Bid Document - Brownsville Public Utilities Board

CAMERON COUNTY
CAMERON COUNTY COMMISSION
Hon. Pete Sepulveda, Jr.
County Judge
Ms. Sofia C. Benavides
County Commissioner, Pct. 1
Mr. Alex Dominguez
County Commissioner, Pct. 2
Mr. David A. Garza
County Commissioner, Pct. 3
Gus Ruiz
County Commissioner, Pct. 4
BID NO. 160801
LAS PALMAS WASTEWATER SYSTEM IMPROVEMENTS
AND YARD-LINE CONNECTIONS PROJECT
RESPONSE DUE: NOVEMBER 1, 2016
1
TABLE OF CONTENTS
DOCUMENT
SECTION 1:
Page
BID PROPOSAL DOCUMENTS
A. CAMERON COUNTY PURCHASING DEPT. BID DOCUMENTS
Invitation to Bid .................................................................................................................. 5
Bid Check List .................................................................................................................... 6
Instructions for Submitting Bids ......................................................................................... 7
Conflict of Interest Questionnaire ....................................................................................... 8
Texas Ethics Commission (Form 1295)......................................................................... 9-14
Attachment A – Vendor References ................................................................................. 15
Attachment B – Affidavit .................................................................................................. 16
Attachment C - Residence Certification ........................................................................... 17
Attachment D – Bidders Prohibited to Lobby County Official(s) Rule ........................... 18
Attachment E - Order Adopting Contracting Rules ......................................................... 19
Attachment F – Certification Regarding Debarment, Suspension, Ineligibility ............... 20
Attachment F-2 – Architects, Engineers, Construction .................................................... 21
Attachment G – Certificate Regarding Resolution Requiring Minimum Wage ............... 22
Attachment H – Conflict of Interest Questionnaire ..................................................... 23-24
Attachment I – Disclosure of Interest .......................................................................... 25-26
General Terms and Conditions .................................................................................... 27-36
B. TxCDBG CONSTRUCTION BID PACKAGE/REQUIRED CONTRACT DOCUMENTS
Invitation for Sealed Bids ................................................................................................. 37
Instruction to Bidders for Construction ....................................................................... 38-41
Bid Proposal ................................................................................................................. 42-45
Notice of Award ................................................................................................................ 46
Standard Form of Agreement ............................................................................................ 47
Statement of Bidder’s Qualifications ................................................................................ 48
Contractor Certifications ................................................................................................... 49
Policy on Nondiscrimination on the Basis of Disability ................................................... 50
Contractor’s Certification Concerning Labor Standards and Prevailing Wage ................ 51
Non-Collusion Affidavit of Prime Bidder......................................................................... 52
Bid Bond ...................................................................................................................... 53-54
Payment Bond .............................................................................................................. 55-56
Performance Bond........................................................................................................ 57-58
Attorney's Review Certification ........................................................................................ 59
List of Sub-Contractors ..................................................................................................... 60
Sample Addendum Form .................................................................................................. 61
SECTION 2:
GENERAL CONDITIONS/BID PROPOSAL DOCUMENTS
General Conditions – Part I for Construction .............................................................. 62-79
Wage Rate Issuance Notice ............................................................................................... 80
Federal Labor Standards Provisions (HUD-4010) ....................................................... 81-85
2
SECTION 3:
CIVIL RIGHTS-EEO-SECTION 3 FORMS
Equal Opportunity Guidelines for Construction Contractors (A1001) ........................ 86-87
Contractor’s Local Opportunity Plan ................................................................................ 88
Proposed Contract Breakdown.......................................................................................... 89
Section 3 Exhibit A- N ............................................................................................... 90-104
APPENDIX
A – DAVIS BACON WAGE RATES ................................................................................................ 4
B – REQUIRED CONTRACT PROVISIONS ............................................................................... 10
3
DOCUMENT
SECTION 4:
Pages
TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
01010
01019
01025
01039
01046
01300
01325
01380
01460
01500
01555
01561
01571
01576
01578
01610
01700
01713
01725
01740
01785
SUMMARY OF WORK ..................................................................................................... 4
CONTRACT CONSIDERATIONS ................................................................................... 2
MEASUREMENT AND PAYMENT ................................................................................ 6
COORDINATION AND MEETINGS ............................................................................... 4
TEMPORARY BYPASS PUMPING SYSTEM ................................................................ 4
SUBMITTALS.................................................................................................................... 6
CONSTRUCTION SCHEDULE ........................................................................................ 4
CONSTRUCTION PHOTOGRAPHS AND VIDEO......................................................... 2
LABORATORY AND INSPECTION SERVICES ........................................................... 4
TEMPORARY FACILITIES .............................................................................................. 6
TRAFFIC CONTROL AND REGULATION .................................................................... 2
TRENCH EXCAVATION AND SHORING SAFETY PLAN ......................................... 6
STORM WATER POLLUTION PREVENTION PLAN ................................................... 2
WASTE MATERIAL DISPOSAL ..................................................................................... 2
CONTROL OF GROUNDWATER AND SURFACE WATER ....................................... 4
BASIC PRODUCT REQUIREMENTS ............................................................................. 4
PROJECT CLOSEOUT PROCEDURES ........................................................................... 2
MOBILIZATION................................................................................................................ 2
FIELD SURVEYING ......................................................................................................... 2
WARRANTIES .................................................................................................................. 4
PROJECT RECORD DOCUMENTS ................................................................................. 2
DIVISION 02 - SITE CONSTRUCTION
02083
02224
02242
02315
02317
02536
02537
02550
02687
FIBERGLASS WASTEWATER MANHOLES ............................................................... 8
STRUCTURAL EXCAVATION AND BACKFILL ......................................................... 6
CEMENT-STABILIZED SAND BACKFILL .................................................................. 2
EXCAVATION, TRENCHING AND BACKFILL ........................................................ 12
EXCAVATION AND BACKFILL FOR UTILITIES...................................................... 12
FRAMES, GRATES, RINGS, AND COVERS .................................................................. 2
SANITARY SEWER PIPE WORK ................................................................................. 10
ADJUSTING MANHOLES, INLETS, AND VALVE BOXES TO GRADE ................... 2
TESTING OF INSTALLED PIPING SYSTEMS ............................................................ 14
DIVISION 03 – CONCRETE
03001
03112
03210
CONCRETE........................................................................................................................ 8
CONCRETE STRUCTURES ........................................................................................... 14
REINFORCING STEEL ..................................................................................................... 4
4
SECTION 1:
BID PROPOSAL DOCUMENTS
CAMERON COUNTY
PURCHASING DEPARTMENT
INVITATION TO BID
BID NUMBER: 160801
BID TITLE:
LAS PALMAS WASTEWATER SYSTEMS IMPROVEMENTS AND YARD-LINE
CONNECTION PROJECT
DATE DUE: November 1, 2016
DUE NO LATER THAN 11:00 A.M.
Bids/ RFP’s / RFQ’s will be opened at the Cameron County Courthouse, 1100 East Monroe Street, Brownsville, Texas
in the Purchasing Department – 3rd Floor – Room # 345 at 11:01 a.m. (as per Purchasing Dept. time clock) on deadline
due date.
Bids received later than the date and time above will not be considered.
Please return bid ONE (1) ORIGINAL in sealed envelope. Be sure that return envelope shows the Bid Number,
Description and is marked “SEALED BID”.
RETURN BID BY U.S. MAIL OR DELIVERED TO:
The Office of Purchasing Dept., County Courthouse (Dancy Bldg.)
1100 E. Monroe St, 3rd Floor, Room 345, Brownsville, Texas 78520.
For additional information or to request addendum contact: Diane Solitaire, Materials/Warehouse Manager, via email
at [email protected].
You must sign below in INK; failure to sign WILL disqualify the offer. All prices must be typewritten or written in
ink.
Company Name:
Company Address:
City, State, Zip Code:
Historically Underutilized Business (State of Texas) Certification VID Number:
Telephone No.
Fax No.
e-mail:
Print Name:________________________________________Signature:____________________
How did you find out about this Bid? _______________________________________(ex: Newspaper, Web, Mail)
Is Bidder’s principal place of Business within Cameron County?
If yes what City:____________________________
Yes
- No
(Your signature attests to your offer to provide the goods and/or services in this bid according to the published
provision of this bid. When an award letter is issued, this Bid becomes the contract. If a Bid required specific Contract
is to be utilized in addition to this Bid, this signed Bid will become part of that contract. When an additional Contract
is required a Bid award does not constitute a contract award and Bid / Contract is not valid until contract is awarded
by Commissioners Court (when applicable) signed by County Judge) and Purchase Order is issued.
5
CHECK LIST
Items checked below represent components which comprise this bid/proposal package. If the item
IS NOT checked, it is NOT APPLICABLE to this bid/proposal. Offerors are asked to review the
package to be sure that all applicable parts are included. If any portion of the package is missing,
notify the Purchasing Department immediately. It is the Offeror’s responsibility to be familiar with
all the Requirements and Specifications. Be sure you understand the following before you return
your bid packet.
_X__ Cover Sheet
Your company name, address and your signature (IN INK) should appear on this
page.
_X__ Instructions to Bidders
You should be familiar with all of the Instructions to Bidders.
____ Special Requirements
This section provides information you must know in order to make an offer
properly.
_X__ Specifications / Scope of Work
This section contains the detailed description of the product/service sought by the
County.
_X__ Attachments A, B, C, D, E, F, F-2, G, H, I
(Be sure to complete these forms and return with packet.)
_X__ Bid Guaranty & Performance Bond Information & Requirements
This form applies only to certain bids/proposals. All public work contracts over
$25,000 require a Payment Bond and over $100,000 must also have a Performance
Bond in a form approved by the County. Please read carefully and fill our
completely.
_X__ Minimum Insurance Requirements
Included when applicable
____ Worker’s Compensation Insurance Coverage Rule 110.110
This requirement is applicable for a building or construction contract.
____ Financial Statement
When this information is required, you must use this form.
Other - Final Reminders to double check before submitting BID/RFP/RFQ
____
____
____
____
____
Is your bid sealed with bid #, title, Bidder Name, & return address, on outside?
Did you complete, sign and submit page 1?
Did you complete and submit attachments A, B, C, D, E, F, F-2, G, H, I?
Did you provide the number of copies as required on the cover page?
Did you visit our website www.co.cameron.tx.us/purchasing/specs_notices.htm for
any addendums?
If not interested in Bidding please let
www.co.cameron.tx.us/purchasing/feedback.htm
us
know
why
by
feedback
at:
6
INSTRUCTIONS FOR SUBMITTING BIDS
These General Instructions apply to all offers made to Cameron County, Texas (herein after
referred to as “County”) by all prospective vendors (herein after referred to as “Bidder”) on behalf
of Solicitations including, but not limited to, Invitations to Bid.
Carefully read all instructions, requirements and specifications. Fill out all forms properly and
completely. Submit your bid with all appropriate supplements and/or samples. Prior to returning
your sealed bid response / submittal, all Addendums - if issued - should be reviewed and
downloaded by entering the County Purchasing web at:
http://www.co.cameron.tx.us/administration/purchasing_department/bids_rfp(q)_and_addms_an
d_tabs.php Addendums Column (updated Addendums). These Addendums must be signed and
returned with your bid in order to avoid disqualification. All Tabulations can also be viewed and
downloaded at this site. Annual Bid award information can be accessed at:
http://www.co.cameron.tx.us/administration/purchasing_department/bids_rfp(q)_and_addms_an
d_tabs.php Review this document in its entirety. Be sure your Bid is complete, and double check
your Bid for accuracy.
Cameron County is an Equal Employment Opportunity Employer.
GOVERNING FORMS: In the event of any conflict between the terms and provisions of these
requirements and the specifications, the specifications shall govern. In the event of any
conflict of interpretation of any part of this overall document, Cameron County’s
interpretation shall govern. Where substitutions are used, they must be of equivalent value
or service, and specified by the bidder as such, in the columns to the right on the "Minimum
Specifications' Forms". The County’s specifications may be exceeded and should be noted
by the Vendor as such. Any bid NOT MEETING the Minimum Requirements specified will
be rejected.
GOVERNING LAW: This invitation to bid is governed by the competitive bidding
requirements of the County Purchasing Act, Texas Local Government Code, 262.021 et
seq., as amended. Bidders shall comply with all applicable federal, state and local laws and
regulations. Bidders are further advised that these requirements shall be fully governed by
the laws of the State of Texas and that Cameron County may request and rely on advice,
decisions and opinions of the Attorney General of Texas and the County Attorney concerning
any portion of these requirements.
Questions requiring only clarification of instructions or specifications will be handled verbally. If
any questions results in a change or addition to this Bid, the Change(s) and addition(s) will be
forwarded to all vendors involved (as quickly as possible) in the form of a written addendum only.
Verbal changes to Bids must be backed-up by written addendum or written Q/A clarifications
which would be posted on County Purchasing Web site. Without written Addendum or written Q
/ A clarification, verbal changes to Bids will not apply.
Sign the Vendor’s Affidavit Notice, complete answers to Attachments A, B, C, D, E, F, F-2, G, H,
& I and return all with your Bid.
7
CONFLICT OF INTEREST QUESTIONNAIRE:
For vendor or other person doing business with local governmental entity
This questionnaire must be filed in accordance with chapter 176 of the Local Government Code
by a person doing business with the governmental entity.
By law this questionnaire must be filed with the records administrator (County Clerk’s
Office) of the local government not later than the 7th business day after the date the person
becomes aware of facts that require the statement to be filed. See Section 176.006, Local
Government Code.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
The law requires that you file an updated completed questionnaire with the appropriate filing
authority not later than September 1 of the year for which an activity described in Section
176.006(a), Local Government Code, is pending and not later than the 7th business day after
the date the originally filed questionnaire becomes incomplete or inaccurate.
Please review this entire document, if for any reason there is any information to disclose, relative
to any questions in this Conflict of Interest form, you must file with County Clerk’s Office subject
to above instructions.
Conflict of Interest Questionnaire can be downloaded at the following web site:
http://www.co.cameron.tx.us/purchasing/docs/conflictofinterest.pdf
DISCLOSURE OF INTERESTS:
This questionnaire must be filed with the records administrator (County Clerk’s Office) of the local
government and no later than the 7th business day after the person becomes aware of facts that
require this statement to be filed. Cameron County, Texas requires all persons or firms seeking to
do business with the County to provide the following information if the person becomes aware
of facts that require this statement to be filed. Every question must be answered. If the question
is not applicable, answer with “N/A.”
Please review this entire document, if for any reason there is any information to disclose, relative
to any questions in this disclosure of interest form, you must file with County Clerk’s Office
subject to above instructions.
Disclosure of Interest Form can be downloaded at the following web site:
http://www.co.cameron.tx.us/purchasing/docs/DisclosureofInterest.pdf
8
TEXAS ETHICS COMMISSION FORM 1295
All Bids prior to award or award of Contract by Commissioner’s Court will require the Texas
Ethics Commission (TEC) Form 1295 Electronic (on line) Vendor filing procedure be completed
by Vendor.
All Vendors being recommended to Commissioners Court for award or renewal of award on
Agenda must register and obtain a TEC Certification for the specific award. This Certification
Form 1295 must be electronically submitted, printed and notarized. Notarized form must be
emailed or delivered to County Purchasing Department making the request for form. This process
must be completed prior to Commissioners Court Agenda for approval consideration of Bid
award. There is no charge for this TEC online process.
Texas Ethics Commission (TEC) Form 1295 must be completed (by firm - on line “New Form
1295 Certificate of Interested Parties Electronic Filing Application” Site at:
https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm )
If any Vendors have questions as to TEC Form 1295 visit the County Purchasing Web site left
column tab “ Vendor – TEC Form 1295” for more information. TEC Web site links can be found
at this location including Question/Answers and Video instructions.
http://www.co.cameron.tx.us/administration/purchasing_department/index.php
BIDDER SHALL SUBMIT BID ON THE FORM PROVIDED, SIGN THE VENDOR
AFFIDAVIT, AND RETURN ENTIRE BID PACKET. In the event of inclement weather and
County Offices are officially closed on a bid deadline day, bids will be received until 2:00 p.m. of
the next business day, for opening at upcoming Commissioner’s Court meeting.
BIDS SUBMITTED AFTER THE SUBMISSION DEADLINE SHALL BE RETURNED
UNOPENED AND WILL BE CONSIDERED VOID AND UNACCEPTABLE.
BIDDERS MAY ATTEND PUBLICLY HELD COMMISSIONER’S COURT MEETING FOR
AWARD OF THIS SOLICITATION. All responding bidders are welcome to attend the publicly
held Commissioners Court meeting relative to the outcome / award of this solicitation. Court
Meeting agenda date and times may be obtained at the following web site:
http://www.co.cameron.tx.us/judge/agenda.htm
SUCCESSFUL VENDOR WILL BE NOTIFIED BY MAIL. All responding vendors will receive
written notification regarding the outcome of the award.
OPEN RECORDS ACCESS TO ALL INFORMATION SUBMITTED. All information included
will be open to the public, other bidders, media as per the Open Records Act and not be confidential
in nature. If you deem any information as confidential, it should not be made part of your bid
package.
9
PLEASE NOTE CAREFULLY
THIS IS THE ONLY APPROVED INSTRUCTION FOR USE ON YOUR BID. ITEMS BELOW
APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID. ANY
EXCEPTIONS THERETO MUST BE IN WRITING.
1.
Each bid shall be placed in a separate envelope completely and properly identified with the
name and number of the bid. Bids must be in the Purchasing Department BEFORE the
hour and date specified.
2.
Bids MUST give full firm name and address of the bidder. Failure to manually sign bid
will disqualify it. Person signing bid should show TITLE or AUTHORITY TO BIND THE
FIRM IN A CONTRACT.
3.
Bids CANNOT be altered or amended after deadline time. Any alterations made before
deadline time must be initiated by bidder or his authorized agent. No bid can be withdrawn
after opening time without approval by the Commissioners Court based on a written
acceptable reason.
4.
The County is exempt from State Sales Tax and Federal Excise Tax. DO NOT INCLUDE
TAX IN BID. Cameron County claims exemption from all sales and/or use taxes under
Texas Tax Code 151.309, as amended. Texas Limited Sales Tax Exemption Certificates
will be furnished upon written request to the Cameron County Purchasing Agent.
5.
Any Catalog, brand name or manufacturer’s reference used in a bid invitation is
descriptive-NOT restrictive-it is to indicate type and quality desired. Bids on brand of like
nature and quality will be considered. If bid is based on other than reference specifications,
proposal must show manufacturer, brand or trade name, lot number, etc., of article offered.
If other than brand(s) specified is offered, illustrations and complete descriptions should
be made part of the bid. If bidder takes no exception to specifications or reference data, he
will be required to furnish brand names, numbers, etc. as specified.
6.
Samples, when requested, must be furnished free of expense to the County. If not destroyed
in examination, they will be returned to the bidder on request, at his expense. Each sample
should be marked with bidder’s name, address, and County bid number. DO NOT
ENCLOSE OR ATTACH SAMPLE TO BID. County user Depts. reserves the right to
make the final determination as to equivalents.
7.
Written and verbal inquires pertaining to bids must give Bid Number and Company.
8.
NO substitutions, changes or cancellations permitted without written approval of
Purchasing Agent.
9.
The County reserves the right to accept or reject all or any part of any bid, waiver minor
technicalities. The County of Cameron reserves the right to award by item category or by
total bid. Prices should be itemized. County also reserves the right to award either with or
10
without trade-in, if applicable. Cameron County retains the option to re-bid at any time if
in its best interest and is not automatically bound to renewal or re-bid. . The County
reserves the right to hold all Bids for 60 days from the due date of receipt without actions.
The County reserves the right to add additional County Departments (at a later time during
this bid award) as the need arises. The County also reserves the right to consider CO-OP
Interlocal Agreements / pricing if determined to be more advantageous to the County.
10.
Bid unit price on quantity specified – extend and show total. In case or errors in extension,
UNIT prices shall govern. . If both alphabetic and numeric (unit prices) are required and
a discrepancy is found between both on the same line item whichever unit price confirms
the line total will govern. If neither confirms then the alphabetic price will govern. If there
is no line total requested then the alphabetic unit price shall govern. If combined / sum of
line totals do not match the Bid total then the Bid total will be corrected to reflect the sum
of the line totals. If there is a discrepancy between the alphabetic and numeric Base Bid
Total / Total Bid amount, the alphabetic Base Bid Total / Total Bid will take precedence.
Bids subject to unlimited price increase will not be considered, but limited to Preventive
Maintenance Annual Local Labor Union Wage Rate adjustments. ALL PRICING WILL
REMAIN FIRM UNLESS THIS BID ALLOWS FOR OPEN MARKET PRICE
INCREASES (AS SO SPECIFIED WITHIN). When inserting number of days or
percentage % in Bid (ex: number of days to deliver or install or complete work, etc. or
percentage over vendor’s cost or percentage discount off list price) avoid using a range (ex:
30-90 days or 15% to 20 % cost plus) but use only one number for number of days or
percentage. If a range is used the County will consider the higher number or worst case
scenario from the County’s standpoint in making bid comparisons / tabulations.
11.
This is a bid inquiry only and implies no obligation on the part of Cameron County.
12.
Acceptance of and final payment for the item will be contingent upon satisfactory
performance of the product received by Cameron County.
13.
Partial bids will not be accepted unless awarded by complete category or line item. To be
awarded by Total Bid.
14.
It is expected that the bidder will meet all state and federal safety standards and laws in
effect on the date of the bid for the item(s) being specified, and the particular use for which
they are meant.
15.
It is the responsibility of the bidder to ask any and all questions the bidder feels to be
pertinent to the bid. Cameron County shall not be required to attempt to anticipate such
questions for bidders or. Cameron County will endeavor to respond promptly to all
questions asked.
PURCHASE ORDER AND DELIVERY: The successful Bidder shall not deliver products or
provide services without a Cameron County Purchase Order, signed by an authorized agent of the
Cameron County Purchasing Department. The fastest, most reasonable delivery time shall be
11
indicated by the Bidder in the proper place on the Pricing/Delivery Information form. Any special
information concerning delivery should also be included, on a separate sheet, if necessary. All
items shall be shipped F.O.B. INSIDE DELIVERY unless otherwise stated in the specifications.
This shall be understood to include bringing merchandise to the appropriate room or place
designated by the using department. Every tender or delivery of goods must fully comply with all
provisions of these requirements and the specifications including time, delivery and quality.
Nonconformance shall constitute a breach which must be rectified prior to expiration of the time
for performance. Failure to rectify within the performance period will be considered cause to
reject future deliveries and cancellation of the contract by Cameron County without prejudice to
other remedies provided by law. Where delivery times are critical, Cameron County reserves
the right to award accordingly.
NO PLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of goods must fully
comply with all provisions of this contract as to time of delivery, quality and the like. If a tender
is made which does not fully conform, this shall constitute a breach and Seller shall not have the
right to substitute a conforming tender provided, where the time for performance has not yet
expired, the Seller may seasonably notify Buyer of their intention to cure and may then make a
conforming tender within the contract time but not afterward.
PLACE OF DELIVERY: The place of delivery shall be that set forth on the purchase order.
Any change thereto shall be effected by modification as provided for in clause 20, “Modifications”,
hereof. The terms of this agreement are “no arrival, no sale”.
DELIVERY TERMS AND TRANSPORTATION CHARGES: Bid must show number of
days required to place material in receiving agency’s designated location under normal conditions.
Failure to state delivery time obligates bidder to complete delivery in 14 calendar days. A five
day difference in delivery promise may break a tie. Unrealistically short or long delivery promises
may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason
may cause removal from bidder list.
An accurate delivery date must be quoted on the “Bid Form”. When there are various items, a
delivery date must be included with each item quoted. Freight and shipping charges to Cameron
County must be included in the bid price. Final location will be supplied to the vendor on award
of bid, F.O.B. destination. Delivery locations will be: Various County Building locations. Delivery
days after receipt of order (ARO). Specify all (various) dates by categories or item if different
______________.
If delay is foreseen, contractor shall give written notice to Director of Purchasing. The County has
the right to extend delivery date if reasons appear valid. Contractor must keep County advised at
all times of status of order. Default in promised delivery (without accepted reasons) or failure to
meet specifications, authorized the County to purchase supplies elsewhere and charge full increase
in cost and handling to defaulting contractor.
Delivery shall be made during normal working hours only, 8:00 a.m. to 5:00 p.m. unless otherwise
noted in bid.
12
VARIATION IN QUANTITY: The County assumes no liability for commodities produced,
processed or shipped in excess of the amount specified herein.
SELLER TO PACKAGE GOODS: Seller will package goods in accordance with good
commercial practice. Each shipping container shall be clearly and permanently packed as follows:
(a) Seller’s name and address; (b) Consignee’s name, address and purchase order or purchase
release number and the supply agreement number if applicable; (c) Container number and total
number of containers, e.g. box 1 of 4 boxes; and (d) the number of the container bearing the
packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be
suitably packed to secure lowest transportation costs and to conform to requirements of common
carriers and any applicable specifications. Buyer’s count or weight shall be final and conclusive
on shipments not accompanied by packing lists.
SHIPMENT UNDER RESERVATION PROHIBITED: Seller is not authorized to ship the
goods under reservation, and no tender of a bill of lading will operate as a tender of goods.
TITLE AND RISK OF LOSS: The title and risk of loss of the goods shall not pass to Buyer
until Buyer actually receives and takes possession of the goods at the point or points of delivery.
INSPECTION: Upon receiving item(s), they will be inspected for compliance with the Bid
Specifications. If the item(s) do not pass inspection, the vendor will be required to pick up the
rejected item(s) at the delivery point, provide the necessary replacement, and return the item(s) to
the original point of delivery.
All items proposed shall be new, in first class condition, including containers suitable for shipment
and storage (Cameron County prefers recycled packaging whenever possible), unless otherwise
indicated in bid. Verbal agreements to the contrary will not be recognized. All materials and
services shall be subject to Purchaser’s approval. Unsatisfactory material will be returned at
Seller’s expense.
Cameron County reserves the right to inspect any item(s) or service location for compliance with
specifications and requirements and needs of the using department. If a Bidder cannot furnish a
sample of a bid item, where applicable, for review, or fails to satisfactorily show an ability to
perform, the County can reject the bid as inadequate.
TESTING: Cameron County reserves the right to test equipment, supplies, material and goods
bid for quality, compliance with specifications and ability to meet the needs of the user.
Demonstration units must be available for review. Should the goods or services fail to meet
requirements and/or be unavailable for evaluation, the bid is subject to rejection.
