND 71 7 b- 7, raW0[ DRv @_ANCHORAGE FOR 11' BEND 'HORAGE FOR TEE R�ST BLOCK SECTION DETAIL tZ11 M V .0 w g_!�Nl ANCHORAGE FOR �1115' BEND ANCHGRAGE FOR 22.5' BEND 71 7 b- 7, raW0[ DRv @_ANCHORAGE FOR 11' BEND 'HORAGE FOR TEE R�ST BLOCK SECTION DETAIL ANCHORAGE FOR 45' BEND • a1 Wl.; 7- . ... ... -c w ww -cs —T� -11 WAT_ER LINE TRENCH DETAIL A03 -C AIR -VALVE DETAIL ,!B'NATI21N I SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION 1=13MSTREET LUBBOCK. TOM 7MI (M)775-200 FAX (OW775-Mi MISCELLANEOUS WATER DETAILS C-501 &M-H NVId 3M T401HID313 98 TMM Low-s L1Y0BIm morqu(ow MOON svm 91OOM I lamusmalgal NONWCD 3 O'191d TIBM ALNnOO A311d8 013I.4TI3M S111HONVS ti g$e)G9 � t}uw�a 0 wa,t urc • ur�6uJ fi r 7 KWIN n� `6 ld NYld 31i lVDNi)Jl3 ,a 4 I I fyy r t D + I i I I, p I� G — Tay. "--�'-A `' • r . !s D J 0 0 ... ..._..._.. ..... _...... .,._ _.... __ .m t. •+Y ht Oi J'Mvaia] J"AbiS t :rx - kM '.t : ".•ei ?":,;,:v' � sa:n� .mJ a.. wm ;saa . v. ,o wi ', �.. exat Jw,r, < —..; _. T; .� w.v:K sv .'i.e�.w ..•� :n : � :,�' ., �.: .. . S310N 03A3N S310N 1"3N30 ' ON9D3'7 TYJIH10313 li I - ""-, r . ..... ..... I 1 -111.11, "1 -, 1 11 . zo L-3 H., WN NVId 31S Tv"AlOT NYM MIS WOIHJOB13 9# T13M tgw-at(m)xvd MU MM'AOOSBM 12HUG WL out NOISNY403 QIMd TM AiNnoo Amr#e 0131:1 In3m SMINarm S31ON 0DJA (9 d KEYED NOTES M 1. O A-.,, EECrRiCk, Sr;EDUL, A-.,, EECrRiCk, Sr;EDUL, ve t vvC.K Gx£ al ,CG MSf(YW[... l'H—. aMJ OW`[h ,r'n 4xwJY —� C-2 i II is Ij ij 11 �IITRICAI �511111AN� Al rj W !R SMDHIUS WELL RED SALEY COMM WELL FIELD EXPANSION ME ISTH STREET LUBBOCK. TEXAS 7MI IBM TMM FAX (SM 715-Ml WELL #7 ELECTRICAL SM PLAN E-103 KEYED NOTES ',w e A I N­ W ti c OZ 1vo GROUNDING ELECTRODE DETAIL ELECTRICAL RISER DIAGRAM 0 !'F L) (D ,WELL #2 —L @* WELL 3 Q7 6 WELL 4 A2 4 KEYED NOTES (RISER DIAGRAM) we. w. Z­Z T ji. CONCRETE ENCASEMENT DETAIL GENERAL NOTES SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION 1826 l3tH BrREEr LUBBOCK. TEKAB 7MI ON) 775-M FAX MS) 775-081 WELLS #1, #2, #3, #4, AND #8 ELECTRICAL SITE PLANS AND DETAILS E-104 r gvYa r a a i (s¢e t q I I «nan prosont �.- ' �`u ase.IN4+��T..VS NOTES — Ctn d q duty. fer MthI send anaa mean. S Y A tY d np sd IongN. (S AP d i) RE Utt CRIAL _ II P C cE C.`a SINGLE DOWN GUY — LARGE CONDUCTORS POLE BAND TYPE A1.011P .1 M ATEPIA.: G'Y '1Y OTY 9T1 J 1 \ % Q75 73 kV b or. ao t t e I♦.q IA.+ 4v t 1 �``� SINGLE SUPPORT —MISCELLANEOUS Z NJTF: Deeq t a n , power rating o es proper N I 8 ��n 5e¢ Appendix E or edtlrb¢ntll � f OtOn. ASSEMBLY' ITEM MATEB K Oi'� 91v 9TY Ott Bua. onanar tn'm61 rtoe..n<nor, tw 3 a x e a t t ornor. x mmm�aa i" 1 t t SCREW ANCHORS, (POWER INSTALLED) A � I �. 