SPECIAL TOOLS AND TEST EQUIPMENT: If the price stated on the face hereof includes
the cost of any special tooling or special test equipment fabricated or required by Seller for the
purpose of filling this order, such special tooling equipment and any process sheets related thereto
shall become the property of the Buyer and to the extent feasible shall be identified by the Seller
as such.
13
INVOICES AND PAYMENTS: (a) The vendor shall submit separate invoices, in duplicate, on
each purchase order after each delivery. Invoices shall indicate the purchase order number, shall
be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of
lading and the freight weigh bill when applicable, should be attached to the invoice. Mail to:
Cameron County, ATTN: Auditor’s Office, 1100 East Monroe St., Brownsville, Texas 78520.
Payment shall not be due until the above instruments are submitted after delivery or services
rendered. Our Vendors must keep the Auditor advised of any changes in your remittance
addresses. (b) County’s only obligation to pay Vendor is to pay from funds budgeted and available
for the purpose of the purchase. Lack of funds shall render this contract null and void to the extent
funds are not available and any delivered but unpaid for goods will be returned to Vendor by the
County. (c) Do not include Federal Excise, State or City Sales Tax. County shall furnish tax
exemption certificate if required.
Any invoice, which cannot be verified by the contract price and/or is otherwise incorrect, will be
returned to the Vendor for correction. Under term contracts, when multiple deliveries and/or
services are required, the Vendor may invoice following each delivery and the County will pay on
invoice. Contracts providing for a monthly charge will be billed and paid on a monthly basis only.
Prior to any and all payments made for good and/or services provided under this contract, the
Vendor should provide his Taxpayer Identification Number or social security number as
applicable. This information must be on file with the Cameron County Auditor’s office. Failure
to provide this information may result in a delay in payment and/or back-up withholding as
required by the Internal Revenue Services.
Vendor shall submit seven (7) copies of an itemized invoice showing BID number and purchase
order number to:
CAMERON COUNTY AUDITOR
ACCOUNTS PAYABLE
1100 EAST MONROE ST.,
BROWNSVILLE, TEXAS 78520
Please note that any payment due under this bid award will be applied towards any debt, including
but not limited to delinquent taxes that is owed to Cameron County.
PAYMENT DISCOUNT: Indicate the payment discount(s) available depending on when
invoices are paid. For example, 1/30 means a 1% discount if paid within 30 days, 2/15 means a
2% discount if paid within 15 days, etc. Payment in full will be made within thirty (30) days of
delivery, inspection, and receipt of invoice. All costs quotations must include all the various
features needed to satisfy the requirements. Note: No amounts will be paid for the items in this
BID in excess of the amounts quoted.
14
Attachment A
Bid Title _______________________ Bidders Name___________________
VENDOR REFERENCES
Please list three (3) references of current customers who can verify the quality of service your
company provides. The County prefers customers of similar size and scope of work to this bid.
REFERENCE ONE
Government/Company Name:
Address:
Contact Person and Title:
Phone:
e-mail address:
Contract Period:
Scope of Work:
REFERENCE TWO
Government/Company Name:
Address:
Contact Person and Title:
Phone:
e-mail address:
Contract Period:
Scope of Work:
REFERENCE THREE
Government/Company Name:
Address:
Contact Person and Title:
Phone:
e-mail address:
Contract Period:
Scope of Work:
THIS FORM MUST BE RETURNED WITH YOUR BID.
15
Attachment B
AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully checked and
are submitted as correct and final and if bid is accepted (within 90 days unless otherwise noted by
vendor), agrees to furnish any and/or all items upon which prices are offered, at the price(s) and
upon the conditions contained in the Specifications.
STATE OF TEXAS
COUNTY OF CAMERON
BEFORE ME, the undersigned authority, A Notary Public in and for the State of Texas,
on this day personally appeared
______________________________________________________________________________
who, after having first been duly sworn, upon oath did depose and say;
That the foregoing bid submitted by___________________________________________
hereinafter called “Bidder” is the duly authorized agent of said company and that the person
signing said proposal has been duly authorized to execute the same. Bidder affirms that they are
duly authorized to execute this contract, that this company, corporation, firm, partnership or
individual has not prepared this bid in collusion with any other Bidder. The bidder is not a member
of any trust, pool, or combination to control the price of products or services bid on, or to influence
any person to bid or not to bid thereon. I further affirm that the bidder has not given, offered to
give, nor intends to give, at any time hereafter, any economic opportunity, future employment,
gift, loan, gratuity, special discounts, trip, favor, or service to a public servant in connection with
the submitted Bid. The contents of this bid as to prices, terms or conditions of said bid have not
been communicated by the undersigned nor by any employee or agent to any other person engaged
in this type of business prior to the official opening of this bid.
Name and Address of Bidder:
________________________________
________________________________
________________________________
Telephone number_________________
Fax number______________________
Signature ________________________
Name: __________________________
Title:____________________________
SWORN TO AND SUBSCRIBE BEFORE ME THIS _______day of _____________, 20___.
_______________________________________
Notary Public in and for the State of Texas
THIS FORM MUST BE RETURNED WITH YOUR BID
16
Attachment C
RESIDENCE CERTIFICATION
Pursuant to Texas Government Code 2252.001 et seq., as amended, Cameron County requests
Residence Certification. 2252.001 et seq. of the Government Code provides some restrictions on
the awarding of governmental contracts; pertinent provisions of 2252.001 are stated below:
“Nonresident bidder” refers to a person who is not a resident.
“Resident bidder” refers to a person whose principal place of business is in this
state, including a contractor whose ultimate parent company or majority owner has
its principal place of business in this state.
I certify that ___________________________________________________is a Resident
(Company Name)
Bidder of Texas as defined in Government Code 2252.001.
I certify that ________________________________________________ is a Nonresident
(Company Name)
Bidder as defined in Government Code 2252.001 and our principal place of business is
_______________________________________________________________.
(City and State)
THIS FORM MUST BE RETURNED WITH YOUR BID
17
Attachment D
BIDDERS PROHIBITED TO LOBBY COUNTY OFFICIAL(S) RULE
CAMERON COUNTY EXPRESSLY REQUESTS THAT BIDDERS / PROPOSERS NOT
DISCUSS THIS ENGAGEMENT OR THIS BIDDER’S / PROPOSER’S PLANS,
EXPERIENCE OR CREDENTIALS WITH OTHER BIDDERS / PROPOSERS OR ANY
MEMBER OF COMMISSIONERS’ COURT, ANY COUNTY OFFICIAL, OR ANY
EVALUATION COMMITTEE MEMBER APPOINTED BY COMMISSIONERS COURT.
EXCLUDED ARE PRE-BID OR PRE-PROPOSAL CONFERENCES, EVALUATION
COMMITTEE
SCHEDULED
VENDOR
PRESENTATIONS
OR
VENDOR
INTERVIEWS, OR EVALUATION COMMITTEE SCHEDULED EQUIPMENT OR
SERVICES DEMONSTRATIONS. YOU MAY CONTACT THE PURCHASING AGENT
/PURCHASING DEPARTMENT AT ANY TIME.
FROM BID OPENING DATE THROUGH COMMISSIONERS COURT MEETING FOR
SELECTION, VENDORS SHALL NOT APPROACH THE COUNTY JUDGE OR
COMMISSIONERS TO DISCUSS MATTERS PERTAINING TO THIS BID.
01.
Has any individual with the firm submitting this Proposal/Bid/Response made any contact
with any member of Commissioners Court, any County Official, or an Evaluation
Committee member concerning this Invitation to Bid/RFP/RFQ, other than questions to
the Assistant County Auditor/Purchasing Officer?
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
02.
Has any individual with the firm submitting this Proposal/Bid/Response made any contact
with any other Bidder or Proposer concerning this Invitation to Bid/RFP/RFQ?
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
_________________________________________
Signature of person submitting this Bid
_________
Date
THIS FORM MUST BE RETURNED WITH YOUR BID
18
Attachment E
ORDER NO. 2007O2005
THE STATE OF TEXAS
COUNTY OF CAMERON
§
§
§
ORDER ADOPTING CONTRACTING RULES
FOR PERSONS INDEBTED TO COUNTY
WHEREAS, pursuant to V.T.C.A., Local Government Code, Section 262.0276, a
commissioners court is authorized to adopt rules permitting a county to refuse to enter into a
contract or other transaction with a person indebted to the county;
WHEREAS, the Commissioners Court of Cameron County finds it is in the best interest of
Cameron County to adopt such rules;
NOW THEREFORE, BE IT ORDERED by the Commissioners Court of Cameron County,
that the following rules be adopted regarding Cameron County and persons interested in doing
business with Cameron County:
1. Cameron County may refuse to enter into a contract or other transaction with a person
with a past due debt to Cameron County, including delinquent ad valorem taxes, even
if the person is the lowest bidder or successful proposer; and
2. For purposes of this Order, a debt is past due if it is not received in the County
Treasurer’s Office by the due date in a written agreement or notice, and ad
valorem taxes are past due if not received in the County Tax Assessor/Collector’s
Office by February 1st following the January 1st on which the ad valorem taxes are
due.
3. For purposes of this Order, a person includes an individual, sole proprietorship,
corporation, nonprofit corporation, partnership, joint venture, limited liability
company, and any other entity that proposes or otherwise seeks to enter into a contract
or other transaction with Cameron County requiring approval by the Commissioners
Court.
ADOPTED this
13
day of March, 2007.
01. Is the person or the firm submitting this Bid current with all local and State taxes? ________
_____________________________________________________
Signature of person submitting this Bid
______
Date
THIS FORM MUST BE RETURNED WITH YOUR BID
19
Attachment F
Certification Regarding Debarment, Suspension Ineligibility
As is required by the Federal Regulations Implementing Executive Order 12549,
Debarment and Suspension, 45 CFR Part 76, Government-wide Debarment and
Suspension, in the applicant certifies, to the best of his or her knowledge and belief, that
both it and its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any
federal department or agency;
b. Have not within a three-year period preceding this bid/proposal and/or
application been convicted of or had a civil judgment rendered against them for
commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (federal, state or local) transaction
or contract under a public transaction, violation of federal or state antitrust
statutes or commission of embezzlement, theft, theory, forgery, bribery,
falsification or destruction of records, making false statements, or receiving
stolen property;
c. Are not presently indicted for or otherwise criminally or civilly charged by a
government entity with commission of any of the offenses enumerated herein;
and
d. Have not within a three-year period preceding this bid/proposal and/or
application had one or more public transactions terminated of cause or default.
Signature:
Print Name:
Title:
Telephone Number:
Date:
If the Bidder / Proposer is unable to certify to all of the statements in this Certification,
such Bidder / Proposer should attach an explanation to this Bid / Proposal.
THIS FORM MUST BE RETURNED WITH YOUR BID
20
Attachment F-2
Architects, Engineers, Construction
The applicant certifies, to the best of his or her knowledge and belief, that the
information noted below for it and its principals are accurate:
a. List all previous law suits with Public entities and the results of such suits over
the past 7 years.
____________________________________________________________
____________________________________________________________
____________________________________________________________
________________________________________________
b. List all projects that have exceeded Budget, what % over budget and why –
over the past 5 years.
____________________________________________________________
____________________________________________________________
____________________________________________________________
________________________________________________
c.
List all projects that have exceeded the project completion due date, how
many days over and why – over the past 5 years.
____________________________________________________________
____________________________________________________________
____________________________________________________________
_____________________
Signature:
Print Name:
Title:
Telephone Number:
Date:
If the Bidder / Proposer is unable to certify to all of the statements in this Certification,
such Bidder / Proposer should attach an explanation to this Bid / Proposal.
THIS FORM MUST BE RETURNED WITH YOUR BID
(Attach pages if necessary due to space limitations)
21
Attachment G
Certification Regarding Resolution Requiring Minimum Wage Rate
As is required by Resolution No. 2008R12092:
A RESOLUTION IN SUPPORT OF MAINTAINING A HIGHER MINIMUM WAGE
REQUIREMENT FOR ALL CONTRACTORS DOING WORK FOR CAMERON
COUNTY
The applicant (Bidder) certifies, to the best of his or her knowledge and belief, that the Prime
Contractor and Subcontractor contracts shall explicitly include a minimum wage of $8.50 per
hour for all full time and part time employees hired by the prime and subcontractors for
any and all work performed for Cameron County in this Bid.
Signature:
Print Name:
Title:
Telephone Number:
Date:
If the Bidder/Proposer is unable to certify to all of the statements in this Certification, such Bidder
/ Proposer should attach an explanation to this Bid / Proposal.
THIS FORM MUST BE RETURNED WITH YOUR BID
22
Attachment H
FORM CIQ
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government
by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a
governmental entity and the vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local
t l than the 7th business day after the date the vendor becomes aware of facts
entity not later
that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006,
L l
Government Code. An offense under this section is a misdemeanor.
1
Name of vendor who has a business relationship with local governmental entity.
2.
□
OFFICE USE ONLY
Date Received
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not
later than the 7th business day after the date on which you became aware that the originally filed questionnaire
incomplete or inaccurate.)
3..
□.
Name of local government officer about whom the information in this section is being disclosed.
Name ot Officer
This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an
employment or other business relationship as defined by Section 176.001 (1-a), Local
Attach additional
pages to this Form CIQ as necessary.
Is the local government officer named in this section receiving or likely to receive taxable income, other than
i
t
t
income from the vendor?
A
□Yes
□No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction ot
the local
government officer named in this section AND the taxable income is not received from the local governmental entity?
□Yes
□No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the
l l
government officer services as an officer of director, or holds an ownership interest of one percent or more?
□Yes
D.
4.
□No
Describe each employment or business and family relationship with the local government officer named in this
section.
□
Signature of vendor doing business with the governmental entity
Date
Adopted 8/7/2015
23
NEPOTISM CHART
AFFINITY KINSHIP
Relationship by Marriage
The chart below shows
 Affinity Kinship (relationship by marriage)
 Consanguinity Kinship (relationship by blood) for
purposes of interpreting nepotism as defined in
VTCA Government Code, Chapter 573, §§573.021 .025
CONSANGUINITY KINSHIP
Relationship by Blood
24
Attachment I
DISCLOSURE OF INTERESTS
MUST BE FILLED OUT AND SUBMITTED WITH THE BID/RFP/RFQ IF DISCLOSING:
BIDDER/PROPOSER MUST ALSO FILE WITH THE COUNTY CLERK’S OFFICE. THE
PURCHASING DEPT. WILL NOT BE FILING ON THE BIDDER’S BEHALF
Cameron County, Texas requires all persons or firms seeking to do business with the County to provide the
following information. Every question must be answered. If the question is not applicable, answer with
“N/A.” By law this questionnaire must be filed with the records administrator (County Clerk’s Office) of
the local government.
Date ____________
FIRM NAME: _____________________________________________________
ADDRESS:_______________________________________________________
________________________________________________________________
FIRM is: 1. Corporation ( )
2. Partnership ( ) 3. Sole Owner ( )
4. Association ( ) 5. Other ( )____________________________
DISCLOSURE QUESTIONS
If additional space is necessary, please use the reverse side of this page or attach separate sheet.
1.
State the names of each “employee, elected official, or member of Commissioners Court” of
Cameron County having Substantial Interest in Business Entity Local Govt. Code 171.002
a) For purpose of this chapter, a person has a substantial interest in a business entity if:
(1) the person owns 10 percent or more of the voting stock or shares of the business entity or owns either
10 percent or more or $15,000 or more of the fair market value of the business entity; or
(2) funds received by the person from the business entity exceeds 10 percent of the person’s gross income
for the previous year.
b)
A person has a substantial interest in real property if the interest is an equitable or legal ownership
with a fair market value of $2,500 or more.
c)
A local public official is considered to have a substantial interest under this section if a person
related to the official in the first degree by consanguinity or affinity, as determined under Chapter
573, Government Code, has a substantial interest under this section.
Name
Title
Department
25
CERTIFICATE
I certify that all information provided is true and correct as of the date of this statement, that I have not
knowingly withheld disclosure of any information requested; and that supplemental statements will be
promptly submitted to the Cameron County as changes occur.
Certifying Person: ________________________________Title:_____________
(Type or Print)
Signature of Certifying Person: _______________________ Date: __________
THIS FORM MUST BE RETURNED WITH YOUR BID
26
GENERAL TERMS & CONDITIONS
(Requests for Bids (RFB))
ADDENDA: If RFB specifications, terms or conditions are revised, the Cameron County Purchasing
Department will issue an addendum addressing the nature of the changes and notify interested potential
bidders. Bidders must acknowledge receipt and consideration of any such changes by signing the
addendum and including it in the package containing the Bidder’s submittal.
ADVERTISING: Unless otherwise required by law, bidders responding to County RFBs shall not publish
and shall keep confidential their intentions and actions respecting any response to the RFB.
AWARD: Cameron County may hold RFB responses for a period of sixty (60) days. Cameron County
reserves the right to reject any or all responses to RFBs. Cameron County reserves the right to award a
contract, if any, based on the bidder’s response when compared to the EVALUATION CRITERIA (AS
STATED IN THE RFB) and, in accordance with the laws of the State of Texas, reserves the right to waive
any formality or irregularity, to make awards to more than one bidder. Commissioners Court reserves the
right to determine the method and procedures for the final award of the bid at any time they may choose,
regardless of the Point System used by the Evaluation Committee.
BONDS: If the contract that may be entered into with the County will likely require a performance
guarantee or bond, the Purchasing Department will attach a separate page to the RFB explaining those
requirements.
CANCELLATION AND TERMINATION: In any contract resulting from the RFB, the County shall
have the right to cancel all or any part of the undelivered portion of the contract if (1) Bidder breaches any
of the terms hereof, including, but not limited to, applicable warranties, and/or the (2) Bidder becomes
insolvent or files for bankruptcy. Such right of cancellation is in addition to, and not in lieu of, any other
remedies which the County may have in law or equity. Cancellation of work hereunder shall be effected
by the delivery of a "Notice of Cancellation of Undelivered Work" specifying the extent to which
performance of work, including all goods and services, under the contract is cancelled and the date upon
which such cancellation becomes effective.
The performance of work under any resulting contract may be terminated in whole, or in part, by the County
in accordance with this provision. The County shall have the right to terminate all or any part of the contract
if (1) the Bidder breaches any of the terms hereof, including, but not limited to, applicable warranties, and/or
(2) Bidder becomes insolvent or files for bankruptcy. Such right of termination is in addition to, and not in
lieu of, any other remedies which the County may have in law or equity. Termination of work hereunder
shall be effected by the delivery of a "Notice of Termination" specifying the extent to which performance
of work, including all goods and services, under the contract is terminated and the date upon which such
termination becomes effective.
CHANGE ORDERS: No oral statement of any person shall modify or otherwise change, or affect the
terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be
made in writing by mutual consent of the Bidder and the County.
CONTRACT RENEWALS: Contract Renewals must receive Commissioners Court approval. For
contract renewal status and information, please contact Elisa Cisneros at 956-982-5405 e-mail:
[email protected] Cameron County Purchasing Dept. or Dylbia Jeffries 956-550-1340
27
[email protected] at the Cameron County Civil Legal Division. Any price escalations are limited
to those stated by the original contract terms. All contracts with a one (1) year renewal option require that
the Bidder must notify Cameron County of any anticipated price increases in writing at least three months
(90 calendar days) prior to the annual renewal award date unless otherwise specified within the specific
provisions of the contract up for renewal. This allows the County sufficient time to find an alternative
vendor, if possible. If Bidder fails to notify the County within time noted it shall be assumed that there will
be no price increase for the following year’s award period if renewed. This procedure does not apply to
any contract which allows for Open Market Price increases or Cost allowance increases.
DISCRIMINATION: In order to encourage fair employment practices, the Bidder agrees as follows: 1.)
Bidder will not discriminate against any employee or applicant for employment because of race, sex, color,
age, religion, handicap, or national origin; 2) in all solicitations or advertisements for employees, the Bidder
will state that all qualified applicants will receive consideration without regard to race, color, sex, age,
religion, handicap or national origin; 3) the Bidder will furnish such relevant information and reports as
requested by the County for the purpose of determining compliance with these regulations; and 4) failure
of the Bidder to comply with these laws will be deemed a breach of contract and it may be cancelled,
terminated or suspended in a whole or in part as a result thereof..
DISQUALIFICATION OF BIDDER: Upon submitting a response to this RFB, Bidder certifies that the
Bidder has not violated the antitrust laws of this state codified in Texas Business and Commerce Code
15.01, et seq., as amended, or the federal antitrust laws, and has not communicated directly or indirectly its
RFB considerations, plan or response to any competitor or any other person engaged in such line of
business. Any and all responses may be rejected if the County believes that collusion exists among the
Bidders. If multiples are submitted by a Bidder and, after all responses to the RFBs are opened one or more
of the responses are withdrawn the result will be that all of the responses submitted by that Bidder will be
withdrawn; however, nothing herein prohibits a Bidder from submitting multiples for different products or
services.
EVALUATION: All responses will be evaluated in accordance with law and reviewed to assure they are
in the best interest of Cameron County. Evaluations shall be based on criteria bearing on price, and
performance of the items or services in the user environment. Any specific criteria section or sections
identified elsewhere in the RFB response may be evaluated by one or more evaluators once the basis and
details of this process have been approved by the Purchasing Officer and acknowledged by the Evaluation
Committee. Detailed information pertaining to this selective evaluation process is available to Bidders and
the Commissioners Court upon request. Evaluation sheets and any summary of all responses are subject to
review by the Cameron County Purchasing Department and Evaluation Committee's recommendation to
Cameron County Commissioners Court. Compliance with all RFB requirements, delivery terms and needs
of the using department are considerations in evaluating responses. Pricing is NOT the only criterion for
making a recommendation (see criteria and relative importance of price and other evaluation factors, if any,
specified elsewhere in this RFB). The Cameron County Purchasing Department reserves the right to contact
any Bidder, at any time, to clarify, verify or request information with regard to that Bidder’s response.
PROTEST PROCEDURES: Procedure - This protest procedure is available to Bidders responding to this
RFB and requesting a debriefing conference.
Debriefing Conference – A debriefing conference must be requested in writing to the Purchasing
Department within five (5) business days from the date of the
RFB award by the Cameron County
28
Commissioners’ Court. Debriefing questions must be submitted in writing to the Purchasing Department
no later than two (2) business days before the scheduled date for the Debriefing Conference. These questions
will be answered at the debriefing conference. Follow-up questions must be submitted (in writing) no later
than one (1) business day after the date of the Debriefing Conference and answered no later than two (2)
business days after the date of the Debriefing Conference. Follow-up answers will be sent via e-mail or fax
(if e-mail not available). For RFBs, Bidders are given the opportunity to ask questions of the Evaluation
Committee relative to their responses and the Committee’s scores.
Protests are made: 1. To the Purchasing Department after the debriefing conference. Bidder protests shall
be received, in writing, by the Purchasing Department within five (5) business days after the debriefing
conference. 2. To the Protest Committee, only after the protest to the Purchasing Department was not
satisfactorily resolved. Protests to the Protest Committee shall be made within five (5) business days after
the Bidder has received notification from the County Purchasing Department of its decision.
Grounds for protest:
1. Errors were made in computing the score.
2. The County failed to follow procedures established in the RFB, the Purchasing policy on acquisitions or
applicable state or federal laws or regulations.
3. Bias, discrimination or conflict of interest on the part of an evaluator. Protests not based on these criteria
shall not be considered.
Format and Content - Protesting Bidders shall include, in their written protest to the Cameron County
Purchasing Department, all facts and arguments upon which they rely. Bidders shall, at a minimum, provide:
1. Information about the protesting Bidder; name of firm, mailing address, phone number and name of
individual responsible for submission of the protest.
2. Information about the acquisition and the acquisition method.
3. Specific and complete statement of the County’s action(s) being protested. 4. Specific reference to the
grounds for the protest.
4. Description of the relief or corrective action requested.
5.. For protests to the Protest Committee, a copy of the Purchasing Department’s written decision on the
protest.
Review Process:
1. Upon receipt of a Bidder’s protest, the Purchasing Department shall postpone further steps in the
acquisition process until the Bidder protest has been resolved.
2. The Department’s internal protest review procedures consist of the following:
a) The Purchasing Department shall perform an objective review of the protest by individuals not involved
in the acquisition protested. The review shall be based on the written protest material submitted by the
Bidder.
29
b) A written decision will be delivered to the Bidder within five business days after receipt of the protest,
unless more time is needed. The protesting Bidder shall be notified if additional time is necessary.
Final Determination:
The final determination shall:
1. Find the protest lacking in merit and uphold the agency’s action; or
2. Find only technical or harmless errors in the agency’s acquisition process, determine the agency to be in
substantial compliance, and reject the protest; or 3. Find merit in the protest and provide the agency options
which may include recommendations to a) correct its errors and reevaluate all RFBs, and/or b) reissue the
Bidder solicitation document; or c) make other findings and determine other courses of action as
appropriate.
Protest Committee Review Process:
Protests to the Protest Committee may be made only for Protest Committee approved acquisitions, and only
after review by County Purchasing Department. Protests of the decisions of County Purchasing Department
shall be made by letter to the Protest Committee, who may establish procedures to resolve the protest.
Protests shall be received by the Protest Committee within five business days after the decision of
Purchasing Department in order to be considered. The Committee’s decision is final, with no further
administrative appeal available.
FISCAL FUNDING: A multi-year lease or lease/purchase arrangement (if requested by the Special
Requirements/Instructions), or any contract continuing as a result of an extension option, must include a
“fiscal funding out” clause. If, for any reason, funds are not appropriated to continue the lease or contract,
said lease or contract shall become null and void on the last day of the current appropriation of funds. After
expiration of the lease, leased equipment shall be removed by the Bidder from the using department without
penalty of any kind or form to Cameron County. All charges and physical activity related to delivery,
installation, removal and redelivery shall be the responsibility of the Bidder.
GRATUITIES AND PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: Any
elected or appointed official who has any substantial interest, either direct or indirect, in any business entity
seeking to contract with the County, shall, before any vote or decision on any matter involving the business
entity, file an affidavit stating the nature and extent of interest and shall abstain from any participation in
the matter. This is not required if the vote or decision will not have any special effect on the entity other
than its effect on the public. However, if a majority of the governing body is also required to file, and do
file similar affidavits, then the member is not required to abstain from further participation. Attached and
included in this RFB is a disclosure of all of this Company's business or pecuniary financial relationships
with officers or employees of Cameron County or County entities (if any such relationships exist) which
must be filled out, attached and included with the RFB response. The County may, by written notice to the
Bidder, cancel this contract without liability to Bidder if it is determined by County that gratuities, in the
form of entertainment, gifts, or otherwise, were offered or given by the Bidder, or any agent, or
representative of the Bidder, to any officer or employee of Cameron County with a view toward securing a
contract or securing favorable treatment with respect to the awarding or amending or the making or any
determinations with respect to the performance of such a contract. In the event this contract is cancelled by
County pursuant to this provision, County shall be entitled, in addition to any other rights and remedies, to
recover or withhold the amount of the costs incurred by Bidder in providing such gratuities. Consistent and
continued RFB responses that end in a tie could cause rejection of any RFB response by the County and/or
investigation for Anti-Trust violations. Bidder guarantees that he has not retained a person to solicit or
30
secure any contract upon an agreement or understanding for a commission, percentage, brokerage or
contingent fee, except for retention of bona fide employees or bona fide established commercial selling
agencies maintained by the Bidder for the purpose of securing business.
HISTORICALLY UNDERUTILIZED BUSINESS (HUB) CERTIFICATION: If Bidder is a Certified
Historically Underutilized Business (HUB), please include a copy of your HUB Certificate with your RFB
response. This information will assist Cameron County in the percentage tracking of HUB utilization.
LOCAL BIDDER’S PRINCIPAL PLACE OF BUSINESS - 3% PREFERENCE: (consideration of
location) this local preference consideration is allowable for Equipment and Supplies but not allowed for
Services and/or Construction related requests. The County Commissioner’s Court may award to the lowest
Bidder or the Bidder whose principal place of business is within Cameron County if the Commissioner’s
Court determines, in writing, that the local Bidder offers the County the best combination of contract price
and additional economic development opportunities for Cameron County created by the contract award,
including the employment of residents of Cameron County and increased tax revenues to Cameron County.
This option exists only within 3% of the lowest price. In order to provide the County Commissioners Court
adequate information in considering this option, the Bidder should submit with each bid response the
following information for Commissioners Court’s review with all information requested complete with
detailed, current and quantifiable numeric data:
1. Where is your principal place of business (Business Headquarters) City, County, State, Signature of
Bidder, Title, and Date? Along with this information, submit information with responses to the following
questions:
a.) Why and how Bidder believes that the local Bidder offers the County additional economic development
opportunities for Cameron County created by the contract award?
b.) How will award to local Bidder benefit the employment of residents of Cameron County?
c.) How many employees does Bidder employ within Cameron County and how many employees are
affected financially by award/purchase?
d.) How will award to local Bidder increased tax revenues to Cameron County?
This information should be provided and updated with each bid response submitted to the County. If Bidder
is local and within 3% of the lowest bid price, this information will be submitted to Commissioner’s Court
along with tabulation sheet. There has been no mandatory requirement or Policy established by
Commissioners Court which requires submitting answers to these questions or attending Commissioners
Court meetings for the awarding of RFBs relative to the 3% local preference, however individual
Commissioners may or may not have preferences (relative to these issues) when making their decision.
This paragraph will be revised upon policy change made by Commissioners Court.
INSURANCE: The Bidder shall secure and maintain, throughout the duration of the Contract, insurance
of such types and in such amounts as may be necessary to protect the Bidder and the interests of the County
against all hazards or risks of loss as hereinafter specified. The form and limits of such insurance, together
with the insurer, shall be acceptable to the County. It shall be the responsibility of the Bidder to maintain
adequate insurance coverage at all times. Failure of the Bidder to maintain adequate coverage shall not
relieve the Bidder of any contractual responsibility or obligation.
MAINTENANCE: Maintenance required for equipment requested in RFBs should be available in
Cameron County by a manufacturer authorized maintenance facility. Costs for this service shall be shown
on the Pricing/Delivery Information form. If Cameron County opts to include maintenance, it shall be so
31
stated in the purchase order and said cost will be included. Service will commence only upon expiration of
applicable warranties and should be priced accordingly.
MATERIAL SAFETY DATA SHEETS: Under the "Hazardous Communication Act", commonly known
as the "Texas Right to Know Act", a
Bidder must provide to the County with each delivery, material
safety data sheets which are applicable to hazardous substances defined in the Act. Failure of the Bidder
to furnish this documentation will be cause to reject any bid applying thereto.
NAME BRANDS: Specifications may reference name brands and model numbers. It is not the intent of
Cameron County to restrict responses to RFBs in such cases, but to establish a desired quality level of
merchandise or to meet a pre-established standard common to similar existing items. Bidders may offer
items of equal stature and standard, but the burden of proof of such stature and standard rests with Bidders.
Cameron County shall act as sole judge in determining equality and acceptability of products offered.
PRICING: Prices for all goods and/or services shall be firm for the duration of the contract and shall be
stated on the Pricing/Delivery Information form. Prices shall be all inclusive: No price changes, additions,
or subsequent qualifications will be honored during the term of the contract. All prices must be written in
ink or typewritten. Pricing on all transportation, freight, drayage and other charges are to be prepaid by the
Bidder and included in the price. If there are any additional charges of any kind, other than those mentioned
above, specified or unspecified, Bidder MUST indicate the items required and attendant costs or forfeit the
right to payment for such items. Where unit pricing and extended pricing differ, unit pricing prevails.
RECYCLED MATERIALS: Cameron County encourages the use of products made of recycled materials
and shall give preference in purchasing to products made of recycled materials if the products meet
applicable specifications as to quantity and quality. County will be the sole judge in determining product
preference application.
SCANNED RE-TYPED RESPONSE: If in its RFB response, Bidder either electronically scans, re-types,
or in some way reproduces the County's published RFB package, then in event of any conflict between the
terms and provisions of the County's published RFB specifications, or any portion thereof, and the terms
and provisions of the RFB response made by Bidder, the County's RFB specifications as published shall
control. Furthermore, if an alteration of any kind to the County's published RFB specifications is only
discovered after the contract is executed and is or is not being performed, the contract is subject to
immediate cancellation.
SILENCE OF SPECIFICATIONS: The apparent silence of specifications as to any detail, or the apparent
omission from it of a detailed description concerning any point, shall be regarded as meaning that only the
best commercial practices are to prevail and that only material and workmanship of the finest quality are to
be used. All interpretations of specifications shall be made on the basis of this statement. The items
furnished under this contract shall be new, unused of the latest product in production to commercial trade
and shall be of the highest quality as to materials used and workmanship. The manufacturer furnishing
these items shall be experienced in design and construction of such items and shall be an established supplier
of the item needed in the RFB. Substitute items will not be accepted unless approved (in advance).
SUPPLEMENTAL MATERIALS: Bidders are responsible for including all pertinent product data in the
returned RFB package. Literature, brochures, data sheets, specification information, completed forms
requested as part of the RFB package and any other facts which may affect the evaluation and subsequent
contract award should be included. Materials such as legal documents and contractual agreements, which
the Bidder wishes to include as a condition of an RFB response, must also be in the returned in the RFB
response package. Failure to include all necessary and proper supplemental materials may be cause to reject
the Bidder’s entire RFB.
32
TITLE TRANSFER: Title and Risk of Loss of goods shall not pass to Cameron County until Cameron
County actually receives and takes possession of the goods at the point or points of delivery. Receiving
times may vary with the using department. Generally, deliveries may be made between 8:30 a.m. and 4:00
p.m., Monday through Friday. Bidders are advised to consult the using department for instructions. The
place of delivery shall be shown under the "Special Requirements/Instructions" section of this RFB package
and/or on the Purchase Order as a "Deliver To:" with the address.
USAGE REPORTS: Cameron County reserves the right to request, and receive at no additional cost up to
two (2) times during the contract period, a usage report detailing the products and/or services furnished to
date under a contract resulting from this RFB. The reports must be furnished no later than five (5) working
days after written request and itemize all purchases to date by Cameron County department with a
description, of each item purchased, including the manufacturer, quantity of each item purchased, the per
unit and extended price of each item purchased, and the total amount and price of all items purchased.
WARRANTY PRICE: (a) The price to be paid by the County shall be that contained in Bidder’s response
to the RFB which Bidder warrants to be no higher than Bidder’s current prices on orders by others for
products of the kind and specification covered by this agreement for similar quantities under similar or like
conditions and methods of purchase. In the event Bidder breaches this warranty, the prices of the items shall
be reduced to the Bidder’s current prices on orders by others, or in the alternative, County may cancel this
contract without liability to Bidder for breach or Bidder’s actual expense.
(b) The Bidder warrants that no person or selling agency has been employed or retained to solicit or secure
this contract upon an agreement or understanding for commission, percentage, brokerage, or contingent fee
excepting bona fide employees of bona fide established commercial or selling agencies maintained by the
Bidder for the purpose of securing business. For breach or violation of this warranty, the County shall have
the right in addition to any other right or rights to cancel this contract without liability and to deduct from
the contract price, or otherwise recover the full amount of such commission, percentage, brokerage or
contingent fee.
Bidders shall furnish all data pertinent to warranties or guarantees which may apply to items in the RFB.
Bidders may not limit or exclude any implied warranties.
Bidder warrants that products sold and services provided to the County shall conform to the highest
commercial and/or professional standards in the industry and laws established by the U.S. Department of
Labor, U.S. Department of Homeland Security, Occupational Safety and Health Administration and
O.S.H.A. Act of 1970. In the event any product does not conform to OSHA Standards, where applicable,
Cameron County may return the product for correction or replacement at the Bidder’s expense. If Bidder
fails to make the appropriate correction within a reasonable time, Cameron County may correct at the
Bidder’s expense.
WARRANTY ITEMS/PRODUCTS: Bidder warrants that products sold and services provided to the
County shall conform to the highest commercial and/or professional standards in the industry and laws
established by the U.S. Department of Labor, U.S. Department of Homeland Security, Occupational Safety
and Health Administration and O.S.H.A. Act of 1970. In the event product does not conform to OSHA
Standards, where applicable, Cameron County may return the product for correction or replacement at the
Bidder’s expense. If Bidder fails to make the appropriate correction within a reasonable time, Cameron
County may correct at the Bidder’s expense.
Bidder shall not limit or exclude any implied warranties and any attempt to do so shall render this contract
voidable at the option of the County.
33
Bidder warrants that the goods furnished will conform to the specifications, drawings and descriptions listed
in the RFB invitation and to the sample(s) furnished by Bidder, if any. In the event of a conflict between
the specifications, drawings and descriptions, the specifications shall govern. All items must be new, in first
class condition, unless otherwise specified. The design, strength, and quality of materials must conform to
the highest standards of manufacturing practice.
Items supplied under this contract shall be subject to the County's approval. Successful
Bidder shall
warrant that all items/services shall conform to the proposed specifications and/or all warranties as stated
in the Uniform Commercial Code and be free from all defects in material, workmanship and title. Any items
found defective or not meeting specifications shall be picked up and promptly replaced by the successful
Bidder at no expense to the County.
SAFETY WARRANTY: As noted above, Bidder warrants that the products sold to County shall conform
to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health
Act of 1970. In the event the product does not conform to OSHA standards, County may return the product
for correction or replacement at the Bidder's expense. In the event Bidder fails to make the appropriate
correction within a reasonable time, correction made by County will be at Bidder's expense. Have you
attached the required warranty information to the RFB (if applicable)? “Yes” or “No”
APPLICABLE LAW
To the extent it is applicable, this agreement shall be governed by the Uniform Commercial Code.
Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning "the Uniform
Commercial Code" as adopted in the State of Texas as effective and in force on the date of this agreement.
Otherwise, Texas state and federal law shall apply.
ASSIGNMENT DELEGATION: No right, obligation or interest in this contract shall be assigned or
delegated to another by Bidder without the written permission of the County. Any attempted assignment or
delegation by
Bidder shall be wholly void and totally ineffective for all purposes unless made in
conformity with this paragraph.
CONTRACT OBLIGATION: Cameron County Commissioners Court must award any resulting contract
and the County Judge or other person authorized by the Cameron County Commissioners Court must sign
the contract before it becomes binding on Cameron County or the Bidder. Department Heads are NOT
authorized to sign agreements for Cameron County. Binding agreements shall remain in effect until all
products and/or services covered by this RFB have been delivered and accepted and all contract
requirements have been satisfied
ERRORS AND OMISSIONS: Errors and Omissions in the RFB or any provision herein described will
not be construed as to relieve the Bidder of any responsibility or obligation requisite to the complete and
satisfactory implementation, operation, and support of all obligations under any resulting contract.
FORCE MAJEURE: If, by reason of Force Majeure, either party hereto shall be rendered unable wholly,
or in part, to carry out its obligations under this RFB and any resulting contract, then such party shall give
notice and full particulars of Force Majeure in writing to the other party within a reasonable time after
occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it
is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed,
except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or
overcome such inability with all reasonable dispatch. The term "Force Majeure" as employed herein, shall
mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind
of government of the United States or the State of Texas or any civil or military authority, insurrections,
riots, epidemics, landslides, lightening, earthquakes, fires, hurricanes, storms, floods, washouts, droughts,
arrests, restraint of government and people, civil disturbances, explosions, breakage or accidents to
34
machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such
inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely with the
discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be
remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding
to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the
party having the difficulty.
HOLD HARMLESS AGREEMENT: The successful Bidder, shall indemnify and hold Cameron County
harmless from all claims for personal injury, death and/or property damage resulting directly or indirectly
from Bidder's performance. Bidder shall procure and maintain, with respect to the subject matter of this
RFB, appropriate insurance coverage including, as a minimum, public liability and property damage with
adequate limits to cover Bidder's liability as may arise directly or indirectly from work performed and goods
or services sold and under the terms of this RFB. Certification of such coverage must be provided to the
County upon request.
INFRINGEMENTS: There will be no warranty by County against infringements. As part of this contract
for sales, Bidder agrees to ascertain whether goods manufactured in accordance with the specifications
attached to this agreement will give rise to the rightful claim of any third person by way of infringement or
the like. County makes no warranty that the production of goods according to the specification will not give
rise to such a claim, and in no event shall County be liable to Bidder for indemnification in the event
Bidder gets sued on the grounds of infringement or the like. If Bidder is of the opinion that an infringement
or the like will result, Bidder shall notify County to that effect in writing within two (2) weeks after the
signing of this agreement. If County does not receive notice and is subsequently held liable for the
infringement or the like, Bidder will hold County harmless. If Bidder in good faith ascertains that
production of the goods in accordance with the specifications will result in infringement or the like, this
contract shall be null and void, except that County will pay Bidder the reasonable cost of Bidder’s search
as to infringement. The Bidder agrees to protect the County from claims involving infringement of patents
or copyrights.
INTERPRETATION PAROLE EVIDENCE: Unless a separate contract or addendum hereof is prepared
and entered into following the award of this RFB to a successful bidder, this writing is intended by the
parties as a final expression of the terms of this RFB and the general terms of any resulting contract. No
course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or
explain any term. Acceptance or acquiescence in a course of performance rendered under this RFB and
any resulting contract shall not be relevant to determine meaning even though the accepting or acquiescing
party has knowledge of the performance and opportunity for objection. Whenever a term defined by the
Uniform Commercial Code is used in this agreement, the definition contained in the Code is to control, if
applicable.
LATE RESPONSES: RFB responses must be received by the County before the hour and date specified.
Responses received after the time and date specified will be disqualified and may be returned to sender.
The County is not responsible for lateness or non-delivery of mail, delivered to wrong office, carrier, etc.
MODIFICATIONS: This contract can be modified or rescinded only by a writing signed by both of the
parties or their duly authorized agents.
O.S.H.A: Bidder must meet all Federal and State OSHA requirements.
REMEDIES: The successful Bidder and County agree that both parties have all rights, duties, defenses
and remedies available under law.
35
RIGHT TO ASSURANCE: During the RFB process and any resulting contract, whenever a Bidder or
the County in good faith has reason to question the other’s intent to perform, demand may be made that the
other party give written assurance of intent. In the event that a demand is made and no assurance is given
within five (5) days, such failure may be treated as an anticipatory repudiation of the RFB and any resulting
contract.
SEVERABILITY: If any section, subsection, paragraph, sentence, clause, phrase or word of these
requirements or the specifications shall be held invalid, such holding shall not affect the remaining portions
of these requirements and the specifications and it is hereby declared that such remaining portions would
have been included in these requirements and the specifications as though the invalid portion had been
omitted.
VENUE: Both parties agree that venue for any litigation arising from this contract shall lie in Cameron
County, Texas.
BIDDER SHALL CONFIRM ACCEPTANCE OF RFB TERMS: The Bidder shall specifically state
acceptance of these terms and conditions as a basis for providing the County with a response to this RFB.
THESE TERMS INCORPORATED: These General Terms and Conditions shall be incorporated in the
response to the RFB and any resulting contract. The Bidder shall specifically state acceptance of these terms
and conditions as a basis for providing the County with a response to this RFB.
OTHER TERMS: The Bidder shall state any exceptions desired to these terms and conditions and may
suggest alternate wording that addresses the intent of the term or condition. The County may accept or reject
any suggestions in accordance with law.
36
CAMERON COUNTY
TDA CONTRACT 7215055
INVITATION FOR SEALED BIDS
BID # 160801
The County of Cameron will receive bids for the construction of the CAMERON COUNTY, BID #160801, Las
Palmas Wastewater Systems Improvements and Yard-line Connections Project funded in part by TDA
Contract 7215055. Bids must be received in the County Purchasing Department no later than Tuesday, November
1, 2016 at 11:00 a.m. (as per Purchasing Dept. time clock). Bids must be addressed and sent to the Cameron County
Purchasing Department at County Courthouse (Dancy Building), 1100 East Monroe Street, Suite 345, Brownsville,
TX 78520. Bids will be opened in the Purchasing Department - 3rd Floor, Room # 345 at 11:01 a.m. on deadline
date. Bids must include one (1) original Bid. Bid envelope must be titled / referenced:
ATT: Purchasing Dept.
Sealed Bid #160801.
Project Name: CAMERON COUNTY, Las Palmas Wastewater System Improvements and Yard-line
Connections.
Bids are invited for several items and quantities of work as follows:
1.
2.
3.
4.
Installation of 4,500 linear feet of gravity sanitary sewer line.
Decommissioning of existing sanitary sewer manholes and abandonment of existing gravity sanitary sewer line.
Decommissioning of existing on-site sewage facilities (OSSF).
Installation of residential yard-line connections with all associated appurtenances.
Copies of the Contract Documents and Specifications may be obtained at the BPUB Purchasing Department; 1495
Robinhood Drive; Brownsville, Texas
78521 or at the following website http://www.brownsvillepub.com/departments/purchasing-department/rfps-bids. A pre-bid conference will be held in the BPUB Purchasing
Conference Room on Wednesday, October 26, 2016 at 10:00 a.m. Questions regarding the proposed project
should be submitted in writing to Alfredo J. Resendez, P.E., Project Engineer via email at
[email protected].
A bid bond in the amount of 5% of the bid issued by an acceptable Surety shall be submitted with each bid. A certified
check or bank draft payable to Cameron County or negotiable U.S. Government Bonds (as par value) may be
submitted in lieu of the Bid Bond.
Attention is called to the fact that not less than, the federally determined prevailing (Davis-Bacon and Related Acts)
wage rate, as issued by the Texas Department of Agriculture and contained in the contract documents, must be paid
on this project. In addition, the successful bidder must ensure that employees and applicants for employment are not
discriminated against because of race, color, religion, sex, age, or national origin. Cameron County reserves the right
to reject any or all bids or to waive any informalities in the bidding. Bids may be held by Cameron County for a
period not to exceed (sixty) 60 days from the date of the bid opening for the purpose of reviewing the bids and
investigating the bidders qualifications prior to the contract award.
All contractors/subcontractors that are debarred, suspended or otherwise excluded from or ineligible for participation
on federal assistance programs may not undertake any activity in part or in full under this project. For additional
information Contact: Alfredo J. Resendez, P.E. Project Engineer at: (956) 983-6572
CAMERON COUNTY IS AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER
Small and minority firms are encouraged to submit bids on this project
(Para una explicación de este aviso en español, favor de llamar al Departamento de Desarrollo del Condado de
Cameron al (956) 544-0828).
37
INSTRUCTION TO BIDDERS
FOR CONSTRUCTION
1.
Use of Separate Bid Forms
These contract documents include a complete set of bid and contract forms which are for the convenience of
the bidders and are not to be detached from the contract document, completed or executed. Separate bid forms
are provided for your use.
2.
Interpretations or Addenda
No oral interpretations will be made to any bidder. Each request for clarification shall be made in writing to
the Grant Recipient or engineer no less than seven (7) days prior to the bid opening. Each interpretation made
will be in the form of an Addendum to the contract documents and will be distributed to all parties holding
contract documents no less than seven (7) days prior to the bid opening. It is, however, the bidder's
responsibility to make inquiry as to any addenda issued. All such addenda shall become part of the contract
documents and all bidders shall be bound by such addenda, whether or not received by the bidders.
If an addendum to the bid package is necessary, it must be distributed to each potential bidder. The
distribution of an addendum shall be verified either by statements of receipt or registered/certified mail
receipts, which shall be included in the public works construction file. The addendum shall allow adequate
time for consideration in bid preparation (usually at least one week). If adequate time is not available, the
bid opening date must be extended and the Grant Recipient must republish the invitation for bids containing
the place, time, and date for the new bid opening. Note that any change to the original bid opening date
will require republication of the invitation for bids at least once in a locally published newspaper. The
republished notice will include the place, time and date for the new bid opening and must be published at
least seven days prior to the new bid opening date.
3.
Inspection of Site
Each bidder should visit the site of the proposed work and should become acquainted with the existing
conditions and facilities, the difficulties and restrictions pertaining to the performance of the contract. The
bidder should thoroughly examine and become familiar with the drawings, technical specifications and all
other contract documents. The contractor by the execution of the contract shall in no way be relieved of any
obligation under it due to failure to receive or examine any form or legal document or to visit the site or the
conditions existing at the site. The City/ County will be justified in rejecting any claim based on lack of
inspection of the site prior to the bid.
4.
Alternate bid items
No alternate bids or bid items will be considered unless they are specifically requested by the technical
specifications.
5.
Bids
a.
All bids must be submitted on the forms provided and are subject to all requirements of the
Contract Documents, including the Drawings.
b.
All bids must be regular in every respect and no interlineation, excisions or special conditions
may be made or included by the bidder.
38
6.
c.
Bid documents, including but not limited to the bid, the bid bond(s), the contractor’s
certifications, local opportunity plan, and the statement of the bidder’s qualifications, shall be
sealed in an envelope and clearly labeled with the words "Bid Documents”, the project
number, name of bidder and the date and time of bid opening.
d.
The City / County may consider as irregular any bid on which there is an alteration of or
departure from the bid form and, at its option, may reject any irregular bid.
e.
If a contract is awarded, it will be awarded to a responsible bidder on the basis of the
lowest/best bid and the selected alternate bid items, if any. The contract will require the
completion of the work in accordance with the contract documents.
Bid Modifications Prior to Bid Opening
a.
b.
7.
8.
Any bidder may modify its bid in writing at any time prior to the scheduled closing time for
receipt of bids, provided such modification is received by the locality prior to the closing time.
The modification should not reveal the bid price but should provide the addition, subtractions
or other modifications so that the final prices or terms will not be known by the locality until
the sealed bid is open.
Likewise, any bidder may modify a bid by submitting a supplemental bid in person prior to the
scheduled closing time for receipt of bids. Such supplemental bid should mention only
additions or subtractions to the original bid so as to not reveal the final prices or terms to the
locality until the sealed bid is open.
Bid Bond
a.
A bid bond in the amount of 5% of the bid issued by an acceptable surety shall be submitted
with each bid [for contracts greater than $100,000]. A certified check or bank draft payable to
the locality or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of
the Bid Bond.
b.
The bid bond or its comparable, will be returned to the bidder as soon as practical after the
opening of the bids.
Statement of Bidders Qualifications
Each bidder shall submit on the form furnished for that purpose a statement of the bidder's qualifications. The
Grant Recipient shall have the right to take such steps as it deems necessary to determine the ability of the
bidder to perform its obligations under the contract, and the bidder shall furnish the Grant Recipient all such
information and data for this purpose as it may request. The right is reserved to reject any bid where an
investigation of the available data does not satisfy the Grant Recipient that the bidder is qualified to carry out
properly the terms of the contract.
9.
Unit Price
The unit price for each of the several items in the bid shall include its pro rata share of overhead so that the
sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents
the total bid. Any bid not conforming to this requirement may be rejected as informal. Special attention is
drawn to this condition, as the unit prices will be used to determine the amount of any change orders resulting
from an increase or decrease in quantities.
39
10.
Corrections:
Erasures or other corrections in the bid must be noted over the signature of the bidder.
11.
Time for Receiving Bids
Bids received prior to the advertised hour of opening shall be kept securely sealed. The officer appointed to
open the bids shall decide when the specified time has arrived and no bid received thereafter will be
considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of
all other bids is completed, and it is shown to the satisfaction of the Grant Recipient that the late arrival of the
bid was solely due to delay in the mail for which the bidder was not responsible, such bid will be received
and considered.
12.
Opening of Bids
The City/County shall, at the time and place fixed for the opening of bids, open each bid and publicly read it
aloud, irrespective of any irregularities therein. Bidders and other interested individuals may be present.
13.
Withdrawal of Bids
Bidder may withdraw the bid before the time fixed for the opening of bids, by communicating its purpose in
writing to the Grant Recipient. Upon receipt of such notice, the unopened bid will be returned to the bidder.
The bid guaranty of any bidder withdrawing his bid will be returned promptly.
14.
15.
Award of Contract/Rejection of Bids
a.
The contract will be awarded to the responsive, responsible Bidder submitting the lowest/best
bid. The bidder selected will be notified at the earliest possible date. The locality reserves
the right to reject any or all bids and to waive any informality in bids received where such
rejection or waiver is in its interest.
b.
The Grant Recipient reserves the right to consider as unqualified to do the work any bidder
who does not habitually perform with his own forces the major portions of the work involved
in construction of the improvements embraced in this contract.
Execution of Agreement/Performance and Payment Bonds
a.
b.
c.
Performance Bonds - Requires all prime contractors which enter into a formal contract in excess
of $100,000 with the State, any department, board, agency, municipality, county, school
district or any division or subdivision thereof, to obtain a Performance Bond in the amount
of the contract before commencing with work
Payment Bonds- Requires all prime contractors which enter into a formal contract with the
State, any department, board, agency, municipality, county, school district or any division or
subdivision thereof, a payment bond(s) in the amount of the contract. The payment bond
must be in the amount of the contract and must be filed within 30 days from the date of the
Notice of Award:
o Municipalities: If the contract is in excess of $50,000, a payment bond is required.
o Counties: If the contract is in excess of $25,000, a payment bond is required.