1 • stcnGN AA e uu.wpx cc cwry { �-"T" armukla ur x.c: r.a cnrt[N rwxc pt, rw �' :+' AtE Tr C GY,]uND L .cr �t it nvc gg W�GIm c a C,aNw � v` M M CNACrm r KtnNt C [ WL ... d' i azr vw: i w e m+ocx �rmumm� ar` .nMuu. �i Mt • :x GROUNDING ASSEMBLY w [ww -oxrvwr . (GROUND ROD TYPE) (PLATE TYPE) I i r f!ir"1KIM&r1Mt ti w tun n s 4 P.I. qr d d:.1-a e — cl l \1 a Pan Yew �I I p (oa reg'd) Grounding plot¢ (dh) NOTES: Ground wlrc to be loc.ted pn s ma Me ' Sro1 c IMuot.r .nd :,, ce.pp acea epposke c4mbng spec¢ or poc pin Stoptes cn ground wire 5no1 Sa Z-O' port .—Pt for o Oistarx< It 8' db.. dI — 8'from top Pf pwe user¢ � rW��31 SIM1. IM G'.p.it. e t 'V 1 No 6 GyPo<r ndnreyiad fond aMlCttr`� MA pAn. PIa' QRo° Solt Iron 3 c. 5/t6'gr and p ondxt ¢ d wlrc ( ) d g mince teal I+SS d d ground prates and st°pl» di: i yrund .bate <ype _ Naa _;g?_woMzea, roor,n POLE PROTECTION ASSEMBLY — PLATE TYPE J ,M.-A SINGLE DEADEND ON CROSSARM ASSEMBLY _ Pele gr M 'ra d rl I 17 SECnON'x-%' Neutral ___ L 1 .1__ cj � ' � , _/ o'Jmu•um I Y .odDer (Par Co Dm I hen r aurad NOTES: e d c tP ee mated sMa t aneud�a QrMP' a d t p. S4tp1 n grpund «ire ah 1 De 7 W •tl. '^�r --� .port ¢scept d' ._ o(8 obove � I ground a:M 8 I p pl polw wharo ney .na be G po t. ^—j DI 7. Ground ( r) to V npo um �rtm conduct vify o N. 6 Coppp er ogwwbnt iEMT0l1 -TMA, ] a V rye q nand roe. p S C o .t .0 8 d' meter-�— grou�d rd Stoplee. GROUNDING ASSEMBLY — GROUND ROD TYPE SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION IU513TN BTFW LUBDOg679X%S 72401 MW 7764UOi FAX MM 776•Y061 4. 0.ur ELECTRICAL DETAILS E-501 c I A 3 2FOREL _ S_qL,.gELMoLt4T2 DEADEND ;gLELaTJQN UA, TRANSFORMER MQU�NTING DML +o — SANDH LLS WELL FIELD EWLEYI=NTY WELL FIELD EXPANSION I M LU1 M STREU BBOM TMAS 794M (ON) 7764M FAX (ON) 7752051 —1. -7- ELECTRICAL DETAILS E-502 L... ..... ...... . 51A �ARD KRRUOJC- �SRMS c!) -L, Q 10 FT. SINCLE CM;SARM ASSEMBLY CRO&SARM MOUNTING-16N�TRUCT�UR T, a) aA fT- -- -- ----- - WOOD CRC ;,WM BRACE MOUNTING v rvw 4- -L- rma 4k 10 F7. DOUBLE CROSS —ARM ASKYRV 0 C, - mu-"r- 1 «y Ew M. y It K —1. IL x TK— .11 QRMWM DEAD END EYE NUT ASSEMBLY Q TF POLE TOP ASSEMB . —c STEEL INSLLATCR!L-MOUNTING Il ­1 1 GROUND WIRE BUS ON CRP�$�� Tj PRIMARY DEADEND ASSEMBLIES NC YNf . � �, - , 1, � - c— lu Ali WPRl61lt. ROLE GROUNDING ASSEMBLY V —W, POLE -TOP PIN MOUNTING -OVERHEAD NEUTRAL [IN . -1 to aD T i�o v EQUIPMENT GROUNDING ASSEMBLY . —1 SANDHILLS WELL FIELD BAILEY COUNTY WELL FIELD EXPANSION IM 13TH BMW LA SSWJ( YW& MM (SW 77"M FAX (SM r/G-Ml ELECTRICAL. DETAILS E-503 W: L 2em—ft—BlIC.110 -J"T, 46 W, l., 3a,',GV FOR TANGENT_EgLLCONSTRUCTION SANDHILLS WELL FIELD --i BAILEY COUNTY WELL FIELD MANSION 7� IM 13TH SIRM BOOM TEM 7WI 777777-(2:1:usiu -4 l ELECTRICAL DETAILS — 17ll—v ll"c E-504 ---- L...... .. .