The failure of the successful bidder to execute the agreement and supply the required bonds
within thirty (30) days from the date of the notice of award-or within such extended period
as the locality may grant, shall constitute a default and the locality may, at its option either
award the contract to the next lowest responsible bidder, or re-advertise for bids. In either
40
case, the locality may charge against the bidder the difference between the amount of the bid,
and the amount for which a contract is subsequently executed irrespective of whether this
difference exceeds the amount of the bid bond. If a more favorable bid is received through
re-advertisement, the defaulting bidder shall have no claim against the locality for a refund.
16.
Wages and Salaries
Attention is particularly called to the requirement of paying not less than the prevailing Davis Bacon Related
Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during
the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor
conditions.
17.
Equal Employment Opportunity
Attention is called to the requirements for ensuring that employees and applicants for employment are not
discriminated against because of race, color, religion, sex, sexual identity, gender identity, or national
origin, and other civil rights requirements.
41
BID PROPOSAL
Date:
______________
Proposal: Bid of ______________________ (hereinafter called “Bidder”), a corporation organized and
existing under the laws of the State of _Texas__, to the Cameron County (hereinafter called “Owner”).
Gentlemen:
The Bidder in compliance with the advertisement for bids for the construction of the TXCDBG 7215055Las Palmas Wastewater System Improvements and Yard-line Connections Project in Cameron
County, Texas having read and examined the Plans and Specifications with related Documents and visited
the site of the proposed work, and being familiar with all of the federal, state and local conditions
surrounding the construction of the proposed project, including the availability of materials and labor,
hereby proposes to furnish all labor, materials, equipment and supplies, and to construct the project in
accordance with the contract documents, within the time set forth herein, and at the Total Base Bid Amount
prior to OWNER options on additive/deductive alternates of: (in words and numeric figures)
$
These price(s) are to cover all expenses incurred in performing the Work required under the Contract
Documents, of which this bid is a part. These price(s) are firm and shall not be subject to adjustment,
provided this Bid is accepted by OWNER within ninety (90) calendar days after the time set for receipt of
bids.
BIDDER hereby agrees to commence Work under this Contract on or before a date to be specified
in a written "Notice to Proceed" to be issued by the OWNER, and to then fully complete the project within
the times established in Article 3 of the Construction Agreement. BIDDER further agrees to pay as
liquidated damages, not as a penalty, for failure to do so, the sum(s) established in Article 3 of the
Construction Agreement.
BIDDER agrees to perform all Work for which he contracts as described in the technical
Specifications and as shown on the Plans, for the prices indicated on the following Bid Form.
Bidder acknowledges receipt of the following addenda:
No.________, dated ____________, 2016
No.________, dated ____________, 2016
No.________, dated ____________, 2016
No.________, dated ____________, 2016
No.________, dated ____________, 2016
No.________, dated ____________, 2016
42
Bid Proposal Las Palmas Wastewater System Improvements and Yard‐Line Connections Project
Bid No. 160801
The Bidder, in compliance with the Invitation for Sealed Bids for the Las Palmas Wastewater System Improvements and Yard-Line
Connection Project, having examined the scope of work and written specifications, hereby proposes to furnish construction services for
the following Unit Prices and Lump Sum.
ITEM
NO.
DESCRIPTION
(Write Unit Price in Words)
EST.
QTY.
UNIT
2,465
LF
$
$
2,020
LF
$
$
70
LF
$
$
19
EA
$
$
1
EA
$
$
1
EA
$
$
50
EA
$
$
34
EA
$
$
TOTAL PRICE
UNIT PRICE
Furnish and Install 8" GSS PVC Pipe
(SDR-35) ( 0' - 8' ) Complete In-Place for
Dollars
1
Cents
and
Furnish and Install 12" GSS PVC Pipe
(SDR-35) ( 0 - 8' ) Complete In-Place for
Dollars
2
Cents
and
Furnish and Install 12" GSS PVC Pipe
(SDR-35) ( 8' - 12' ) Complete In-Place for
Dollars
3
and
Cents
Furnish and Install 48" Ø Fiberglass
Manhole (0-8') Complete In-Place for
Dollars
4
Cents
and
Furnish and Install 48" Ø Fiberglass Manhole
(8'-12') Complete In-Place for
Dollars
5
Cents
and
Furnish and Install Manhole Tie-In
Complete In-Place for
Dollars
6
Cents
and
Furnish and Install Single Sanitary Sewer
Service (Short) Complete In-Place for
Dollars
7
Cents
and
Furnish and Install Single Sanitary Sewer
Service (Long) Complete In-Place for
Dollars
8
and
Cents
43
Bid Proposal Las Palmas Wastewater System Improvements and Yard‐Line Connections Project
Bid No. 160801
ITEM
NO.
DESCRIPTION
(Write Unit Price in Words)
EST.
QTY.
UNIT
1
EA
$
$
2
EA
$
$
88
EA
$
$
1
EA
$
$
12
EA
$
$
4
EA
$
$
TOTAL PRICE
UNIT PRICE
Furnish and Install Double Sanitary Sewer
Service (Short) Complete In-Place for
Dollars
9
and
Cents
Furnish and Install Double Sanitary Sewer
Service (Long) Complete In-Place for
Dollars
10
Cents
and
Furnish and Install 4" PVC Schedule 40
Residential Yard-Line Including All Applicable
Cleanouts and Fittings and Connection of All
Sewer Discharge Lines From the Residence
in Accordance with the Latest Edition of the
International Plumbing Code Under the
Supervision of a State Licensed Plumber
Complete In-Place for
Dollars
11
and
Cents
Furnish and Install Storm Sewer Junction
Manhole with Tie-In Complete In-Place for
Dollars
12
and
Cents
Decommission Exist. Manhole and Plug
Existing Sewer Lines Complete In-Place for
Dollars
13
and
Cents
Decommission Exist. On-Site Sewage
Facilities (OSSF) Complete In-Place for
Dollars
14
and
Cents
44
Bid Proposal Las Palmas Wastewater System Improvements and Yard‐Line Connections Project
Bid No. 160801
ITEM
NO.
DESCRIPTION
(Write Unit Price in Words)
EST.
QTY.
UNIT
20
SY
$
$
1
LS
$
$
1
LS
$
$
4,555
LF
$
$
1
LS
$
$
TOTAL PRICE
UNIT PRICE
Furnish and Install Concrete Driveway Repair
Complete In-Place for
Dollars
15
Cents
and
Furnish Traffic Control as per Contractor
Submitted Traffic Control Plan Signed and
Sealed by a Registered Professional Engineer
in the State of Texas for
Dollars
16
Cents
and
Furnish Trench Safety as per Contractor
Submitted Trench Safety Plan Signed and
Sealed by a Registered Professional Engineer
in the State of Texas for
Dollars
17
Cents
and
Furnish and Install Dewatering for
Dollars
18
and
Cents
Mobilization (not to Exceed 5% of Base Bid)
for
Dollars
19
Cents
and
TOTAL BASE BID AMOUNT (ITEMS 1-19):
$
TOTAL BASE BID AMOUNT (ITEMS 1-19) WRITTEN IN WORDS
CONTRACTOR REPRESENTATIVE
Sign:
Date:
Name:
45
NOTICE OF AWARD
TO:
PROJECT DESCRIPTION: Las Palmas Wastewater System Improvements and Yard-line
Connections Project
The OWNER has considered the BID submitted by you for the above described WORK in response to its
Advertisement and Invitation to Bid dated
.
You are hereby notified that your BID has been accepted in the amount of
.
You are required by the Instructions to Bidders to execute the Agreement and furnish the required
CONTRACTOR'S Performance Bond, Payment Bond and certificates of insurance within ten (10) calendar
days from the date of this Notice to you.
If you fail to execute said Agreement and to furnish said Bonds within ten (10) days from the date of the
Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of
your BID as abandoned and as forfeiture of your BID SECURITY. The OWNER will be entitled to such
other rights as may be granted by law.
You are required to return an acknowledged copy of the NOTICE OF AWARD to the OWNER.
Dated the
day of
, 20___.
OWNER:
CAMERON COUNTY
BY:
TITLE:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF AWARD is hereby acknowledged by
day of
, 20___.
, this the
BY:
TITLE:
46
STANDARD FORM OF AGREEMENT
STATE OF TEXAS
§
COUNTY OF CAMERON
§
THIS AGREEMENT, MADE AND ENTERED INTO THIS THE _____ DAY OF ______, 20___ by and between the County
of Cameron hereafter called County, and _____________ of the City of _____________,
County, Texas,
hereinafter termed Contractor.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the County, and under the conditions expressed in the bond bearing every date herewith, the Contractor, hereby agrees with
the County, to commence and complete the construction of certain improvements described as follows:
Installation of a new gravity sanitary sewer collection system including fiberglass manholes, service connections, and
residential Yardline connections; as well as the decommissioning of existing on-site sewage facilities, existing manholes,
and abandoning the existing gravity sanitary sewer system in place and all extra work in connection therewith, under the
terms as stated in the General Conditions of the Agreement, Special Conditions of the Agreement, Technical Specifications and
Plans and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories, with the conditions and prices stated in the Proposal attached hereto, in
accordance with all General Conditions of the Agreement, Special Conditions of the Agreement, Technical Specifications and
Plans and in accordance with the Plans, which include all maps, plats, blueprints and other drawings and printed or written
explanatory matter thereof, and the specifications therefore, together with the Contractor’s written approval, and the General
Conditions of the Agreement, Special Conditions of the Agreement, Technical Specifications and Plans and the Construction
Bonds hereto attached, all of which are made a part hereof and collectively evidence and constitute the entire contract.
The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given
to him, and to substantially complete same within 210 calendar days, after the date of the written notice to commence work.
The County agrees to pay the Contractor in current funds the sum of $
for the performance of the Contract in accordance
with the proposal submitted therefore, subject to additions and deductions as provided in the General Conditions of the
Agreement, and to make payment on account thereof as provided therein.
Contractor further agrees not to do any work unless he has received a valid Purchase Order issued by Cameron County for
payment of the work to be accomplished.
This instrument contains the entire agreement between the parties relating to the rights herein granted and Obligations herein
assumed. Any oral representations or modifications concerning this instrument shall be of no force or effect, excepting a
subsequent modification in writing, signed by the party to be charged. This Agreement
May be amended, provided that no amendment, modification, or alteration of terms of this Agreement shall be binding unless
the same is in writing and duly executed by the parties hereto.
All notices to Cameron County shall be sent by certified or registered mail, addressed to: Pete Sepulveda, Jr., Cameron County
Judge, Cameron County Courthouse, 1100 E. Monroe St., Brownsville, Texas 78520, or at such other address as the County may
otherwise designate. All notices to the Contractor shall be sent certified or registered mail, addressed to:
Attn: ___________________________________________________________, or at such other address as said Contractor
may otherwise designate in writing.
Agreement shall be governed by the laws of the State of Texas and venue shall be in Cameron County.
IN WITNESS WHEREOF, the parties of these presents have executed this Agreement in quadruplicate in the year and day first
above written.
__________________________________
Pete Sepulveda, Jr.
Cameron County Judge
Attested By: ______________________
Sylvia Garza-Perez, County Clerk
______________________________________
Contractor
Attested By: ___________________________
47
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. This statement must
be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may
submit any additional information he desires.
Name of Bidder:
Date Organized:
Address:
Date Incorporated
Number of Years in contracting business under present name
CONTRACTS ON HAND:
Contract
Amount $
:
Completion Date
Type of work performed by your company:
Have you ever failed to complete any work awarded to you?
Have you ever defaulted on a contract?
List the projects most recently completed by your firm (include project of similar importance):
Project
Amount $
Mo/Yr Completed
Major equipment available for this contract:
Attach resume(s) for the principal member(s) of your organization, including the officers as well as the
proposed superintendent for the project.
Credit available: $
Bank reference:
The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information
requested by the
in verification of the recitals
comprising this Statement of Bidder's Qualifications.
Executed this
By:(signature)
day of
, 20
.
Title:
(print name)
THIS FORM MUST BE RETURNED WITH YOUR BID
48
CONTRACTOR CERTIFICATIONS
U.S. Department of Housing and Urban Development
CERTIFICATION OF BIDDER REGARDING CIVIL RIGHTS LAWS AND REGULATIONS
INSTRUCTIONS
CERTIFICATION OF BIDDER REGARDING Executive Order 11246 and Federal Laws Requiring Federal Contractor to
adopt and abide by equal employment opportunity and affirmative action in their hiring, firing, and promotion practices. This
includes practices related to race, color, gender, religion, national origin, disability, and veterans’ rights.
NAME AND ADDRESS OF BIDDER (include ZIP Code)
CERTIFICATION BY BIDDER
Bidder has participated in a previous contract or subcontract subject to Civil Rights Laws and Regulations.
 Yes
 No
The undersigned hereby certifies that:
 The Provision of Local Training, Employment, and Business Opportunities clause (Section 3 provision) is included in
the Contract. A written Section 3 plan (Local Opportunity Plan) was prepared and submitted as part of the bid
proceedings (if bid equals or exceeds $100,000).
 The Non Segregated Facilities clause (Section 109 provision) is included in the Contract. No segregated facilities
will be maintained as required by Title VI of the Civil Rights Act of 1964.
 The Equal Employment Opportunity clause is included in the Contract (if bid equals or exceeds $10,000).
 The Affirmative Action for Handicapped Workers clause is included in the contract.
Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended?
 Yes
 No
NAME AND TITLE OF SIGNER (Please type)
SIGNATURE
DATE
THIS FORM MUST BE RETURNED WITH YOUR BID
49
SECTION 504 CERTIFICATION
POLICY OF NONDISCRIMINATION ON THE BASIS
OF DISABILITY
The ____________________________ does not discriminate on the basis of disability status in
the admission or access to, or treatment or employment in, its federally assisted programs or activities.
(Name)
________________________________
(Address)
________________________________
________________________________
City
Telephone Number
State
Zip
(
) ______ - ___________ Voice
(
) ______ - ___________ TDD
has been designated to coordinate compliance with the nondiscrimination requirements contained in the
Department of Housing and Urban Development's (HUD) regulations implementing Section 504 (24 CFR
Part 8. dated June 2, 1988).
THIS FORM MUST BE RETURNED WITH YOUR BID
50
U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
CONTRACTOR’S CERTIFICATION CONCERNING LABOR STANDARDS
AND PREVAILING WAGE REQUIREMENTS
TO (appropriate recipient)
DATE
PROJECT NUMBER (if any)
C/O
1.
PROJECT NAME
The undersigned, having executed a contract with
for the construction of the above-identified project, acknowledges that:
(a)
(b)
2.
The Labor Standards provisions are included in the aforesaid contract,
Correction of any infractions of the aforesaid conditions, including infractions by any subcontractors and any lower tier
subcontractors, is Contractor’s responsibility.
Certifies that:
(a)
(b)
Neither Contractor nor any firm, partnership or association in which it has substantial interest is designated as an ineligible
contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor,
Part 5 (29 CFR, Part 5) or pursuant to Section 3(a) of the Davis-Bacon Act, as amended.
No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm,
corporation, partnership or association in which such subcontractor has a substantial interest is designated as an ineligible
contractor pursuant to any of the aforementioned regulatory or statutory provisions.
3.
Contractor agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, including
those executed by subcontractors and any lower tier subcontractors, a Subcontractor’s Certification Concerning Labor Standards and
Prevailing Wage Requirements executed by the subcontractors.
4.
Certifies that:
(a)
The legal name and the business address of the undersigned are:
(b)
(c)
The undersigned is (choose one):
(1) A SINGLE PROPRIETORSHIP
(3) A CORPORATION ORGANIZED IN THE STATE OF
(2) A PARTNERSHIP
(4) OTHER ORGANIZATION (Describe)
The name, title and address of the owner, partners or officers of the undersigned are:
NAME
(d)
ADDRESS
The names and addresses of all other persons having a substantial interest in the undersigned, and the nature of the interest are:
NAME
(e)
TITLE
ADDRESS
NATURE OF INTEREST
The names, addresses and trade classifications of all other building construction contractors in which the undersigned has a
substantial interest are:
NAME
ADDRESS
TRADE CLASSIFICATION
(Contractor)
Date
By
THIS FORM MUST BE RETURNED WITH YOUR BID
51
NONCOLLUSION AFFIDAVIT OF PRIME BIDDER
STATE OF TEXAS
§
COUNTY OF CAMERON §
, being first duly sworn, deposes and says that:
1.
He/She is
submitted the attached Bid;
of
, the Bidder that has
2.
He/She is fully informed respecting the preparation and contents of the attached Bid and
of all pertinent circumstances respecting such Bid;
3.
Such Bid is genuine and is not a collusive or sham Bid;
4.
Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly with another Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference
with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any
other Bidder, or to fix an overhead, profit or cost element of the Bid price or the Bid price
of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful
agreement any advantage against the
(Local Public Agency) or
any person interested in the proposed Contract; and
5.
The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
(Signed)
Title
Subscribed and sworn to me this
day of
.
By:
Notary Public
My commission expires
THIS FORM MUST BE RETURNED WITH YOUR BID
52
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we the undersigned,
as PRINCIPAL, and
, as SURETY are held and firmly bound
unto (City/County) hereinafter called the "Local Public Agency”, in the penal sum of
Dollars, ($
), lawful money of the United States, for the payment of which
sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the
Accompanying Bid, dated
, for
NOW, THEREFORE, the Principal shall not withdraw said Bid within the period specified therein after the opening
of the same, or, if no period be specified, within thirty (30) days after the said opening, and shall within the period
specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him
for signature, enter into a written contract with the Local Public Agency in accordance with the Bid as accepted, and
give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper
fulfillment of such contract; or in the event of the withdrawal of said Bid within the period specified, or the failure to
enter into such Contract and give such bond within the time specified, if the Principal shall pay the Local Public
Agency the difference between the amount specified in said Bid and the amount for which the local Public Agency
may procure the required work or supplies or both, if the latter be in excess of the former, then the above obligation
shall be void and of no effect, otherwise to remain in full force and virtue.
IN WITNESS THEREOF, the above parties have executed this instrument this
day of
,
the
name and corporate seal of each corporate party being hereto affixed and these present signed by its undersigned
representative, pursuant to authority of its governing body.
(SEAL)
(SEAL)
Attest:
By:
Affix
Corporate
Seal
Attest:
By:
Affix
Corporate
Seal
Attest:
By:
Countersigned
By
* Attorney-in-Fact, State of
53
CERTIFICATE AS TO CORPORATE PRINCIPAL
I,
, certify that I am the
,
Corporation named as Principal in the within bond; that
behalf of the Principal was then
, Secretary of the
, who signed the said bond on
of said corporation; that I know his/her signature,
and his/her signature thereto is genuine; and that said bond was duly signed, sealed, and attested to, for
and in behalf of said corporation by authority of this governing body.
Corporate
Seal
Title:
* Power-of-attorney for person signing for surety company must be attached to bond.
54
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS that:
(Name of Contractor or Company)
(Address)
a
, hereinafter called Principal,
(Corporation / Partnership)
and
(Name of Surety Company)
(Address)
hereinafter called Surety, are held and firmly bound unto
(Name of Recipient)
(Recipient's Address)
hereinafter called OWNER, in the penal sum of $
Dollars, $
in lawful money of the United States, for this payment of
which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally,
firmly by these presents.
THE CONFIDENTIALITY OF THIS OBLIGATION is such that whereas, the Principal entered into a
certain contract with the OWNER, dated the
day of
,
a copy of which is hereto attached and made a part hereof for the construction of:
(Project Name)
NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUB-CONTRACTORS,
and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such
contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants,
oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK
whether by SUB-CONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force
and effect.
PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the
SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the
WORK or to the SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the
right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in ______________ counter-parts, each on of (Number)
which shall be deemed an original, this the
day of
.
ATTEST:
(Principal)
By
(s)
(Principal Secretary)
55
(SEAL)
(Witness as to Principal)
(Address)
(Address)
ATTEST:
(Surety)
By
(Witness as to Surety
(Attorney in Fact)
(Address)
(Address)
NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute
BOND.
56
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS that:
(Name of Contractor or Company)
(Address)
hereinafter called Principal, and
a
(Name of Surety Company
(Address)
hereinafter called Surety, are held and firmly bound unto
(Name of Recipient)
(Recipient's Address)
hereinafter called OWNER, in the penal sum of $
Dollars ($
) in lawful money of the United States, for the payment of which sum well and truly to be made we
bind ourselves, successors, and assigns, jointly and severally, firmly in these presents.
THE CONDITION OF THIS OBBLIGATION is such that whereas, the Principal entered into a certain contract
with the OWNER dated the
day of
, a copy of which is hereto attached and made a part hereof
for the construction of:
NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties in all the undertakings,
covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions
thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty
period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save
harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall
reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default,
then this obligation shall be void, otherwise to remain in full force and effect.
PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the
SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK
or to the SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the
right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in
counterparts, each one of which shall be deemed an original, this the
day of
.
57
ATTEST:
(Principal)
By
(s)
(Principal Secretary)
(SEAL)
(Witness as to Principal)
(Address)
(Address)
ATTEST:
(Surety)
By
(Witness as to Surety)
(Attorney in Fact)
(Address)
(Address)
NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute
BOND.
58
ATTORNEY'S REVIEW CERTIFICATION
I, the undersigned,
, the duly authorized and acting legal
representative of the
, do hereby certify as follows:
I have examined the attached contract(s) and surety bonds and am of the opinion that each of the agreements
may be duly executed by the proper parties, acting through their duly authorized representatives; that said
representatives have full power and authority to execute said agreements on behalf of the respective parties;
and that the agreements shall constitute valid and legally binding obligations upon the parties executing the
same in accordance with terms, conditions and provisions thereof.
Attorney's signature:
Date:
Print Attorney's Name:
59
LIST OF SUBCONTRACTORS
County’s Project Name: Bid No. 160801 Las Palmas Wastewater System Improvements and YardLine Connections Project.
To: Cameron County
The undersigned submit the following names of subcontractors to be used in performing the Contract. Each
subcontractor is required to submit a standard AIA Qualification Statement clearly indicating prior
historical restoration project experience and references.
SUBCONTRACTORS
1.
Site Work and Paving
__________________________________________
2.
Concrete
__________________________________________
3.
Plumbing
__________________________________________
4.
Electrical
__________________________________________
5.
Landscaping
__________________________________________
All Qualification Statements will be reviewed by the Project Engineer, who will make appropriate
recommendations to the Owner.
THIS FORM MUST BE RETURNED WITH YOUR BID
60
Date:
To: All Vendors
Subject: Addendum #
REFERENCE:
(Insert Bid Number & Name)
This Addendum forms part of the contract and clarifies, corrects or modifies original bid/proposal/RFQ
document.
Question 1:
Answer 1:
The signature of the company agent, for the acknowledgement of this addendum, shall be required.
Complete and return via fax (956) 983-6366 or email [email protected]
I hereby acknowledge receipt of this addendum.
Company:
Agent Name:
Agent Signature:
Address:
City:
State:
Zip:
If you have any further questions about the bid/proposal/RFQ, call (956) 983-6366.
BY: Diane Solitaire
Purchasing
61
SECTION 2:
GENERAL CONDITIONS/BID PROPOSAL DOCUMENTS
GENERAL CONDITIONS - PART I
FOR CONSTRUCTION
1.
Contract and Contract Documents
(a) The project to be constructed pursuant to this contract will be financed with assistance from the Texas
Department of Agriculture - Office of Rural Affairs through a Community Development Block Grant
(TxCDBG) and is subject to all applicable Federal and State laws and regulations.
(b) The Plans, Specifications and Addenda shall form part of this contract and the provisions thereof shall be
binding upon the parties as if they were herein fully set forth.
2.
Definitions
Whenever used in any of the Contract Documents, the following meanings shall be given to the terms here in
defined:
(a) The term "Contract" means the Contract executed between the County of Cameron hereinafter called
the “City/County” and (Name of Construction Co.), hereinafter called “Contractor”, of which these
GENERAL CONDITIONS, form a part.
(b) The term "Project Area" means the area within the specified Contract limits of the Improvements
contemplated to be constructed in whole or in part under this contract.
(c) The term "Engineer" means Brownsville Public Utilities Board, Engineer in charge, serving the
City/County with architectural or engineering services, his successor, or any other person or persons,
employed by the City/County for the purpose of directing or having in charge the work embraced in this
Contract.
(d) The term "Contract Documents" means and shall include the following: Executed Contract, Addenda
(if any), Invitation for Bids, Instructions to Bidders, Signed Copy of Bid, General Conditions, Special
Conditions, Technical Specifications, and Drawings (as listed in the Schedule of Drawings).
3.
Supervision By Contractor
(a) Except where the Contractor is an individual and personally supervises the work, the Contractor shall
provide a competent superintendent, satisfactory to the Engineer, on the work at all times during
working hours with full authority to act as Contractor’s agent. The Contractor shall also provide
adequate staff for the proper coordination and expediting of his work.
(b) The Contractor shall be responsible for all work executed under the Contract. Contractor shall verify
all figures and elevations before proceeding with the work and will be held responsible for any error
resulting from his failure to do so.
4.
Subcontracts
(a) The Contractor shall not execute an agreement with any subcontractor or permit any subcontractor to
perform any work included in this contract until Contractor has verified the subcontractor is eligible to
participate in federally funded contracts.
62
(b) No proposed subcontractor shall be disapproved by the City/County except for cause.
(c) The Contractor shall be as fully responsible to the City/County for the acts and omissions of his
subcontractors, and of persons either directly or indirectly employed by them.
(d) Nothing contained in the Contract shall create any contractual relation between any subcontractor and
the City/County.
5.
Fitting and Coordination of Work
The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations
of all trades, subcontractors, or material suppliers engaged upon this Contract.
6.
Payments to Contractor
(a) Partial Payments
1) The Contractor shall prepare the requisition for partial payment as of the last day of the month and
submit it, with the required number of copies, to the Engineer for approval. The amount of the
payment due the Contractor shall be determined by adding to the total value of work completed to
date, the value of materials properly stored on the site and deducting (1) ten percent (10%) of the
total amount, to be retained until final payment, and (2) the amount of all previous payments. The
total value of work completed to date shall be based on the estimated quantities of work completed
and on the unit prices contained in the agreement. The value of materials properly stored on the site
shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all
invoices shall be available for inspection of the Engineer.
2) Monthly or partial payments made by the City/County to the Contractor are advanced for the
purpose of assisting the contractor to expedite the work of construction. The Contractor shall be
responsible for the care and protection of all materials and work upon which payments have been
made until final acceptance of such work and materials by the City/County. Such payments shall
not constitute a waiver of the right of the City/County to require the fulfillment of all terms of the
Contract and the delivery of all improvements embraced in this Contract complete and satisfactory
to the City/County in all details.
(b) Final Payment
1) After final inspection and the acceptance by the City/County of all work under the Contract, the
Contractor shall prepare the requisition for final payment which shall be based upon the careful
inspection of each item of work at the applicable unit prices stipulated in the Contract. The total
amount of the final payment due the Contractor under this Contract shall be the amount computed
as described above less all previous payments.
2) Before paying the final estimate, City/County shall require the Contractor to furnish releases or
receipts from all subcontractors having performed any work and all persons having supplied
materials, equipment (installed on the Project) and services to the Contractor. The City/County may
make payment in part or in full to the Contractor without requiring the furnishing of such releases
or receipts and any payments made shall in no way impair the obligations of any surety or sureties
furnished under this Contract.
63
3) Any amount due the City/County under Liquidated Damages, shall be deducted from the final
payment due the contractor.
(c) Payments Subject to Submission of Certificates
Each payment to the Contractor by the City/County shall be made subject to submission by the
Contractor of all written certifications required of it and its subcontractors.
(d) Withholding Payments
The City/County may withhold any payment due the Contractor as deemed necessary to protect the
City/County, and if so elects, may also withhold any amounts due from the Contractor to any
subcontractors or material dealers, for work performed or material furnished by them. The foregoing
provisions shall be construed solely for the benefit of the City/County and will not require the
City/County to determine or adjust any claims or disputes between the Contractor and its subcontractors
or material dealers, or to withhold any moneys for their protection unless the City/County elects to do
so. The failure or refusal of the City/County to withhold any moneys from the Contractor shall in no
way impair the obligations of any surety or sureties under any bond or bonds furnished under this
Contract.
7.
Changes in the Work
(a) The City/County may make changes in the scope of work required to be performed by the Contractor
under the Contract without relieving or releasing the Contractor from any obligations under the Contract
or any guarantee given pursuant to the Contract provisions, and without affecting the validity of the
guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All such work
shall be executed under the terms of the original Contract unless it is expressly provided otherwise.
Additionally, all such change orders must be approved by TxCDBG prior to execution of same.
(b) Except for the purpose of affording protection against any emergency endangering health, life, limb or
property, the Contractor shall make no change in the materials used or in the specified manner of
constructing and/or installing the improvements or supply additional labor, services or materials beyond
that actually required for the execution of the Contract, unless in pursuance of a written order from the
City/County authorizing the Contractor to proceed with the change. No claim for an adjustment of the
Contract Price will be valid unless so ordered.
(c) If applicable unit prices are contained in the Contract, the City/County may order the Contractor to
proceed with desired unit prices specified in the Contract; provided that in case of a unit price contract
the net value of all changes does not increase the original total amount of the agreement by more than
twenty-five percent (25%) or decrease the original the total amount by eighteen percent (18%).
(d) Each change order shall include in its final form:
1)
2)
3)
4)
A detailed description of the change in the work.
The Contractor's proposal (if any) or a confirmed copy thereof.
A definite statement as to the resulting change in the contract price and/or time.
The statement that all work involved in the change shall be performed in accordance with contract
requirements except as modified by the change order.
64
5) The procedures as outlined in this Section for a unit price contract also apply in any lump sum
contract.
8.
Claims for Extra Cost
(a) If the Contractor claims that any instructions by Drawings or otherwise involve extra cost or extension
of time, he shall, within ten days after the receipt of such instructions, and in any event before
proceeding to execute the work, submit his protest thereto in writing to the City/County, stating clearly
and in detail the basis of his objections. No such claim will be considered unless so made.
(b) Claims for additional compensation for extra work, due to alleged errors in ground elevations, contour
lines, or bench marks, will not be recognized unless accompanied by certified survey data, made prior
to the time the original ground was disturbed, clearly showing that errors exist which resulted, or would
result, in handling more material, or performing more work, than would be reasonably estimated from
the Drawings and maps issued.
(c) Any discrepancies which may be discovered between actual conditions and those represented by the
Drawings and maps shall be reported at once to the City/County and work shall not proceed except at
the Contractor's risk, until written instructions have been received from the City/County.
(d) If, on the basis of the available evidence, the City/County determines that an adjustment of the Contract
Price and/or time is justifiable, a change order shall be executed.
9.
Termination, Delays, and Liquidated Damages
(a) Right of the City/County to Terminate Contract.
In the event that any of the provisions of this contract are violated by the Contractor, or by any
subcontractors, the City/County may serve written notice upon the Contractor and the Surety of its
intention to terminate the contract. The notices shall contain the reasons for such intention to terminate
the contract, and unless such violation or delay shall cease and satisfactory arrangement of correction
be made within ten days, the contract shall, upon the expiration of said ten (10) days, cease and
terminate. In the event of any such termination, the City/County shall immediately serve notice thereof
upon the Surety and the Contractor. The Surety shall have the right to take over and perform the
contract. Provided, however, that if the Surety does not commence performance thereof within ten (10)
days from the date of the mailing to such Surety of notice of termination, the City/County may take over
the work and complete the project by bid/contract or by force account at the expense of the Contractor
and his Surety shall be liable to the City/County for any excess cost incurred. In such event the
City/County may take possession of and utilize in completing the work, such materials, appliances, and
plant as may be on the site of the work and necessary therefore.
(b) Liquidated Damages for Delays.
If the work is not completed within the time stipulated in the applicable bid for Lump Sum or Unit Price
Contract provided, the Contractor shall pay to the City/County as fixed, agreed, and liquidated damages
(it being impossible to determine the actual damages occasioned by the delay) the amount of $1,000.00
for each calendar day of delay, until the work is completed. The Contractor and Contractor’s sureties
shall be liable to the City/County for the amount thereof.
65
(c) Excusable Delays.
1) The right of the Contractor to proceed shall not be terminated nor shall the Contractor be charged
with liquidated damages for any delays in the completion of the work due to:
2) Any acts of the Government, including controls or restrictions upon or requisitioning of materials,
equipment, tools, or labor by reason of war, national defense, or any other national emergency;
3) Any acts of the City/County;
4) Causes not reasonably foreseeable by the parties to this Contract at the time of execution which are
beyond the control and without the fault or negligence of the Contractor, including, but not restricted
to, acts of God, terrorism, war, acts of another Contractor in the performance of some other contract
with the City/County, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes,
and weather of unusual severity such as hurricanes, tornadoes, cyclones and other extreme weather
conditions.
5) Provided, however, that the Contractor promptly notifies the City/County within ten (10) days in
writing of the cause of the delay. Upon receipt of such notification, the City/County shall ascertain
the facts and the cause and extent of delay. If, upon the basis of the facts and the terms of this
contract, the delay is properly excusable, the City/County shall extend the time for completing the
work for a period of time commensurate with the period of excusable delay.
10.
Assignment or Novation
The Contractor shall not assign nor transfer, whether by assignment or novation, any of its rights, duties,
benefits, obligations, liabilities, or responsibilities under this Contract without the written consent of the
City/County. No assignment or novation of this Contract shall be valid unless the assignment or novation
expressly provides that the assignment of any of the Contractor's rights or benefits under the Contract is
subject to a prior lien for labor performed, services rendered, and materials, tools, and equipment supplied for
the performance of the work under this Contract in favor of all persons, Contractors, or corporations rendering
such labor or services or supplying such materials, tools, or equipment.
11.
Technical Specifications and Drawings
Anything mentioned in the Technical Specifications and not shown on the Drawings or vice versa, shall be
of like effect as if shown on or mentioned in both. In case of difference between Drawings and Technical
Specifications, the Technical Specifications shall govern. In case of any discrepancy in Drawings, or
Technical Specifications, the matter shall be immediately submitted to the City/County for review. Contractor
shall be liable for any issues or expenses in the event the discrepancy is not submitted to the City/County.
12.
Shop Drawings
(a) All required shop drawings, machinery details, layout drawings, etc. shall be submitted to the Engineer
in six (6) copies for approval sufficiently in advance of requirements to afford ample time for checking,
including time for correcting, resubmitting and rechecking if necessary. The Contractor may proceed,
only at Contractor’s own risk, with manufacture or installation of any equipment or work covered by
said shop drawings, etc. until they are approved and no claim, by the Contractor, for extension of the
contract time shall be granted by reason of his failure in this respect.
66
(b) Any drawings submitted without the Contractor's stamp of approval will not be considered and will be
returned to him for proper resubmission. If any drawings show variations from the requirements of the
Contract because of standard shop practice or other reason, the Contractor shall make specific mention
of such variation in his letter of transmittal in order that, if acceptable, suitable action may be taken for
proper adjustment of contract price and/or time, otherwise the Contractor will not be relieved of the
responsibility for executing the work in accordance with the Contract even though the drawings have
been approved.
(c) If a shop drawing is in accordance with the contract or involves only minor adjustment in the interest
of the City/County not involving a change in contract price or time, the engineer may approve the
drawing. The approval shall not relieve the Contractor from responsibility to adhere to the contract or
for any error in the drawing.
13.
Requests for Supplementary Information
It shall be the responsibility of the Contractor to make timely requests of the City/County for any additional
information which should be furnished by the City/County under the terms of this Contract, and which is
required in the planning and execution of the work. Such requests may be submitted from time to time as the
need approaches, but each shall be filed in ample time to permit appropriate action to be taken by all parties
involved so as to avoid delay. Each request shall be in writing, and list the various items and the latest date
by which each will be required by the Contractor. The first list shall be submitted within two weeks after
Contract award and shall be as complete as possible at that time. The Contractor shall, if requested, furnish
promptly any assistance and information the Engineer may require in responding to these requests of the
Contractor. The Contractor shall be fully responsible for any delay in his work or to others arising from his
failure to comply fully with the provision of this section.
14.
Materials and Workmanship
(a) Unless otherwise specifically provided for in the technical specifications, all workmanship, equipment,
materials and articles incorporated in the work shall be new and the best grade of the respective kinds
for the purpose. Where equipment, materials, articles or workmanship are referred to in the technical
specifications as "equal to" any particular standard, the Engineer shall decide the question of equality.
(b) The Contractor shall furnish to the City/County for approval the manufacturer's detailed specifications
for all machinery, mechanical and other special equipment, which he contemplates installing together
with full information as to type, performance characteristics, and all other pertinent information as
required, and shall likewise submit for approval full information concerning all other materials or
articles which he proposes to incorporate.
(c) Machinery, mechanical and other equipment, materials or articles installed or used without such prior
approval shall be at the risk of subsequent rejection.
(d) Materials specified by reference to the number or symbol of a specific standard, shall comply with
requirements in the latest revision thereof and any amendment or supplement thereto in effect on the
date of the Invitation for Bids, except as limited to type, class or grade, or modified in the technical
specifications shall have full force and effect as though printed therein.
(e) The City/County may require the Contractor to dismiss from the work such employee or employees as
the City/County or the Engineer may deem unqualified.
67
15.
Samples, Certificates and Tests
(a) The Contractor shall submit all material or equipment samples, certificates, affidavits, etc., as called for
in the contract documents or required by the Engineer, promptly after award of the contract and
acceptance of the Contractor's bond. No such material or equipment shall be manufactured or delivered
to the site, except at the Contractor's own risk, until the required samples or certificates have been
approved in writing by the Engineer. Any delay in the work caused by late or improper submission of
samples or certificates for approval shall not be considered just cause for an extension of the contract
time.
(b) Each sample submitted by the Contractor shall carry a label giving the name of the Contractor, the
project for which it is intended, and the name of the producer. The accompanying certificate or letter
from the Contractor shall state that the sample complies with contract requirements, shall give the name
and brand of the product, its place of origin, the name and address of the producer and all specifications
or other detailed information which will assist the Engineer in making a prompt decision regarding the
acceptability of the sample. It shall also include the statement that all materials or equipment furnished
for use in the project will comply with the samples and/or certified statements.
(c) Approval of any materials shall be general only and shall not constitute a waiver of the City/County's
right to demand full compliance with Contract requirements. After actual deliveries, the Engineer will
have such check tests made as he deems necessary in each instance and may reject materials and
equipment and accessories for cause, even though such materials and articles have been given general
approval. If materials, equipment or accessories which fail to meet check tests have been incorporated
in the work, the Engineer will have the right to cause their removal and replacement by proper materials
or to demand and secure such reparation by the Contractor as is equitable.
(d) Except as otherwise specifically stated in the Contract, the costs of sampling and testing will be divided
as follows:
1) The Contractor shall furnish without extra cost, including packing and delivery charges, all samples
required for testing purposes, except those samples taken on the project by the Engineer;
2) The Contractor shall assume all costs of re-testing materials which fail to meet contract
requirements;
3) The Contractor shall assume all costs of testing materials offered in substitution for those found
deficient;
4) The City/County will pay all other expenses.
16.
Permits and Codes
(a) The Contractor shall give all notices required by and comply with all applicable federal and state laws,
ordinances, and codes of the Local Government. All construction work and/or utility installations shall
comply with all applicable ordinances, and codes including all written waivers. Before installing any
work, the Contractor shall examine the drawings and technical specifications for compliance with
applicable ordinances and codes and shall immediately report any discrepancy to the City/County.
Where the requirements of the drawings and technical specifications fail to comply with such applicable
ordinances or codes, the City/County will adjust the Contract by Change Order to conform to such
ordinances or codes (unless waivers in writing covering the difference have been granted by the
68
governing body or department) and make appropriate adjustment in the Contract Price or stipulated unit
prices.
(b) Should the Contractor fail to observe the foregoing provisions and proceed with the construction and/or
install any utility at variance with any applicable ordinance or code, including any written waivers
(notwithstanding the fact that such installation is in compliance with the drawings and technical
specifications), the Contractor shall remove such work without cost to the City/County.
(c) The Contractor shall at his own expense, secure and pay for all permits for street pavement, sidewalks,
shed, removal of abandoned water taps, sealing of house connection drains, pavement cuts, buildings,
electrical, plumbing, water, gas and sewer permits required by the local regulatory body or any of its
agencies.
(d) The Contractor shall comply with applicable local laws and ordinances governing the disposal of surplus
excavation, materials, debris and rubbish on or off the Project Area and commit no trespass on any
public or private property in any operation due to or connected with the Improvements contained in this
Contract.
(e) The Contractor will be required to make arrangements for and pay the water, electrical power, or any
other utilities required during construction.
(f) During construction of this project, the Contractor shall use every means possible to control the amount
of dust created by construction. Prior to the close of a day's work, the Contractor, if directed by the
City/County, shall moisten the surrounding area to prevent a dusty condition.
17.
Care of Work
(a) The Contractor shall be responsible for all damages to person or property that occur as a result of its
fault or negligence in connection with the prosecution of the work and shall be responsible for the proper
care and protection of all materials delivered and work performed until completion and final acceptance.
(b) In an emergency affecting the safety of life, limb or property, including adjoining property, the
Contractor, without special instructions or authorization from the City/County is authorized to act to
prevent such threatened loss or injury. Contractor shall follow all instructions of City/County.
(c) The Contractor shall avoid damage as a result of his operations to existing sidewalks, streets, curbs,
pavements, utilities (except those which are to be replaced or removed), adjoining property, etc., and
shall be responsible for completely repairing any damage thereto caused by the operations.
(d) The Contractor shall shore up, brace, underpin, secure, and protect as maybe necessary, all foundations
and other parts of existing structures adjacent to, adjoining, and in the vicinity of the site, which may
be in any way affected by the excavations or other operations connected with the construction of the
improvements included in this Contract. The Contractor shall be responsible for the giving of any and
all required notices to any adjoining or adjacent property owner or other party before the commencement
of any work. The Contractor shall indemnify and save harmless the City/County from any damages on
account of settlements or the loss of lateral support of adjoining property and from all loss or expense
and all damages for which the City/County may become liable in consequence of such injury or damage
to adjoining and adjacent structures and their premises.
69
18.
Accident Prevention
(a) No laborer or mechanic employed in the performance of this Contract shall be required to work in
surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health
or safety as determined under construction safety and health standards promulgated by the Department
of Labor.
(b) The Contractor shall exercise proper precaution at all times for the protection of persons and property
and shall be responsible for all damages to persons or property, either on or off the site, which occur as
a result of his prosecution of the work.
(c) The Contractor shall maintain an accurate record of all cases of death, occupational disease, or injury
requiring medical attention or causing loss of time from work, arising out of and in the course of
employment on work under the Contract. The Contractor shall promptly furnish the City/County with
reports concerning these matters.
(d) The Contractor shall indemnify and hold harmless the City/County from any claims for damages
resulting from property damage, personal injury and/or death suffered or alleged to have been suffered
by any person as a result of any work conducted under this contract.
(e) The Contractor shall provide trench safety for all excavations more than five feet deep prior to
excavation. All OSHA Standards for trench safety must be adhered to by the Contractor.
(f) The contractor shall at all times conduct work in such a manner as to ensure the least possible
inconvenience to vehicular and pedestrian traffic. At the close of the work each day, all streets where
possible in the opinion of the City/County, shall be opened to the public in order that persons living in
the area may have access to their homes or businesses by the use of the streets. Barricades, warning
signs, and necessary lighting shall be provided to the satisfaction of the City/County at the expense of
the Contractor.
19.
Sanitary Facilities
The Contractor shall furnish, install and maintain ample sanitary facilities for laborers. As the needs arise, a
sufficient number of enclosed temporary toilets shall be conveniently placed as required. Drinking water
shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served
from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities
and services shall be furnished in strict accordance with existing and governing health regulations.
20.
Use of Premises
(a) The Contractor shall confine equipment, storage of materials, and construction operations to the contract
limits as shown on the drawings and as prescribed by ordinances or permits, or as may be desired by
the City/County, and shall not unreasonably encumber the site or public rights of way with materials
and construction equipment.
(b) The Contractor shall comply with all reasonable instructions of the City/County and all existing federal,
state and local regulations regarding signs, advertising, traffic, fires, explosives, danger signals, and
barricades.
70
21.
Removal of Debris, Cleaning, Etc.
The Contractor shall, periodically or as directed during the progress of the work, remove and legally dispose
of all surplus excavated material and debris, and keep the Project Area and public rights of way reasonably
clear. Upon completion of the work, he shall remove all temporary construction facilities, debris and unused
materials provided for work, and put the whole site of the work and public rights of way in a neat and clean
condition.
22.
Inspection
(a) All materials and workmanship shall be subject to inspection, examination, or test by the City/County
and Engineer at any and all times during manufacture or construction and at any and all places where
such manufacture or construction occurs. The City/County shall have the right to reject defective
material and workmanship or require its correction. Unacceptable workmanship shall be satisfactorily
corrected. Rejected material shall be promptly segregated and removed from the Project Area and
replaced with material of specified quality without charge. If the Contractor fails to proceed at once
with the correction of rejected workmanship or defective material, the City/County may by contract or
otherwise have the defects remedied or rejected materials removed from the Project Area and charge
the cost of the same against any Monies which may be due the Contractor, without prejudice to any
other rights or remedies of the City/County.
(b) The Contractor shall furnish promptly all materials reasonably necessary for any tests which may be
required. All tests by the City/County will be performed in such manner as not to delay the work
unnecessarily and will be made in accordance with the provisions of the technical specifications.
(c) The Contractor shall notify the City/County sufficiently in advance of back filling or concealing any
facilities to permit proper inspection. If any facilities are concealed without approval or consent of the
City/County, the Contractor shall uncover for inspection and recover such facilities at Contractor’s
expense, when so requested by the City/County.
(d) Should it be considered necessary or advisable by the City/County at any time before final acceptance
of the entire work to make an examination of work already completed, the Contractor shall on request
promptly furnish all necessary facilities, labor, and material. If such work is found to be defective in
any important or essential respect, due to fault of the Contractor or subcontractors, the Contractor shall
defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work
is found to meet the requirements of the Contract, the actual cost of labor and material necessarily
involved in the examination and replacement, shall be reimbursable and if completion of the work of
the entire Contract has been delayed, a suitable extension of time will be approved.
(e) Inspection of materials and appurtenances to be incorporated in the improvements included in this
Contract may be made at the place of production, manufacture or shipment, whenever the quantity
justifies it, and such inspection and acceptance, unless otherwise stated in the technical specifications,
shall be final, except as regards to: (1) latent defects, (2) departures from specific requirements of the
Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject
to the requirements contained in the preceding sentence, the inspection of materials as a whole or in part
will be made at the Project Site.
(f) Neither inspection, testing, approval nor acceptance of the work in whole or in part, by the City/County
or its agents shall relieve the Contractor or its sureties of full responsibility for materials furnished or
work performed not in strict accordance with the Contract.
71
23.
Review by City/County
The City/County and its authorized representatives and agents shall have access to and be permitted to observe
and review all work, materials, equipment, payrolls, personnel records, employment conditions, material
invoices, and other relevant data and records pertaining to this Contract, provided, however that all
instructions and approval with respect to the work will be given to the Contractor only by the City/County
through its authorized representatives or agents.
24.
Final Inspection
When the Improvements included in this Contract are substantially completed, the Contractor shall notify the
City/County in writing that the work will be ready for final inspection on a definite date which shall be stated
in the notice. The City/County will make the arrangements necessary to have final inspection commenced on
the date stated in the notice, or as soon thereafter as is practicable.
25.
Deduction for Uncorrected Work
If the City/County deems it not expedient to require the Contractor to correct work not done in accordance
with the Contract Documents, an equitable deduction from the Contract Price will be made by agreement
between the Contractor and the City/County and subject to settlement, in case of dispute, as herein provided.
26.
Insurance
The Contractor shall not commence work under this contract until all required insurance under this paragraph
has been secured and approved by the City/County.
(a) Worker’s Compensation Insurance: The Contractor shall procure and shall maintain during the life of
this contract Worker's Compensation Insurance as required by the State of Texas for all of his employees
to be engaged in work at the site of the project under this contract and, in case of any such work sublet,
the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance
for all of the employees to be engaged in such work unless such employees are covered by the protection
afforded by the Contractor's Worker's Compensation Insurance.
(b) Contractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance. The
Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability
Insurance, Contractor's Property Damage Insurance and Vehicle Liability Insurance in the following
amounts: ($1,000,000; $100,000; and $500,000).
(c) Proof of Insurance: The Contractor shall furnish the City/County with certificates showing the type,
amount, class of operations covered, effective dates and date of expiration of policies. Such certificates
shall also contain substantially the following statement: "The insurance covered by this certificate will
not be canceled or materially altered, except after ten (10) days written notice has been received by the
City/County."
27.
Warranty of Title
No material, supplies, or equipment to be installed or furnished under this Contract shall be purchased subject
to any chattel mortgage or under a conditional sale, lease-purchase or other agreement by which an interest is
retained by the seller or supplier. The Contractor shall warrant good title to all materials, supplies, and
72
equipment installed or incorporated in the work and upon completion of all work, shall deliver the same,
together with all improvements and appurtenances constructed or placed by Contractor, to the City/County
free from any claims, liens, or charges. Neither the Contractor nor any person, firm, or corporation furnishing
any material or labor for any work covered by this Contract shall have any right to a lien upon any
improvement or appurtenance. Nothing contained in this paragraph, however, shall defeat or impair the right
of persons furnishing materials or labor to recover under any law permitting such persons to look to funds
due the Contractor. The provisions of this paragraph shall be inserted in all subcontracts and material
contracts and notice of its provisions shall be given to all persons furnishing materials for the work when no
formal contract is entered into for such materials.
28.
Warranty of Workmanship and Materials
Neither the final certificate of payment nor any provision in the Contract nor partial or entire use of the
improvements included in this Contract by the City/County or the public shall constitute an acceptance of
work not done in accordance with the Contract or relieve the Contractor of liability in respect to any express
warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any
defects in the work and pay for any damage to other work resulting therefrom which shall appear within a
period of 12 months from the date of final acceptance of the work.
29.
Job Offices
(a) The Contractor and its subcontractors may maintain such office and storage facilities on the site as are
necessary for the proper conduct of the work. These shall be located so as to cause no interference to
any work to be performed on the site. The City/County shall be consulted with regard to locations.
(b) Upon completion of the improvements, or as directed by the City/County, the Contractor shall remove
all such temporary structures and facilities from the site, and leave the site of the work in the condition
required by the Contract.
30.
Partial Use of Site Improvements
The City/County may give notice to the Contractor and place in use those sections of the improvements which
have been completed, inspected and can be accepted as complying with the technical specifications and if in
its opinion, each such section is reasonably safe, fit, and convenient for the use and accommodation for which
it was intended, provided:
(a) The use of such sections of the Improvements shall in no way impede the completion of the remainder
of the work by the Contractor.
(b) The Contractor shall not be responsible for any damages or maintenance costs due directly to the use of
such sections.
31.
Local Program Liaison
For purposes of this Agreement, the Raul Garcia, CD Coordinator, or equivalent authorized person will serve
as the Local Program Liaison and primary point of contact for the Contractor. All required progress reports
and communication regarding the project shall be directed to this liaison and other local personnel as
appropriate.
73
32.
Access to Information
(a) The Comptroller General of the United States, the City / County, TDA, and the Texas State Auditor’s
Office, or any successor agency or representative, shall have access to any books, documents, papers and
records relating to the Contractor’s agreement with the City/County or the administration, construction,
engineering or implementation of the TxCDBG award between TDA and City / County.
(b) Contractor shall include the substance of this clause in all subcontracts it awards.
33.
Records Retention
(a) The Contractor shall retain all required records for three years after the City/County makes its final
payment and all pending matters are closed.
(b) Contractor shall include the substance of this clause in all subcontracts it awards.
34.
Resolution of Program Non-Compliance and Disallowed Costs
In the event of any dispute, claim, question, or disagreement arising from or relating to this Contract, or the
breach thereof, including determination of responsibility for any costs disallowed as a result of noncompliance with federal, state or TxCDBG program requirements, the parties hereto shall use their best
efforts to settle the dispute, claim, question or disagreement. To this effect, the parties shall consult and
negotiate with each other in good faith within 30 days of receipt of a written notice of the dispute or
invitation to negotiate, and attempt to reach a just and equitable solution satisfactory to both parties. If the
matter is not resolved by negotiation within 30 days of receipt of written notice or invitation to negotiate,
the parties agree first to try in good faith to settle the matter by mediation administered by the American
Arbitration Association under its Commercial Mediation Procedures before resorting to arbitration,
litigation, or some other dispute resolution procedure. The parties may enter into a written amendment to
this Contract and choose a mediator that is not affiliated with the American Arbitration Association. The
parties shall bear the costs of such mediation equally. [This section may also provide for the qualifications
of the mediator(s), the locale of meetings, time limits, or any other item of concern to the parties.] If the
matter is not resolved through such mediation within 60 days of the initiation of that procedure, either party
may proceed to file suit.
35.
Compliance with Davis-Bacon Act
All laborers and mechanics employed upon the work covered by this Contract shall be paid unconditionally
and not less often than once each week, and without subsequent deduction or rebate on any account (except
such payroll deductions as are made mandatory by law and such other payroll deductions as are permitted
by the applicable regulations issued by the Secretary of Labor, United States Department of Labor, pursuant
to the Anti-Kickback Act hereinafter identified), the full amount due at time of payment computed at wage
rates not less than those contained in the wage determination decision of said Secretary of Labor (a copy
of which is attached as Appendix B and herein incorporated by reference), regardless of any contractual
relationship which may be alleged to exist between the Contractor or any subcontractor and such laborers
and mechanics. All laborers and mechanics employed upon such work shall be paid in cash, except that
payment may be by check if the employer provides or secures satisfactory facilities approved by the
City/County for the cashing of the same without cost or expense to the employee. For the purpose of this
clause, contributions made or costs reasonably anticipated under Section 1 (b) (2) of the Davis-Bacon Act
on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the
provisions of Section 5.5 (a) (1) (iv) of Title 29, Code of Federal Regulations. Also for the purpose of this
clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or
programs, but covering the particular weekly period, are deemed to be constructively made or incurred
during such weekly period.
74
The Contractor and its subcontractors shall not, by any means, induce any person employed in the
construction, completion, or repair of public work, give up any part of the compensation to which he or she
is otherwise entitled. The City/County must report all suspected or reported violations to TDA.
36. Conflicts of interest.
(a) Governing Body. No member of the governing body of the City/County and no other officer, employee,
or agent of the City/County, who exercises any functions or responsibilities in connection with
administration, construction, engineering, or implementation of TxCDBG award between TDA and the
City / County, shall have any personal financial interest, direct or indirect, in the Contractor or this
Contract; and the Firm shall take appropriate steps to assure compliance.
(b) Other Local Public Officials. No other public official, who exercises any functions or responsibilities
in connection with the planning and carrying out of administration, construction, engineering or
implementation of the TxCDBG award between TDA and the City/County, shall have any personal
financial interest, direct or indirect, in the Contractor or this Contract; and the Contractor shall take
appropriate steps to assure compliance.
(c) The Contractor and Employees. The Contractor warrants and represents that it has no conflict of interest
associated with the TxCDBG award between TDA and the City/County or this Contract. The Contractor
further warrants and represents that it shall not acquire an interest, direct or indirect, in any geographic
area that may benefit from the TxCDBG award between TDA and the City/County or in any business,
entity, organization or person that may benefit from the award. The Contractor further agrees that it
will not employ an individual with a conflict of interest as described herein.
37. Debarment and Suspension (Executive Orders 12549 and 12689)
The Contractor certifies, by entering into this Contract, that neither it nor its principals are presently
debarred, suspended, or otherwise excluded from or ineligible for participation in federally-assisted
programs under Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989
Comp., p. 235). The term “principal” for purposes of this Contract is defined as an officer, director, owner,
partner, key employee, or other person with primary management or supervisory responsibilities, or a
person who has a critical influence on or substantive control over the operations of the Contractor. The
Contractor understands that it must not make any award or permit any award (or contract) at any tier to any
party which is debarred or suspended or is otherwise excluded from or ineligible for participation in Federal
assistance programs under Executive Order 12549, “Debarment and Suspension.”
38. Procurement of Recovered Materials
The Contractor shall comply with section 6002 of the Solid Waste Act, as amended by the Resource
Conservation and Recovery Act, procuring only items designated in guidelines of the Environmental
Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials
practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the
item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000 as
long as such procurement is economically feasible.
39. [For Contracts that exceed $100,000] Anti-Lobbying
Contractor shall file the required certification: The undersigned certifies, to the best of his or her
knowledge and belief, that:
(a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of an agency, a Member
75
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
(b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
(c) The undersigned shall require that the language of this certification be included in the award documents
for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and
cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
40. [For Contracts > $100K] Overtime Requirements
No Contractor or subcontractor contracting for any part of the Contract work which may require or involve
the employment of laborers or mechanics, including watchmen and guards, shall require or permit any
laborer or mechanic in any workweek in which he is employed on such work to work in excess of 40 hours
in such work week unless such laborer or mechanic receives compensation at a rate not less than one and
one-half times his basic rate of pay for all hours worked in excess of 40 hours in such work week, as the
case may be.
41. [For Contracts > $150K] Clean Air Act and the Federal Water Pollution Control Act
The Contractor or subcontractor shall comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act (42 U.S.C. 7401–7671q) and the Federal Water Pollution Control Act as
amended (33 U.S.C. 1251–1387). Violations must be reported to the Federal awarding agency and the
Regional Office of the Environmental Protection Agency (EPA).
42. Equal Opportunity Clause [applicable to contracts and subcontracts over $10,000].
During the performance of this contract, the Contractor agrees as follows:
(a.) The Contractor will not discriminate against any employee or applicant for employment because of
race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will
take affirmative action to ensure that applicants are employed, and that employees are treated during
employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or
national origin. Such action shall include, but not be limited to the following: Employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including apprenticeship. The Contractor
agrees to post in conspicuous places, available to employees and applicants for employment, notices
to be provided setting forth the provisions of this nondiscrimination clause.
(b.) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
Contractor, state that all qualified applicants will receive considerations for employment without regard
to race, color, religion, sex, sexual orientation, gender identity, or national origin.
(c.) The Contractor will not discourage or in any other manner discriminate against any employee or
applicant for employment because such employee or applicant has inquired about, discussed, or
disclosed the compensation of the employee or applicant or another employee or applicant. This
provision shall not apply to instances in which an employee who has access to the compensation
information of other employees or applicants as a part of such employee’s essential job functions
discloses the compensation of such other employees or applicants to individuals who do not otherwise
have access to such information, unless such disclosure is in response to a formal complaint or charge,
76
in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted
by the employer, or is consistent with the contractor’s legal duty to furnish information.
(d.) The Contractor will send to each labor union or representative of workers with which he has a collective
bargaining agreement or other contract or understanding, a notice to be provided advising the said labor
union or workers' representatives of the Contractor's commitments under this section, and shall post
copies of the notice in conspicuous places available to employees and applicants for employment.
(e.) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and
of the rules, regulations, and relevant orders of the Secretary of Labor.
(f.) The Contractor will furnish all information and reports required by Executive Order 11246 of September
24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will
permit access to his books, records, and accounts by the administering agency and the Secretary of
Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
(g.) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or
with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the Contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies
invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order
of the Secretary of Labor, or as otherwise provided by law.
(h.) The Contractor will include the portion of the sentence immediately preceding paragraph (a) and the
provisions of paragraphs (a) through (h) in every subcontract or purchase order unless exempted by
rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order
11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or
vendor. The Contractor will take such action with respect to any subcontract or purchase order as the
administering agency may direct as a means of enforcing such provisions, including sanctions for
noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such direction by the
administering agency the Contractor may request the United States to enter into such litigation to
protect the interests of the United States.
43. Section 109 of the Housing and Community Development Act of 1974.
The Contractor shall comply with the provisions of Section 109 of the Housing and Community
Development Act of 1974. No person in the United States shall on the ground of race, color, national origin,
religion, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination
under any program or activity funded in whole or in part with funds made available under this title.
44. Section 504 Rehabilitation Act of 1973, as amended.
The Contractor agrees that no otherwise qualified individual with disabilities shall, solely by reason of
his/her disability, be denied the benefits of, or be subjected to discrimination, including discrimination in
employment, under any program or activity receiving federal financial assistance.
45. Age Discrimination Act of 1975.
The Contractor shall comply with the Age Discrimination Act of 1975 which provides that no person in the
United States shall on the basis of age be excluded from participation in, be denied the benefits of, or be
subjected to discrimination under any program or activity receiving federal financial assistance.
[If this Contract is greater than $100,000, include the following Section 3 language:]
77
46. Economic Opportunities for Section 3 Residents and Section 3 Business Concerns.
(a) The work to be performed under this Contract is subject to the requirements of section 3 of the Housing
and Urban Development (HUD) Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of
section 3 is to ensure that employment and other economic opportunities generated by HUD assistance
or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to lowand very low-income persons, particularly persons who are recipients of HUD assistance for housing.
(b) The parties to this Contract agree to comply with HUD's regulations in 24 CFR part 135, which
implement section 3. As evidenced by their execution of this Contract, the parties to this Contract certify
that they are under no contractual or other impediment that would prevent them from complying with
the part 135 regulations.
(c) The Contractor agrees to send to each labor organization or representative of workers with which the
Contractor has a collective bargaining agreement or other understanding, if any, a notice advising the
labor organization or workers' representative of the Contractor's commitments under this section 3
clause, and will post copies of the notice in conspicuous places at the work site where both employees
and applicants for training and employment positions can see the notice. The notice shall describe the
section 3 preference, shall set forth minimum number and job titles subject to hire, availability of
apprenticeship and training positions, the qualifications for each; and the name and location of the
person(s) taking applications for each of the positions; and the anticipated date the work shall begin.
(d) The Contractor agrees to include this section 3 clause in every subcontract subject to compliance with
regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable
provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in
violation of the regulations in 24 CFR part 135. The Contractor will not subcontract with any
subcontractor where the Contractor has notice or knowledge that the subcontractor has been found in
violation of the regulations in 24 CFR part 135.
(e) The Contractor will certify that any vacant employment positions, including training positions, that are
filled (1) after the Contractor is selected but before the contract is executed, and (2) with persons other
than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed,
were not filled to circumvent the Contractor's obligations under 24 CFR part 135.
(f) Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this
Contract for default, and debarment or suspension from future HUD assisted contracts.
(g) With respect to work performed in connection with section 3 covered Indian housing assistance, section
7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to
the work to be performed under this Contract. Section 7(b) requires that to the greatest extent feasible
(i) preference and opportunities for training and employment shall be given to Indians, and (ii)
preference in the award of contracts and subcontracts shall be given to Indian organizations and Indianowned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and
section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of
compliance with section 7(b).
47.
Contract Documents and Drawings
The City/County will furnish the Contractor without charge three (3) copies of the Contract Documents,
including Technical Specifications and Drawings. Additional copies requested by the Contractor will be
furnished at cost.
48.
Contract Period
The work to be performed under this contract shall commence within the time stipulated by the City/County
in the Notice to Proceed, and shall be fully completed within 210 calendar days thereafter.
78
49.
Liquidated Damages
Since the actual damages for any delay in completion of the work under this contract are impossible to
determine, the Contractor and his Sureties shall be liable for and shall pay to the City/County the sum of One
Thousand Dollars ($1,000.00) as fixed, agreed and liquidated damages for each calendar day of delay from
the above stipulated time for completion.
50.
Gender Neutral - Gender References
When necessary, unless the context clearly requires otherwise, any gender-specific or gender-neutral term
in this Contract (for example, he, she, it, etc.) is to be read as referring to any other gender or to no
gender.
79
THIS PAGE INTENTIONALLY LEFT BLANK
REFERENCE APPENDIX A – DAVIS BACON WAGE RATE
80
U.S. Department of Housing
and Urban Development
Office of Labor Relations
Federal Labor Standards Provisions
Ap plic abilit y
The Pro ject or Prog ram to which th e constr uction work
cover ed b y this contr act per tains is being assisted by t he
United States of Am erica a nd the follo wing Fed eral La bor
Standar ds Provisio ns are included i n this Contract
pursua nt to the provisio ns applicable to such Federal
assistance.
A. 1. (i) M inimum W ages. All lab or ers a nd m echan ics
em ployed or workin g u pon t he site of the wo rk, will b e p aid
unconditio nall y a nd n ot less often than once a we ek, and
wit hout su bsequ ent d educti on o r reb ate on an y acco unt
(e xce pt such payr oll ded uctions as are perm itted by
regu lations issued by the Secretar y of Labor u nde r the
Copel and Act (29 CF R Part 3), the fu ll am ount of wag es
and b ona fi de fri nge ben efits (or cash e qui vale nts there of)
due at tim e of pa ym ent com puted at rat es not l ess than
those contai ned in the wage d eterm ination of t he
Secretar y of Labo r which is attached hereto a nd m ade a
part h ere of, reg ardl ess of any cont ractual relatio nship
which m ay be allege d to e xi st betwee n the contractor and
such labore rs and m echan ics.
Contributi ons m ade or
costs reasonably a nticipate d for bon a fide frin ge be nef its
unde r Section l(b )( 2) of the Davis-Baco n Act on behalf of
labo rers o r m echanics are consider ed wag es pai d to su ch
labo rers or m echanics, subject to the provisions of 29 CFR
5.5(a )(1 )(i v); also, re gula r contributi ons m ade or co sts
incurr ed for m ore th an a we ekly pe riod (but n ot less often
than qu arte rly) un der plan s, funds, or prog ram s, whi ch
cover the p articula r weekl y peri od, are d eem ed to be
constructively m ade or i ncur red d urin g such weekly peri od.
Such labo re rs an d m echanic s shall b e p aid the app ro pria te
wage rat e a nd fri nge be nefi ts on the wag e d eterm inati on
for the classification of wo rk actually perfo rm ed, with out
rega rd to skill, e xcept as pro vide d in 2 9 CFR 5.5(a)(4).
Labo re rs or m echanics perf orm ing wo rk in m ore tha n o ne
classification m ay be com pensated at the r ate specified for
each classification for the tim e actually worke d therei n:
Provid ed, Th at the em ploye r’s pa yroll reco rds accurat e ly
set forth the tim e spent in each classification in whi ch
work is perf orm ed. Th e wag e det erm ination (inclu ding a ny
additio nal classification and wa ge rat es conform ed und er
29 CFR 5.5 (a )(1 )(ii ) an d the Da vis-Bacon p oster (W H1321 ) shall be posted at all tim es by the contractor and its
subcontractors at th e site o f the wo rk in a prom inent a nd
accessible, place whe re it can be easil y seen b y t he
worke rs.
(ii) (a ) An y class of labo r ers or m echanics which is not
listed in the wa ge d eter m ination and which is to be
em ployed unde r the cont ract shall be classified in
conform ance with the wa g e dete rm ination.
HUD sh all
appr ove a n a dditio nal clas sification and wa ge rate a nd
fringe be nefits ther efor onl y when t he foll o win g crite ria
have bee n m et:
Previous editions are obsolete
(1)
Th e work to b e p erform ed by the classification
requ ested is n ot pe rform ed by a classification in th e wa ge
determ ination; an d
(2)
Th e classification is utilized i n th e a rea b y the
construction industry; and
(3)
The p rop osed wag e rate, including a ny bo na fi de
fringe ben efits, bears a reasona ble relatio nship to the
wage rates containe d in the wage d eterm ination.
(b) If the contractor a nd the laborers an d m echanics to be
em ployed in the classification (if known), or th eir
rep resentati ves, an d HUD or its d esigne e a gre e o n t he
classification and wag e rate (i ncludin g the am ou nt
designate d for fring e ben efits whe re ap pro pri ate), a rep ort
of the action taken shall b e sent by HUD or its desig nee to
the Adm inistrator of the W age and Ho ur Di vision,
Em ploym ent Standards Adm inistration, U.S. Depa rtm ent of
Labo r, W ashington, D.C. 20 210. The Adm inistrator, o r an
autho rized re presentative, will app ro ve, m odify, or
disapprove e ve ry ad ditional classification action withi n 30
days of receipt a nd so ad vi se HUD or its designe e or wi ll
notify HUD o r its design ee within the 30 -da y p erio d t hat
additio nal tim e is necessary. (Approved b y the Office of
Man agem ent an d Budget u n der O MB control num ber 12 150140. )
(c) In the event the contrac tor, the l abo rers or m echani cs
to
be
em ployed
in
the
classification
or
their
rep resentati ves, and HUD o r its designee d o not ag ree on
the propose d classification and wa ge rate (includi ng the
am ount design ated fo r f ring e be nefits, whe re ap pro pri ate),
HUD o r its designee shall refer the q uestions, includi ng
the vie ws of all intereste d parties and the recom m endation
of HUD or its desig nee , to the Adm inistrator for
determ ination.
The Adm inistrator, o r an a utho rized
rep resentati ve, will issue a determ ination withi n 3 0 da ys of
receipt and so ad vise HUD or its designee or will not ify
HUD or its desig nee wit hin th e 3 0-d ay pe rio d th at
additio nal tim e is necessary. (Approved b y the Office of
Man agem ent and Bud get unde r OMB Co ntrol Num ber
1215 -01 40.)
(d)
T he wag e rate (i ncluding frin ge b enefits whe re
approp riate ) d eterm ined pursua nt to subpa ra gra p hs
(1)(ii)(b ) or (c) of this p a rag rap h, shall b e pai d to all
worke rs pe rform ing work in the classification und er th is
contract from the first day on which work is pe rform ed in
the classification.
(iii) W henever th e m inim um wage rate prescrib ed i n the
contract for a class of lab o rers or m echanics includes a
fringe ben efit which is not e xpressed as an h ourl y rate, the
contractor sh all eithe r p ay the ben efit as stated in the
wage d eterm ination or shall pay anoth er bo na fide frin ge
benefit or an ho url y cash eq uival ent thereof.
(iv) If th e contractor d oes n ot m ake paym ents to a trust ee
or othe r third pe rson, the c ontractor m ay conside r as p art
Page 1 of 5
form HUD-4010 (06/2009)
ref. Handbook 1344.1
of the wag es of an y l abo re r or m echanic the am ount of a ny
costs reasonabl y a nticipate d in p ro vidi ng b ona fi de fri nge
benefits un der a pla n o r prog ram , Provid ed, That t he
Secretar y of L abo r h as foun d, upo n the written re quest of
the contractor, that th e ap pl icable standa rds of the Davi sBacon Act have bee n m et. The Secretar y of Lab or m ay
requ ire the co ntractor to se t aside in a se par ate accou nt
assets for the m eeting of obligati ons un de r the pla n or
prog ram . (Appro ve d b y th e Office of Man agem ent and
Budget un der O MB Co ntrol Num ber 121 5-0140. )
2. W ithholding. HUD or its designe e shall upo n its own
action o r u pon written re quest of an auth ori zed
rep resentati ve of the Dep artm ent of Labo r withh old or
cause to b e with held fro m the contractor u nde r t his
contract or a ny ot her F ede ra l contract with the sam e pri m e
contractor, or an y othe r Feder ally-assisted contract
subject to Davis-Baco n p revailin g wag e re qui rem ents,
which is held by th e sam e prim e contractor so m uch of the
accrued pa ym ents or ad va nces as m ay be conside red
necessary to pa y labo re r s and m echanics, including
appr entices, traine es and helpers, em ployed by t he
contractor or an y subcontr a ctor the full am ount of wag es
requ ire d by the contract In the eve nt of failure to pa y any
labo rer or m echanic, includ ing a ny app rentice, tr aine e or
helpe r, em ployed o r workin g on the site of the wo rk, all or
part of the wages re qui red by the contract, HUD or its
designe e m ay, after wr itten notice to the co ntract or,
sponsor, a pplicant, or o wn e r, take such action as m ay be
necessary to cause the suspension of a ny furt her
paym ent, adva nce, or gu arant ee of funds until such
violati ons have ceased. HUD or its designee m ay, after
written n otice to the contr actor, disburse such am ounts
wit hhel d for and o n account of the contractor or
subcontractor to the r espective em plo yees to wh om they
are d ue.
Th e Com ptroll er Ge ner al shall m ake such
disbursem ents in the case of dir ect Davis-B acon Act
contracts.
3. (i) Pa yrolls and b asic records. Pa yro lls and b a sic
records relatin g the reto shall be m aintaine d b y the
contractor du rin g the cours e of the wo rk preser ve d for a
peri od of th ree ye ars the reafter for all la bor ers a nd
m echanics working at the si te of the wo rk. Such reco rds
shall contain the nam e, addr ess, and social secu rity
num ber of each such worke r, his or her co rrect
classification, hourl y rates of wa ges p aid (inclu ding ra tes
of contributions or costs anticipated for bo na fide fri nge
benefits or cash equ ival ents thereof of the types describ ed
in Section l (b )(2 )(B) of th e Da vis-baco n Act), dai ly a nd
weekly num ber of h ours worked, d eductio ns m ade a nd
actual wa ges p aid. W henever th e Secreta ry of Lab or h as
found und er 29 CFR 5.5 ( a )(1 )(i v) t hat the wa ges of a ny
labo rer or m echanic inclu de the am ount of any co sts
reason abl y anticipate d in pr ovidi ng be nefits unde r a pl an
or pr ogr am described in Section l(b) (2 )(B) of the Da visBacon Act, the contracto r shall m aintain recor ds whi ch
sho w that the comm itm ent to provi de such ben efits is
enforcea ble, that the pla n or pr ogr am is financially
responsibl e, an d that th e plan or pr ogr am has been
comm unicated in writing to the lab ore rs o r m echan ics
affected, and records which sho w the costs anticipated or
the actual cost incurred in provi ding such be ne fits.
Contractors em ployi ng ap prentices or trai nees un der
approved program s shall maintain written e vid ence of the
registratio n of ap pre nticeship prog ram s and certification of
traine e pro gram s, the registration of the ap pre ntices and
traine es, and the ratios and wa ge rat es prescribe d in the
applicabl e pro gram s. (Appro ved b y the Office of
Man agem ent an d Bud get unde r O MB Co ntrol Num bers
1215 -01 40 a nd 12 15-001 7.)
(ii) ( a) The co ntractor shal l subm it weekl y for each we ek
in which an y contract work is perform ed a cop y of all
payrolls to HUD or its desig nee if th e ag ency is a pa rty to
the contract, but if the agency is not such a party, the
contractor will subm it the payrolls to the a pplic ant
sponsor, or o wner, as the ca se m ay be, for transm ission to
HUD o r its designee. Th e p ayrolls subm itted shall set out
accurately a nd com pletely all of the inform ation re qui red
to be m aintained und er 2 9 CFR 5.5(a)(3)(i) e xcept that f ull
social security n um bers and hom e add resses shall not be
included on weekly transm ittals. Instead t he payrolls sh all
only nee d to includ e an i ndi vidu ally i dentif ying num ber for
each em ployee (e.g., the la st four digits of the em ployee’s
social security n um ber).
The requi re d we ekly p ayroll
inform ation m ay be sub m itted in any fo rm desired.
Optional Form W H-347 is a vaila ble f or th is pu rpose from
the
W age
and
Ho ur
Division
W eb
site
at
http://www.dol.gov/esa/whd/forms/wh347i nstr.htm or its
successor site. The prim e contractor is responsible for
the subm ission of copies of payrolls by all subcont ractors.
Contractors and subcontra ctors shall m aintain the full
social security n um ber a nd current add ress of e ach
covered wo rker, a nd shall pro vide them upo n req uest to
HUD or its design ee if t h e ag ency is a p art y to t he
contract, but if the ag enc y is not such a p arty, t he
contractor will subm it the payrolls to the a pplic ant
sponsor, or o wner, as the ca se m ay be, for transm ission to
HUD o r its designee, the co ntractor, or the W age and Hour
Division of th e Depa rtm ent of La bo r for pu rposes of an
investigati on or a udit of com pliance with p re vailin g wa ge
requ irem ents. It is not a violation of this subparag ra ph for
a prim e contracto r to req ui re a su bcontractor to p ro vi de
addresses and social security num bers to the pri m e
contractor for its own records, without weekly subm ission
to HUD o r its designee.
(Appro ve d by th e Office of
Man agem ent and Bud get unde r OMB Co ntrol Num ber
1215 -01 49.)
(b) Each p ayroll subm itted shall be accom panied b y a
“Statem ent of Com pliance,” signed by the cont ractor or
subcontractor o r his or he r agent who pa ys or supe rvis es
the pa ym ent of the p ersons em ployed und er th e contra ct
and shall certify th e follo wi n g:
(1) Th at the pa yroll for th e payroll
inform ation re quired to b e pro vide d
(a)(3)(ii ), the ap propri ate in form ation
unde r 29 CF R 5.5(a)(3)(i), and that
correct and com plete;
Previous editions are obsolete
Page 2 of 5
peri od contai ns the
und er 2 9 CFR 5.5
is being m aintain ed
such inform ation is
form HUD-4010 (06/2009)
ref. Handbook 1344.1
(2) That each lab ore r or m echanic (includin g each hel p er,
appr entice, a nd trai nee ) em ployed on the co ntract d uri ng
the pa yr oll p erio d has bee n pai d the full we ekly wag es
earn ed, with out re bate, eit her di rectly o r indi rectly, a nd
that no deductions ha ve been m ade either di rectly or
indir ectly fr om the full wag es ea rn ed, oth er than
perm issible deductions as set forth in 29 CF R Part 3;
(3) T hat each l abo rer or m echanic has be en p aid n ot l ess
than the applica ble wage rat es and fri nge b enefits or ca sh
equi vale nts for the classification of wo rk perfo rm ed, as
specified
in
the
appli cable
wag e
determ inati on
incorpo rate d into the contr a ct.
(c)
The we ekly subm ission of a p rop erl y e xecut ed
certification set forth on the reverse side of Opti onal F o rm
W H-347 shall satisfy the r eq uirem ent for subm ission of the
“Statem ent of Com pliance ” r equi red b y subp aragra ph
A.3.(ii)(b ).
(d) T he falsification of an y of the a bo ve certificatio ns may
subject the contractor or su bcontractor to ci vil or c rim inal
prosecution un der Section 1001 of Title 1 8 a nd Secti on
231 of Title 31 of the United States Code.
(iii)
Th e cont ractor or subcontracto r shall m ake the
records re qui red u nde r sub para gr aph A.3.(i) a vail able for
inspection, cop ying, or transcription b y a uthori zed
rep resentati ves of HUD or it s designee o r the Dep artm ent
of Labor, an d shall per m it such representatives to
inter vie w em ploye es du rin g wo rking hou rs on the job. If
the contractor o r subcontr actor fails to subm it the required
records or to m ake them availa ble, HUD or its design ee
m ay, after written notice to the contr actor, spon sor,
applicant o r o wne r, take such action as m ay be n ecessary
to cause the suspension of any furth er pa ym ent, advan ce,
or gu ara ntee of funds. Furt herm ore, failu re to subm it the
requ ire d recor ds upon re qu est or to m ake such records
avail able m ay b e g rou nds fo r deb arm ent action p ursua nt to
29 CFR 5.1 2.
4. Appr entice s and Traine es.
(i) Appren tices. App rentic es will be pe rm itted to wo rk at
less than the p redet erm ined rate for th e work t hey
perfo rm ed whe n the y are em ployed pu rsuant to a nd
indivi dual ly re gistere d in a bona fide app rentice ship
prog ram registere d with th e U.S. Departm ent of Lab or,
Em ploym ent and Tr ainin g Adm inistration, Office of
Apprenticeshi p Train ing, Employer an d La bor Se rvices, or
wit h a State Apprenticeshi p Agency reco gni zed b y the
Office, or if a pe rson is e m ployed in his or her fi rst 90
days of pro batio nar y em ploym ent as an appr entice in such
an ap pre nticeship pr ogr a m , who is n ot indi vidu ally
register ed in th e p rog ram , but who has be en certifie d by
the Office of Apprenticeship Trainin g, Em ployer an d Lab or
Services o r a State Ap prenticeshi p Agenc y (whe re
appr op riate ) to be el igibl e for p robati ona ry em ploym ent as
an app rentice.
The allo wable rati o of appr entices to
jour neym en on th e job site i n an y craft classification shall
not b e g reat er t han the ratio pe rm itted to the co ntractor as
to the entir e wo rk force und er the r egister ed p rog ram . Any
worke r listed on a p ayroll at an ap pr entice wa ge rate, who
is not registered o r othe rwi se em ployed as stated above,
shall be paid not l ess than t he ap plicabl e wa ge rate on t he
wage dete rm ination fo r th e classification of work actual ly
perfo rm ed. In addition, any apprentice pe rform ing wo rk on
the jo b site i n e xcess of t he ratio pe rm itted und er the
registered pro gram shall be p aid not less than the
applicabl e wage rate on t h e wa ge d eterm ination f or t he
work actuall y perfo rm ed. W here a cont ractor is perfo rm ing
construction on a p roject i n a localit y oth er th an th at in
which its pro gram is registered, the ratios a nd wag e rat es
(e xpressed in perce ntages of the j ou rne ym an’s hou rly
rate) specified in the co ntractor’s or subcontractor’s
registered program shall be observe d. Every ap prenti ce
m ust be paid at not less than the rat e specified in the
registered prog ram for the apprentice’s level of pro gre ss,
e xp ressed as a perce ntage of the jou rn eym en ho url y ra te
specified
in
the
appli cable
wag e
determ inati on.
Apprentices shall b e paid fringe b enefits in accord an ce
wit h the provisio ns of the appre nticeship pr og ram . If the
apprenticeship program do es not specify frin ge ben efits,
apprentices m ust be paid the full am ount of fringe ben efits
listed on the wage dete rm ination for the applica ble
classification.
If the Adm inistrator determ ines that a
different practice p re vails for the appl icable app renti ce
classification, fringes shall be pai d in accorda nce with t hat
determ ination. In th e e ven t the Office of Appre nticeship
Traini ng, Em ployer a nd Labo r Services, or a State
Apprenticeshi p
Age ncy
recogni zed
by
the
Office,
wit hdra ws a pproval of an app renticeship prog ram , the
contractor will n o lo nge r be pe rm itted to utili ze
apprentices at less than the applicabl e predete rm ined rate
for the work pe rform ed un til an acceptable pro gram is
approved.
(ii)
Tr ainees.
E xcept a s provi ded in 29 CFR 5.16,
traine es will n ot be pe rm itted to work at less than the
pred eterm ined rate for the work pe rform ed unless the y a re
em ployed pu rsuant ‘,to an d indivi duall y re gistere d in a
prog ram which has receive d pri or app ro val, evi dence d by
form al certification by the U.S. Departm ent of Lab or,
Em ploym ent and Trainin g Adm inistration.
The ratio of
traine es to journ eym en on t he job site shall not b e gre a ter
than p erm itted und er t he pl an app ro ved by the
Em ploym ent and Training Adm inistration. Every trai nee
m ust be paid at not less than the rat e specified in the
approved pro gram for th e traine e’s le vel of progre ss,
e xp ressed as a perce ntage of the jou rn eym an ho url y ra te
specified in the appl icable wage dete rm ination. Trai ne es
shall be p aid fri nge ben efits in accordance wit h the
pro visions of the trainee p rogram . If the trainee pro gram
does not m ention fringe be nefits, trainees shall be pa id
the full am ount of fri nge benefits listed o n the wage
determ ination unl ess the Adm inistrator of the W age and
Hou r Di vision determ ines that there is an ap pre nticeship
prog ram associated with t he corresp ondi ng j ou rne ym an
wage rate on t he wag e det erm ination which provi des f or
less than full fring e be n efits for apprentices.
Any
em ployee listed o n the pa yroll at a train ee rate wh o is not
registered a nd p articipatin g in a trai ning plan app ro ved by
Previous editions are obsolete
Page 3 of 5
form HUD-4010 (06/2009)
ref. Handbook 1344.1
the Em ploym ent and T raini n g Adm inistration shall be pa id
not less than the applica ble wag e rate on th e wa ge
determ ination for the wo rk a ctually perfo rm ed. In ad diti on,
any tr aine e perf orm ing wor k on the job site in e xcess of
the r atio p erm itted und er th e re gistere d p rog ram shall be
paid n ot less than the app l icable wa ge r ate on the wa ge
determ ination fo r the wo rk actually perfo rm ed.
In the
eve nt the Em ploym ent and T raini ng Adm inistration
wit hdr a ws a ppr oval of a tra ining pro gr am , the contractor
wi ll no lon ger b e perm itted to utilize trai nees at less than
the a pplicabl e p re determ ine d r ate fo r th e work p erfo rm ed
until an acceptabl e pr ogr am is appro ved.
(iii) Equal emplo yment o pportunit y. Th e utili zation of
appr entices, traine es and jo urne ym en und er 2 9 CFR Pa rt 5
shall be in conform ity wit h the equal em ploym ent
oppo rtunit y req uir em ents of Executive Ord er 11 246, as
am ended, and 2 9 CFR Pa rt 30.
5. Compliance w ith Cope land Act requiremen ts. T he
contractor shall com ply wit h the re quir em ents of 29 CFR
Part 3 which ar e incor por ate d by r efere nce in this contra ct
6. Subcontr ac ts. T he co ntractor or subcontr actor will
insert in an y su bcontract s the clauses conta ined in
subpar agr aphs 1 th ro ugh 11 in th is pa rag rap h A and su ch
other cla uses as HUD o r its designe e m ay b y a ppropria te
instructions requi re, an d a copy of the ap plica ble
pre vaili ng wa ge d ecision, and also a clause r equi ring t he
subcontractors to i nclude t hese clauses in any lo wer tier
subcontracts. The p rim e contractor shall b e r esponsi ble
for the com pliance by an y subcont ractor or l o we r t ier
subcontractor with all th e contract clauses in this
para gr aph.
7. Con trac t termination; debarment. A br each of t he
contract clauses in 29 CFR 5.5 m ay be g rou nds for
term ination of the contract a nd for de ba rm ent
as
a
contractor and a su bcontr actor as pro vid ed i n 2 9 CFR
5.12.
8. Compliance with Davis-Bacon and Related Act Requirements.
All rulin gs and i nter pretati ons of the Davis-B acon a nd
Relate d Acts contained in 29 CF R Parts 1, 3, a nd 5 are
here in incor por ated b y ref er ence in this contract
9.
Disputes conce rning labor standards.
Dispu tes
arising out of the lab or standards pro visions of t his
contract shall not be su b ject to the gene ral disput es
clause of this co ntract. Suc h disput es shall be resol ved in
accordance wit h the pr ocedur es of the Dep artm ent of
Labo r set fo rth i n 29 CFR Parts 5, 6, an d 7. Disput es
wit hin the m eaning of this clause include disput es bet we en
the contractor (or a ny of its subcontractors) and HUD or
its designee, t he U.S. Departm ent of Labo r, o r t he
em ployees or the ir r epr esen tatives.
10. (i) Ce rtific ation of Eli gibilit y. By ente rin g into th is
contract the contr actor certi fies that neithe r it ( nor he or
she) nor an y pe rson or fir m who has an inte rest in t he
contractor’s firm is a per son or fi rm ineligibl e to be
a wa rde d Gover nm ent contracts by virtue of Section 3 (a ) of
the Da vis-Bacon Act or 29 CFR 5.12 (a) (1 ) or t o be
a wa rde d HUD co ntracts or particip ate in HUD pro gra ms
pursua nt to 24 CFR Pa rt 24.
(ii) No part of this contract shall b e subco ntracted t o a ny
person or firm ineligibl e for a wa rd of a G overnm ent
contract b y virtu e of Section 3 (a) of t he Da vis-Bacon Act
or 2 9 CF R 5. 12(a)(1) or to be a warded HUD cont racts or
participate i n HUD pro gram s pursuant to 2 4 CFR Part 2 4 .
(iii) The pen alty for m aking false statem ents is prescribed
in the U.S. Crim inal Cod e, 18 U.S.C. 10 01. Additio nal ly,
U.S. Crim inal Cod e, Section 1 0 1 0, Title 1 8, U.S.C.,
“Fede ral Housin g Adm inistration tra nsactions”, pro vid e s in
part: “W hoever, for the pu rpose of . . . influencing in any
way th e action of such Adm inistration..... m akes, utters or
publishes a ny statem ent kno wing the sam e to be false. ....
shall be fine d not m ore th an $5,0 00 o r im prisoned n ot
m ore than two ye ars, or b oth.”
11.
Complaints, Proce edings, or Te stimon y b y
Emplo yees. No l abo re r o r m echanic to whom the wa ge,
salary, o r othe r lab or stand a rds pro visions of this Cont ra ct
are a pplicabl e shall b e discharg ed o r in a ny other m an ner
discrim inated
agai nst
by
the
Contracto r
or
a ny
subcontractor because su ch em ployee h as filed a ny
com plaint or instituted or caused to be instituted any
procee ding o r has testified or is about to testify in any
procee ding un de r o r relat ing to the l abo r stan dards
applicabl e un der this Co ntra ct to his em ployer.
B.
Contract Work Hours and Safety Standards Act. The
provisions of this paragraph B are applicable where the amount of the
prime contract exceeds $100,000. As used in this paragraph, the
terms “laborers” and “mechanics” include watchm en and g ua rd s.
(1) O ver time requiremen ts. No contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which the
individual is employed on such work to work in excess of 40 hours in
such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one-half times the basic
rate of pay for all hours worked in excess of 40 hours in such
workweek.
(2)
Violation; liabilit y for unpaid w ages; liquidated
damages. In the event of any vi olation of th e clause set
forth in sub parag rap h (1 ) of this para gra ph, the co ntrac tor
and an y subcontracto r resp onsible therefor shall b e lia ble
for the unp aid wa ges. In additio n, such contractor and
subcontractor sh all b e lia bl e to the Unite d States (i n t he
case of work done u nde r contract fo r th e District of
Colum bia o r a te rrito ry, to such District o r to su ch
territo ry), for liq uidate d dam ages.
Such liq uid ated
dam ages shall be com puted wit h resp ect to each ind ivid u al
labo rer or m echanic, including watchm en and g uards,
em ployed i n vi olatio n of the clause set fo rth in
subparagraph (1) of this paragra ph, in the sum of $10 for each
calendar day on which such individual was required or permitted to
work in excess of the standard workweek of 40 hours without payment
of the overtime wages requi red by the clause set fort h in sub
para graph (1) of this pa rag raph.
Previous editions are obsolete
Page 4 of 5
form HUD-4010 (06/2009)
ref. Handbook 1344.1
(3)
W ithholding for unpaid w ages and liquidated
damages. HUD o r its designee shall upo n its own action
or u pon wr itten r equ est of a n auth ori zed re pr esentative of
the Dep artm ent of Labor wit hhold o r cause to be withh e ld,
from any m oneys p ayable on account of work pe rform ed by
the contractor or subcontr actor unde r an y such contract or
any othe r Fed eral contract wit h the sam e prim e contra ct,
or a ny other Fed erall y-assisted contract subject to t he
Contr act W ork Hours an d Safety Stand ards Act which is
held b y the sam e prim e contractor such sums as m ay be
determ ined to be necessar y to satisfy any liabilities of
such contractor o r subco ntractor fo r un pai d wa ges a nd
liquid ated dam ages as provided in the clause set forth in
subpar agr aph (2) of this par agra ph.
(4) Subcon tra cts. Th e co ntractor o r subcont ractor sh all
insert in an y subcont racts the clauses set forth in
subpar agr aph ( 1) thr oug h (4 ) of this paragra ph an d also a
clause requi rin g the subcontractors to includ e the se
clauses in an y l o we r tie r subcontr acts.
The p ri m e
contractor shall be r espon sible for com pliance b y a ny
subcontractor or l o we r tie r subcontractor with the clau ses
set forth in subpa ra gra p hs (1) thr oug h ( 4) of this
para gr aph.
C. Health and Sa fet y. The provisions of this paragraph C are
applicable where the amount of the prime contract exceeds $100,000.
(1) No la bor er or m echani c shall be re qui red to work in
surrou ndi ngs or u nde r working con ditions which are
unsanita ry, ha za rdo us, or dang ero us to his health a nd
safety as d eterm ined und er construction safety and he al th
standards pr om ulgated by the Secr etar y of La bo r by
regu lation.
(2)
Th e Contr actor sh all com ply with all re gulatio ns
issued by the Secretar y of Labo r pursu ant to Title 29 Part
1926 and fa ilur e to com ply m ay result in im position of
sanctions pursua nt to the Contract W ork Hours an d Saf ety
Standards Act, (Public Law 91-5 4, 83 Stat 96). 4 0 USC
3701 et seq.
(3) Th e contractor sh all i nclude the pro visions of this
para gr aph in ever y subcont r act so that such p ro visions wi ll
be bin ding on e ach subcon tractor. The contr actor sh all
take such action with r espe ct to any subcontr actor as t he
Secretar y of Housing an d Urb an De velo pm ent or t he
Secretar y of Lab or shall di rect as a m eans of e nforci ng
such provisio ns.
Previous editions are obsolete
Page 5 of 5
form HUD-4010 (06/2009)
ref. Handbook 1344.1
SECTION 3:
CIVIL RIGHTS-EEO-SECTION 3 FORMS
A1001
Equal Opportunity Guidelines for Construction Contractors
Note: To be included in bid packet and distributed at the preconstruction conference (optional)
1. What are the responsibilities of the offeror or bidder to ensure equal employment opportunity?
For contracts over $ 10,000, the offeror or bidder must comply with the "Equal Opportunity Clause"
and the "Standard Federal Equal Opportunity Construction Contract Specifications."
2. Are construction contractors required to ensure a legal working environment for all employees?
Yes, it is the construction contractor's responsibility to provide an environment free of harassment,
intimidation, and coercion to all employees and to notify all foremen and supervisors to carry out this
obligation, with specific attention to minority or female individuals.
3. To alleviate developing separate facilities for men and women on all sites, can a construction
contractor place all women employees on one site?
No, two or more women should be assigned to each site when possible.
4. Are construction contractors required to make special outreach efforts to Section 3 or minority
and female recruitment sources?
Yes, construction contractors must establish a current list of Section 3, minority and female recruitment
sources. Notification of employment opportunities, including the availability of on-the-job training and
apprenticeship programs, should be given to these sources. The efforts of the construction contractors
should be kept in file.
5. Should records be maintained on the number of Section 3 residents, minority and females
applying for positions with construction contractors?
Yes, records must be maintained to include a current list of names, addresses and telephone numbers of
all Section 3, minority and female applicants. The documentation should also include the results of the
applications submitted.
6. What happens if a woman or minority is sent to the union by the Contractor and is not referred
back to the Contractor for employment?
If the unions impede the construction contractor's responsibility to provide equal employment
opportunity, a written notice should be submitted to TDA.
7. What efforts are made by construction contractors to create entry-level positions for Section 3
residents, women and minorities?
Construction contractors are required to develop on-the-job training programs, or participate in training
programs, especially those funded by the Department of Labor, to create positions for Section 3
residents, women and minorities and to meet employment needs.
8. Are any efforts made by the Contractor to publicize their Equal Employment Opportunity (EEO)
policy?
Yes, the construction contractor is responsible for notifying unions and sources of training programs of
their equal employment opportunity policy. Unions should be requested to cooperate in the effort of
equal opportunity. The policy should be included in any appropriate manuals, or collective bargaining
agreements. The construction contractor is encouraged to publicize the equal employment opportunity
policy in the company newspaper and annual report. The Contractor is also responsible to include the
EEO policy in all media advertisement.
9. Are any in-service training programs provided for staff to update the EEO policy?
At least annually a review of the EEO policy and the affirmative action obligations are required of all
personnel employees of a decision-making status. A record of the meeting including date, time, location,
persons present, subject matter discussed, and disposition of the subject matter should be maintained.
10. What recruitment efforts are made for Section 3 residents, minorities and women?
The construction contractor must notify, both orally and in writing, Section 3, minority and female
recruitment sources one month prior to the date of acceptance for apprenticeship or other training
programs.
86
11. Are any measures taken to encourage promotions for minorities and women?
Yes, an annual evaluation should be conducted for all minority and female personnel to encourage these
employees to seek higher positions.
12. What efforts are taken to insure that personnel policies are in accordance with the EEO policy?
Personnel policies in regard to job practices, work assignments, etc. should be continually monitored to
insure that the EEO policy is carried out.
13. Can women be excluded from utilizing any facilities available to men?
No, all facilities and company activities are non-segregated except for bathrooms or changing facilities
to ensure privacy.
14. What efforts should be utilized to include minority and female contractors and suppliers?
Take affirmative steps to ensure that small, minority, and women owned businesses are included on all
lists for contractors/service providers. Solicit these businesses when issuing RFPs and RFQs and
soliciting construction bids. Divide project activities into small tasks to allow participation. Keep
records of all offers to minority and female construction contractors.
15. If a construction contractor participates in a business related association that does not comply
with equal opportunity affirmative action standards, does that show his/her failure to comply?
No, the construction contractor is responsible for its own compliance.
16. Can a construction contractor hire a subcontractor who has been debarred from government
contracts pursuant to EEO?
No. The construction contractor must suspend, terminate or cancel its contract with any Subcontractor
who is in violation of the EEO policy.
17. What effort has been taken by the construction contractor to monitor all employment to insure
the company EEO policy is being carried out?
The construction contractor must designate a responsible individual to keep accurate records of all
employees that includes specific information required by the government.
87
CONTRACTOR'S LOCAL OPPORTUNITY PLAN
_(name of company) ______________ agrees to implement the following specific affirmative action steps
directed at increasing the utilization of lower income residents and businesses within the (City/County) of
_________________.
A. To ascertain from the City/County’s CDBG program official the exact boundaries of the project area and
where advantageous, seek the assistance of local officials in preparing and implementing the affirmative
action plan.
B. To attempt to recruit from within the city the necessary number of lower income residents through: local
advertising media, signs placed at the proposed site for the project, and community organizations and
public or private institutions operating within and servicing the project area such as Service Employment
and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated
Employment Program, Hometown Plan, or the U.S. Employment Service.
C. To maintain a list of all lower income residents who have applied either on their own or on referral from
any source, and to employ such persons, if otherwise eligible and if a vacancy exists.
D. To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative
action plan including utilization goals and the specific steps planned to accomplish these goals.
E. To ensure that subcontracts (greater than $10,000), which are typically let on a negotiated rather than a
bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible,
in a covered project area.
F. To formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort.
G. To ensure that all appropriate project area business concerns are notified of pending sub-contractual
opportunities.
H. To maintain records, including copies of correspondence, memoranda, etc., which document that all of
the above affirmative action steps have been taken.
I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to
coordinate the implementation of this plan.
J. To maintain records concerning the amount and number of contracts, subcontracts, and purchases which
contribute to objectives.
K. To maintain records of all projected work force needs for all phases of the project by occupation, trade,
skill level, and number of positions and to update these projections based on the extent to which hiring
meets these Local Opportunity objectives.
As officers and representatives of
(name of company), we the undersigned have
read and fully agree to this Plan, and become a party to the full implementation of the program and its
provisions.
___________________________________
Signature
___________________________________
Printed Name
___________________________________
Title
___________________________________
Date
88
PROPOSED CONTRACTS BREAKDOWN
Type of Contracts
No. of
Contracts
Approx. Total Dollar Estimated No. to local Estimated $ Amount
Amount
Business
Local Business
ESTIMATED PROJECT WORKFORCE BREAKDOWN
Work Classifications Total Estimated
Positions
No. of Positions
Currently Filled
No. of Positions not No. of Positions to
Filled
fill with LM/ Residents
Totals
89
EXHIBITA
CERTIFICATIONFORBUSINESSCONCERNSSEEKINGSECTION3
PREFERENCEINCONTRACTINGANDDEMONSTRATIONOFCAPABILITY
NameofBusiness:
AddressofBusiness:
TypeofTrade/ProfessionEstablishedfor:
TypeofBusiness: Corporation Partnership SoleProprietorship JointVenture
Pleaseselectthestatementbelow(1,2,andor3)thatbestdescribesyourbusiness.
1. 51%(ormore)ofyourbusinessisownedbyaSection3Resident(s).ASection3Residentisapublichousing
residentoranindividualwhoresidesinthemetropolitanareaornonmetropolitancountyinwhichtheSection
3coveredassistanceisexpendedandwhoisconsideredtobealow‐toverylow‐incomeperson.
Andprovide:
Listifcurrentownershipandpercentageofownershipalongwithcontactinformation
Anyofthefollowingdocuments,ifavailable:
CopyofArticleofIncorporation
CertifiedofGoodStanding
AssumedBusinessNameCertificate PartnershipAgreement
ListofBusinessNameCertificate
CorporationAnnualReport
LatestBoardminutesappointingofficers
Organizationchartwithnamesandtitles
Additionaldocumentationandbrieffunctionstatement
2.
3.
At least 30% of your business workforce are currently Section 3 residents or were Section 3 eligible
residentswithin3yearsofthedateoffirstemploymentwithyourbusiness.
Listthenumberoffull‐timeemployees,andprovideoneoracombinationofthefollowingregardingyour
employees:
ListofemployeesclaimingSection3statuswith3yearsfromdateofemployment
otherevidenceofSection3statuslessthan3yearsfromdateofemployment
ExhibitKorHcompletedforeachemployeewith3yearsfromdateofemployment
PHA/IHAResidentialleaselessthan3yearsfromdayofemployment
Atleast25%ofyourtotaldollarawardwillbecontractedtoqualifiedSection3businesses:
Provide:
AlistofpreviouslycontractedSection3business(es)andsubcontractedamountand
AgreetoprovidealistofsubcontractedSection3business(es)andsubcontractamountwhensubmittingbids
foranyHUDfundedprojectstomeetthisrequirement.
CompanyAuthorizingName,TitleandSignature Date
(e.g.PresidentorOwner)
Witnessedby(othercompanyofficiale.g.Secretary):_________________________________________________
CameronCountyStaffSignature:
CertifiedDate: ___________
90
EXHIBITB
ASSURANCEOFCOMPLIANCE(Section3,HUDACTof1968)
TRAINING,EMPLOYMENT,ANDCONTRACTINGOPPORTUNITIESFORBUSINESS
ANDLOWERINCOMEPERSONS
A. The project assisted under this (contract) (agreement) is subject to the requirements of
Section3oftheHousingandUrbanDevelopmentActof1968,asamended,12U.S.C.1701u.
Section 3 requires that to the greatest extent feasible opportunities for training and
employmentbegiventolowerincomeresidentsoftheprojectareaandcontractsforworkin
connectionwiththeprojectbeawardedtobusinessconcernswhicharelocatedinorowned
insubstantialpartbypersonsresidingintheareaoftheproject.
B. Notwithstanding any other provision of this (contract) (agreement), the (applicant)
(recipient)shallcarryouttheprovisionsofsaidSection3andtheregulationsissuedpursuant
theretobytheSecretarysetforthin24CFRPart135(publishedin38FederalRegister29220,
October 23, 1973), and all applicable rules and orders of the Secretary issued thereunder
priortotheexecutionofthis(contract)(agreement).Therequirementsofsaidregulations
includebutarenotlimitedtodevelopmentandimplementationofanaffirmativeactionplan
for utilizing Section 3 business concerns located within or owned in substantial part by
personsresidingintheareaoftheproject;themakingofagoodfaitheffort,asdefinedbythe
regulation,toprovidetraining,employmentandbusinessopportunitiesrequiredbySection
3;andincorporationofthe“Section3Clause”specifiedbySection135.38oftheregulationin
allcontractsforworkinconnectionwiththeproject.The(applicant)(recipient)certifiesand
agrees that it is under no contractual or other disability which would prevent it from
complyingwiththeserequirements.
C. CompliancewiththeprovisionsofSection3,theregulationssetforthin24CFRPart135,and
allapplicablerulesandordersoftheSecretaryissuedthereunderpriortoapprovalbythe
Government of the application for this (contract) (agreement), shall be a condition of the
Federalfinancialassistanceprovidedtotheproject,bindinguponthe(applicant)(recipient),
itssuccessorsandassigns.Failuretofulfilltheserequirementsshallsubjectthe(applicant)
(recipient),itscontractorsandsubcontractors,itssuccessors,andassignstothesanctions
specified by the (contract) (agreement), and to such sanctions as are specified by 24 CFR
135.38(f).
APPLICANT:
SIGNATURE:
ADDRESS:
DATE: ________________________
________________________
________________________
THIS FORM MUST BE RETURNED WITH YOUR BID
91
EXHIBIT C
CONTRACTOR/SUBCONTRACTOR CERTIFICATION REGARDING
SECTION 3 AND SEGREGATED FACILITIES
________________________________
COMPANY’S NAME
________________________________
PROJECT NAME
The undersigned hereby certifies that:
(a) Section 3 provisions are included in the Contract.
(b) The above stated company is a signatory to the developer’s Section 3 Plan.
(c) No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964.
_______________________________________
NAME AND TITLE OF SIGNER (PRINT OR TYPE)
_______________________________
SIGNATURE
__________________________
DATE
THIS FORM MUST BE RETURNED WITH YOUR BID
92
EXHIBITD
CONTRACTOR’SSECTION3PLAN
Contractoragreestoimplementthespecificfollowingaffirmativeactionstepsdirectedatincreasingthe
utilizationoflowerincomeresidentsandbusinesseswithintheCameronCounty.
A.
To ascertain from the locality's CDBG program official the exact boundaries of the Section 3
coveredprojectareaandwhereadvantageous,seektheassistanceoflocalofficialsinpreparing
andimplementingtheaffirmativeactionplan.
B.
Toattempttorecruitfromwithinthecity/county/MSA,thenecessarynumberoflowerincome
residentsthrough:localadvertisingmedia,signsplacedattheproposedsitefortheproject,and
community organizations and public or private institutions operating within and servicing the
projectarea.
C.
Tomaintainalistofalllowerincomeresidentswhohaveappliedeitherontheirownoronreferral
fromanysource,andtoemploysuchpersons,ifotherwiseeligibleandifavacancyexists.
D.
E.
F.
G.
H.
ToinsertthisSection3planinallbiddocumentsandtorequireallbiddersonsubcontractsto
submitaSection3affirmativeactionplanincludingutilizationgoalsandthespecificstepsplanned
toaccomplishthesegoals.
To insure that subcontractors adhere to the Section 3 provisions that are applicable to the
Contractor.
To insure that all appropriate project area business concerns are notified of pending
subcontractualopportunities.
Tomaintainrecords,includingcopiesofcorrespondence,memoranda,etc.,whichdocumentthat
alloftheaboveaffirmativeactionstepshavebeentaken.
ToappointorrecruitanexecutiveofficialofthecompanyoragencyasEqualOpportunityOfficer
tocoordinatetheimplementationofthisSection3plan.
I.
J.
To maintain records concerning the amount and number of contracts, subcontracts, and
purchaseswhichcontributetoSection3objectives.
Tomaintainrecordsofallprojectedworkforceneedsforallphasesoftheprojectbyoccupation,
trade,skilllevel,andnumberofpositionsandtoupdatetheseprojectionsbasedontheextentto
whichhiringmeetsSection3objectives.
Asofficersandrepresentativesof
(Company),
WetheundersignedhavereadandfullyagreetotheSection3AffirmativeActionPlan,andbecomeaparty
tothefullimplementationoftheprogramanditsprovisions.
Signature
Signature
Title Date Title Date
THIS FORM MUST BE RETURNED WITH YOUR BID
93
EXHIBITE
Section3Clause
AllSection3coveredcontractsshallincludethefollowingclause(referredtoastheSection3Clause):
A. The work to be performed under this contract is subject to the requirements of Section 3 of the
HousingandUrbanDevelopmentActof1968,asamended,12U.S.C.1701u(Section3).Thepurpose
of Section 3 is to ensure that employment and other economic opportunities generated by HUD
assistanceorHUD‐ assistedprojects coveredby Section 3,shall,tothegreatestextentfeasible,be
directed to low‐and very low‐income persons, particularly person who are recipients of HUD
assistanceforhousing.
B. The parties to this contract agree to comply with HUD’s regulations in 24 CFR Part 135, which
implementSection 3.Asevidencedbytheir executionofthiscontract,thepartiesto thiscontract
certify that they are under no contractual or other impediment that would prevent them from
complyingwiththepart135regulations.
C. Thecontractoragreestosendtoeachlabororganizationorrepresentativeorworkerswithwhichthe
contractorhasacollectivebargainingagreementorotherunderstanding,ifanyanoticeadvisingthe
labororganizationorworkers’representativeofthecontractor’scommitmentsundertheSection3
clause,andwillpostcopiesofthenoticeinconspicuousplacesattheworksitewherebothemployees
andapplicantsfortrainingandemploymentpositionscanseethenotice.Thenoticeshalldescribe
theSection3preference,shallsetforthminimumnumberandjobtitlessubjecttohire,availabilityof
apprenticeshipandtrainingpositions,thequalificationsforeach;andthenameandlocationofthe
person(s)takingapplicationsforeachofthepositions;andtheanticipateddatetheworkshallbegin.
D. ThecontractoragreestoincludethisSection3clauseineverysubcontractsubjecttocompliancewith
regulationsin24CFRpart135,andagreestotakeappropriateaction,asprovidedinanapplicable
provisionofthesubcontractorinthisSection3clause,uponafindingthatthesubcontractorisin
violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any
subcontractorwherethecontractorhasnoticeorknowledgethatthesubcontractorhasbeenfound
inviolationoftheregulationsin24CFRpart135.
E. Thecontractorwillcertifythatanyvacantemploymentpositions,includingtrainingpositions,that
arefilled(1)afterthecontractorisselectedbutbeforethecontractisexecuted,and(2)withpersons
otherthanthosetowhomtheregulationsof24CFRpart135requireemploymentopportunitiesto
bedirected,werenotfilledtocircumventthecontractor’sobligationsunder24CFRpart135.
F. NoncompliancewithHUD’sregulationsin24CFRpart135mayresultinsanctions,terminationofthis
contractfordefault,anddebarmentorsuspensionfromfutureHUDassistedcontracts.
G. With respect to work performed in connection with Section 3 covered Indian housing assistance,
section 7(b) of the Indian Self‐Determination and Education Assistance Act. (25 U.S.C 450e) also
appliestotheworktobeperformedunderthiscontract.Section7(b)requiresthattothegreatest
extentfeasible(i)preferenceandopportunitiesfortrainingandemploymentshallbegivetoIndians,
and(ii)preferenceintheawardofcontractsandsubcontractsshallbegiventoIndianorganizations
andIndian‐ownedEconomicEnterprises.Partiestothiscontractthataresubjecttotheprovisionsof
Section3andsection7(b)agreetocomplywithSection3tothemaximumextentfeasible,butnotin
derogationofcompliancewithsection7(b).
94
EXHIBITF
POSTEDNOTICETOPROJECTRESIDENTS
Theproject____________________________________________________________________
isbeingfundedbytheU.S.DepartmentofHousingandUrbanDevelopmentasaSection
3 Plan and is intended to inform the public, in particular project residents, of the
economicopportunities(jobs)createdthroughtheuseofthefederalaward.
Contractor/subcontractorintendstohireforthefollowingpositions:
Numberof
Jobs
Title
DescriptionofQualifications/Licensure/Certification
Section3preferences:
1.Personsresidingintheprojectareaandwhoareoflow‐tovery‐low‐income
2.ParticipantsinHUDYouthbuild
3.HomelessPersons
4.ResidentsofthelocalPublicHousingAuthority
5.ResidentsofthelocalSection8HousingAssistanceProgramunits
For more information including job applications, apprenticeships, training positions,
andqualifications,contact:
NameofContractor:
ContactPerson:
Address:
City,State,Zip:
Phone:
Estimatedconstructionstartdate:____________________________
95
EXHIBITG
ESTIMATEDWORKFORCEBREAKDOWN
NAMEOFBUSINESS/CONTRACTOR/SUBCONTRACTOR_______________________________
COLUMN1
COLUMN2
COLUMN3
COLUMN4
COLUMN5
COLUMN6
JOBCATEGORY
SPECIFICJOBTITLE
TOTALESTIMATE
POSITIONS
NO.POSITIONSCURRENTLY
OCCUPIEDBYPERMANENT
EMPLOYEES
NO.POSITIONSNOT
CURRENTLYOCCUPIED
NO.POSITIONSTOBEFILLED
WITHSECTION3
RESIDENTS/LOWINCOME
PERSONS*
OFFICERS
SUPERVISORS
PROFESSIONALS
TECHNICIANS
HOUSING
SALES/RENTAL
MANAGEMENT
OFFICECLERICAL
SERVICEWORKERS
OTHERS
TRADE:
Plumbing/Electrical/HVAC/Construction/Other:____________
JOURNEYMEN
COMMONLABORERS
APPRENTICES
MAXIMUMNO.OF
TRAINEES
TRADE:
Plumbing/Electrical/HVAC/Construction/Other:____________
JOURNEYMEN
COMMONLABORERS
APPRENTICES
MAXIMUMNO.OF
TRAINEES
TRADE:
Plumbing/Electrical/HVAC/Construction/Other:____________
JOURNEYMEN
COMMONLABORERS
APPRENTICES
MAXIMUMNO.OF
TRAINEES
TRADE:
Plumbing/Electrical/HVAC/Construction/Other:____________
JOURNEYMEN
COMMONLABORERS
APPRENTICES
MAXIMUMNO.OF
TRAINEES
*ASection3Residentis1)apublichousingresident;or2)aloworverylowincomepersonresiding
inthemetropolitanareaornon–metropolitancountywheretheprojectislocated.
FOR ALL NEW HIRES MUST COMPLETE AN INCOME DOCUMENTATION CERTIFICATION—SEE
EXHIBITSKANDL.
For all new hires, employer/contractor must contact their respective Texas Workforce Solutions
BoardandaccesstheWork‐In‐TexasSiteandverifythatitwasdone.
(https://wit.twc.state.tx.us/WORKINTEXAS/wtx?pageid=APP_HOME&cookiecheckflag=1)
Signature:______________________________________________
Date:_ 96
ExhibitH
WORKFORCECENTERINFORMATION
WorkforceSolutionsCameronandWillacy
PatHobbs–ExecutiveDirector
BrownsvilleOffice
LoriVillarreal–CenterManager
851OldAliceRoad
Brownsville,TX78520
Tel:(956)546‐3141
Fax:(956)544‐6003
HarlingenOffice
BelindaOlivarez–CenterManager
601E.HarrisonStreet Harlingen,TX78550 Tel:(956)423‐9266
Fax:(956)423‐3770 SatelliteOffice(LimitedServices)
LoriVillarreal–CenterManager
5636SouthmostRoad
Brownsville,TX78550
Tel:(956)621‐3480 Fax:(956)621‐3483 WillacyCounty
BrendaGuerrero–CenterSupervisor
700FM3168Ste.3
Tel:(956)689‐3412
Fax:(956)690‐0285
Raymondville,TX78580
**CentersareopenMondaythroughFridayfrom8:00a.m.to5:00p.m.,exceptonfederalholidays.**
97
EXHIBITI
SECTION3MONTHLYCOMPLIANCEFORM
Contractorandallsubcontractor(s)mustsign,dateanddeliverthisformmonthlyto:
CameronCountyProgramDevelopment&ManagementDepartment
1100E.MonroeRoom105
Brownsville,Texas78520
Or
CONTRACTOR(presentfirm(s)youhavesubcontractedwithunderthisSection3CoveredProject).
NameofFirm:__________________________
ProjectName: ProjectLocation:
FortheMonthof:____________________________________
I.
Hiring/Selectone:
___Ihavenothiredanynewemployeesduringthemonthspecified.
___Ihavehired____Section3employees,and/or______non‐Section3employeesduringthemonth.
II.
Recruitment
IhavetakenoneormoreofthefollowingrecruitmentstepstohireaSection3residentwiththehighesttrainingandemployment
priorityranking:(checkallthatapply)
___IhavemadeTexasWorkforceSolutionsCenter,and/orWorkInTexas.comtheinitialcontactforallnewhires.
___ I have advertised to fill vacancy(ies) at the site(s), where work is taking place, in connection with this project.
Below, I have checked the steps I have taken to find Section 3 low‐income residents, from the targeted groups and
neighborhoods,tofillanyvacancies.
___Placedsignsorpostersinprominentplacesatprojectsite(s).
___Takenphotographsoftheaboveitemtodocumentthattheabovestepwascarriedout.
___DistributedemploymentflyerstotheadministrativeofficeofthelocalPublicHousingAuthority.
___ContactedCameronCountyemploymentreferralsorYouthbuildProgramreferrals.
___KeptalogofallapplicantsandindicatedthereasonswhySection3residentswhoappliedwerenothired.
___RetainedcopiesofanyemploymentapplicationscompletedbyPublicHousingAuthority,Section8certificateor
voucherholdersorotherSection3residents.
___SentanoticeaboutSection3trainingandemploymentrequirementsandopportunitiestolabororganizationsorto
workerrepresentativeswithwhomourfirmhasacollectivebargainingorotheragreement.
III.Verification
____Ihaveattachedproofofallcheckeditems.
Iherebycertifythattheaboveinformationisatrueandcorrect.
____________________________ Signature
________________________________
Title BusinessName:____________________________ _______________________
Date
98
EXHIBITJ
MONTHLYEMPLOYMENTUTILIZATIONREPORT
TO:_CAMERONCOUNTY‐PD&MDEPT.1100E.MonroeSt.Brownsville,Tx. FROM:_________________________
(Contractor)
ADDRESSOFCONTRACTOR
NAMEOFPROJECT:
Street
BidNo.:
City,State
GRANTNUMBER:
CONTRACTOR’SPHONENUMBER:
(
)
REPORTINGPERIOD:_______________________________
PERCENTAGEOFPROJECTCOMPLETION:
CLASSIFICATION
WORKHOURSOFEMPLOYMENTONTHISPROJECT
TOTAL
BLACK
WHITE
ASIANOR
PACIFIC
ISLANDER
HISPANIC
FEMALE
DISABLED
VETERAN
SECTION3
RESIDENT
0
0
0
0
0
0
0
0
0
OFFICERS
SUPERVISORS
PROFESSIONALS
TECHNICIANS
HOUSINGSALES/RENTAL
MANAGEMENT
OFFICECLERICAL
SERVICEWORKERS
JOURNEYMEN
COMMONLABORERS
APPRENTICES
TRAINEES
TOTAL
%OFMINORITYEMPLOYEES
%FEMALEEMPLOYEES
%LOWINCOME/SECTION3EMPLOYEES
%HANDICAPPEDEMPLOYEES
0 #DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
_________________________________________________________________________
SIGNATURE
TITLEOFCOMPANYOFFICIALCOMPLETINGREPORT
____________________
DATESIGNED
**ThisformmustbecompletedmonthlybytheGeneralContractorforallworkers**
99
EXHIBITK
SECTION3EMPLOYEEDATA&CERTIFICATION
TheU.S.DepartmentofHousingandUrbanDevelopment(HUD)requiresthattheCameronCountydocumenttheincomeof
newly hired persons working on federally‐funded construction projects. This form may also be utilized as supportive
documentationforExhibitA(#2)andisintendedtocomplywithHUDCommunityDevelopmentBlockGrantrequirements.
SectionI
Applicant’sName:
JobTitle:
_____
Address:
Phone: _____
Whatisyourrace?(Circleone)
WHITE BLACK/AFRICANAMERICAN ASIAN AMERICANINDIAN/ALASKANNATIVE
NATIVEHAWAIIAN/OTHERPACIFICISLANDER
ASIAN&WHITE
BLACK&WHITE
AM.INDIAN/ALASKANNATIVE&BLACK
OTHERMULTIRACIAL
IsyourfamilyofHispanicorigin?(Circleone)
YES
NO
DoyoucurrentlyresideinPublicHousing?Ifyes,youdonotneedtofillouttherestofthisform.
(Circleone)YESNO
Haveyoubeenunemployedinthelast3years?Ifyes,youdonotneedtofillouttherestofthisform.
(Circleone)YESNO
SectionII
Atthetimeofhirebyyourcurrentemployerwereyoulowincome/unemployed/oraSection3residentwithin3yearsofthe
dateoffirstemployment?(CircleOne)YESNO
Howmanypeopleareinyourfamily?(Circleone)12345678+
Whatisyourfamily’sgrossannualincome(beforetaxes)? ___
Icertifythatalloftheaboveinformationistrueandcorrecttothebestofmyknowledge.
_____________________________________________
Employee’sSignature Date
100
EXHIBITL
SECTION3EMPLOYEEDATA&CERTIFICATION
ElDepartamentodeViviendayDesarrolloUrbano(HUD)requierequeelCondadodeCameronobtengadocumentosde
ingresos delas personas nuevamente empleadas que trabajan en los proyectos que reciben beneficios de programas
federales. Esta formulario se puede utilizar como documentacion de apoyo para el Anexo A (#2) pero tabmbien es
requeridaparacumplirconlosrequisitosdeSubvencióndeBloquedeDesarrollodeComunidaddeHUD.
SeccionI
NombredelParticipante:
TitulodeTrabajo:
Direccion:
Telefono:
¿Cuálessuraza?(Circuleuno)
AMERICANO NEGRO/AMERICANOAFRICANO
ASIÁTICO
INDIOAMERICANO/NATURALDEALASKA
NATURALDEHAWAII/ELOTROISLEÑOPACÍFICO
ASIÁTICO&AMERICANO
AMERICANOAFRICANO&AMERICANO
INDIAAMERICANO/NATURALDEALASKA&AMERICANOAFRICANO
ELOTROMULTI‐RACIAL
¿Estásufamiliadeorigenhispánico?(Circuleuno)
Sí
No
¿Enlaactualidadresideenunaviviendapublica?Sisurespuestaessi,notienequeterminaresteformulario.(Circule
uno) Sí
No
¿Haestadodesempleadoenlosultimostesaños?Sisurespuestaessi,notienequeterminaresteformulario.(Circule
uno) Sí
No
SeccionII
Almomentodesercontratadoporsuempleadoractual,¿eraustedunapersonadebajosingresos/desempleado/oun
residentedelaSección3enlos3añossiguientesalafechadesuprimerempleo?(Circuleuno) Sí
No
¿CuantospersonasensuFamilia?(Circuleuno)12345678+
¿Cuálesdineroanualgruesadesufamilia(antesdeimpuestos)?
______
Certificoquetodalainformaciónantedichaestáverdadycorrectaalmejordemiconocimiento.
_______________________________________
FirmadelEmpleado Fecha
101
EXHIBITM
ContractorPerformanceEvaluationFormforReconstruction/RehabilitationAssignments
ContractorName:
Date:
Evaluatedby: Thefollowingevaluationisfortheperiodof______________________.Contractorperformanceforthecriteriaidentifiedbelow
isbasedonascaleof1–4,four(4)beingthehighestperformancescore.Preferenceinassignmentswillbegivento
contractor(s)withthehighesttotalperformancescore.
1–Unacceptable 2–NeedsImprovement
3–MeetsExpectation
4–ExceedsExpectation
PerformanceCriteria
Score
Section3Compliance
1‐NohistorywithSection3hiring.
2‐FullcompliancewithSection3Planswithouthiring.
3‐MeetingthetargetedSection3goals
4‐ExceedingthetargetedSection3goals,and/orverificationthat30%of
hoursworkedbySection3residents,ashighestpriorityawardassumingall
otherperformanceisadequate.
Workmanship/FinalInspection
2–Passesfinalinspection,withre‐inspection.
4–Passesfinalinspection,withnore‐inspectionneeded.
ConstructionBuildTime(days)
1‐>90
2–61–90
3–36–60
4‐<36days
CustomerServiceforContractorPerformanceSurvey
1–AverageContractorPerformanceSurveyscoreislessthan2.
2–AverageContractorPerformanceSurveyscoreis2and2.9.
3–AverageContractorPerformanceSurveyscoreisbetween3and4.
4–AverageContractorPerformanceSurveyscoreisgreaterthan4.
ProjectManagement(1–4points)
‐ Removesallconstructiondebrisfromthesite;leaveshomemove‐in
ready
‐ Safeandsecureworksite
‐ Appropriatesignageandnotificationsarepostedatworksite
‐ Timelysubmittalofallrequireddocumentationincludinginspectionand
drawrequests
BonuspointforCertifiedSection3Business(1pointmax)
TotalPerformanceScore
CompletedbySection3Coordinator:
Supporting
Documentation/Observati
ons
 



Date:
102
ExhibitM#2
HOUSING ASSISTANCE
ContractorPerformanceSurvey
ContractorName:
Date:
Evaluatedby:
PleasetakeamomenttoanswerourquicksurveyandevaluateyourContractor’sperformanceforthe
criteriaidentifiedbelow.Circleascoreof1–4,four(4)beingthehighestscore.
Thecompletedhomemetyourexpectationsasdiscussedwithyoupriorto
beginningtheproject.
1
2
3
4
Thepeopleyouworkedwithwerepoliteandknowledgeable.
1
2
3
4
Youwerekeptinformedofprogresstowardcompleting yourhome.
1
2
3
4
Thecontractorwasresponsivetoyourneeds.
1
2
3
4
Thejobsitewasorganizedandclean.
1
2
3
4
Yournewhomewasmove‐inreadywhenyouweregivenkeys.
1
2
3
4
Ratetheoverallperformanceofyourcontractor.
1
2
3
4
TotalScore
Wereallconcernsregardingtheconstructionofyourhomeresolved?Ifnot,pleasetelluswhatwasnot
corrected.Beasspecificaspossible.
SignatureofHomeowner:__________________________________
ForOfficeUse
Date:___________________
Methodsurveyreceived
Mail
Basedonhomeownerresponse,isfurtheractionrequired?
FollowUpAssignedto
IssueResolved
Phone
Web
Yes
No
Yes
No
Date
Notes:
StaffSignature:_________________________________
103
EXHIBIT N
Section 3 Action Plan
All firms and individuals bidding on any Section 3 covered contract with Cameron County MUST COMPLETE AND
SUBMIT THIS ACTION PLAN WITH THE BID, OFFER, OR PROPOSAL. Any solicitation response that does not
include this document (completed and signed) will be considered non-responsive and not eligible for award.
PRELIMINARY STATEMENT OF CURRENT WORKFORCE AND HIRING NEEDS
THIS PLAN OUTLINES YOUR COMMITMENT TO CAMERON COUNTY SECTION 3 HIRING GOALS
COMPANY NAME:
____________________________________________________________________________
ADDRESS:
____________________________________________________________________________
PROJECT (BID/RFP#):
GENERAL 
JOB CATEGORY: Examples
ADMINISTRATIVE ASST., OFFICE MANAGER,
CLERK, PROJECT MANAGER, EQUIPMENT
MECHANIC, JANITORIAL, HOUSING
MANAGEMENT, LABORER, LANDSCAPER,
GLAZIER-JOURNEYMAN, GLAZIER-APPRENTICE,
PLUMBER-JOURNEYMAN, PLUMBERAPPRENTICE
SUBCONTRACTOR 
(A)
(B)
(C)
(D)
# of
CURRENT
Employees
(Core Staff)
PROJECTED
# of new Hires
FOR THIS
PROJECT
PROJECTED
# of Section 3
Hires
PROJECTED
Section 3 Hires as a
Percentage of NEW
HIRES
%
%
%
%
%
%
%
 (Check here and attach another sheet if applicable)
 Check this box if contractor does not anticipate triggering the regulation by the need for new hiring or
subcontracting opportunities. Complete the signature block at the bottom of this page.
I attest that the above information is true and correct. The company certifies that the above table represents the
appropriate number of employee positions and also represents the number of Section 3 employees that the company
proposes to hire.
Signature
Printed Name
Title
Date
THIS FORM MUST BE RETURNED WITH YOUR BID
104
SECTION 4:
TECHNICAL SPECIFICATIONS
(THIS PAGE INTENTIONALLY LEFT BLANK)
DIVISION 1 – GENERAL REQUIREMENTS
(THIS PAGE INTENTIONALLY LEFT BLANK)
SECTION 01010
SUMMARY OF WORK
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and Contract documents, including Division 0 and Division 1 Contract
requirements and technical Specifications.
1.02 SCOPE OF WORK
A. This section describes the Project in general and provides an overview of the extent of
the Work to be performed by the CONTRACTOR. Detailed requirements and extent of
Work is stated in the applicable Specification Sections and shown on the Drawings.
CONTRACTOR shall, except as otherwise specifically stated herein or in any applicable
part of these Contract Documents, provide and pay for all labor, materials, equipment,
tools, construction equipment, and other facilities and services necessary for proper
execution, testing, and completion of the Work.
B. Any part or item of the Work which is reasonably implied or normally required to make
the installation satisfactorily operable shall be performed by the CONTRACTOR and the
expense thereof shall be included in the applicable unit prices or lump sum prices bid for
the Work. It is the intent of these Specifications to provide the OWNER with the complete
system. All miscellaneous appurtenances and other items of Work that are incidental to
meeting the intent of the Specifications shall be considered as having been included in
the applicable unit prices or lump sum prices bid for the Work even though these
appurtenances and items may not be specifically called for in the Bid Documents.
C. The Work shall include furnishing all tools, labor, materials, equipment, spare parts and
miscellaneous items necessary for the complete construction of the following:
1. Installation of a gravity sanitary sewer collection system including but not limited to
PVC pipe, fiberglass manholes, service connections, and private yard lines.
1.03 CONTRACTOR'S RESPONSIBILITIES
A. Execute all Work, including excavation, installing pipe and backfill, constructing or
installing lift station wet wells and associated buildings and odor control, installing
electrical equipment, and miscellaneous site work, concrete and testing. The Work of this
Contract is specified on the Drawings and in the Technical Specifications listed in the
Table of Contents.
B. Secure all construction-related permits, other than those provided by OWNER, and pay
for the same.
C. Arrange for the necessary temporary water service and pay for this service and all water
consumed during the construction Work.
D. Provide adequate temporary sanitary facilities.
SUMMARY OF WORK
01010 - 1
1.04 TRAFFIC CONTROL
A. Develop and submit a traffic control plan which will show both day and night time
operations for the installation of the lift stations, pipelines, and associated improvements
in conformance with the current edition of the Texas Manual of Uniform Traffic Control
Devices for plan review and approval by the OWNER and TXDOT prior to the start of
construction. The TXDOT permit for work in the TXDOT ROW is subject to TXDOT
approval of the CONTRACTOR's traffic control plan.
B. Furnish, install and maintain barricades, warning signs and other traffic handling devices
of the size and type specified in the Manual of Uniform Traffic Control Devices or as
directed by the ENGINEER or highway department official.
C. Inspect and properly maintain traffic controls each evening and during the weekend in
addition to normal daytime working hours. The CONTRACTOR is responsible for all
costs associated with installation and maintenance of traffic controls.
D. Designate one person who will be accessible to the OWNER on a 24-hour basis and will
be responsible for the maintenance of the barricades and the work site.
E. Coordinate any interruption of traffic with TXDOT, the OWNER, Fire and Police
Departments, and the ENGINEER at least 24 hours in advance of such interruptions.
F. Furnish, install, and maintain street barricades on all dead end streets and as necessary
during construction to maintain job safety.
1.05 EASEMENTS OF RIGHT-OF-WAY
A. CONTRACTOR shall confine his construction operations within the limits indicated on
the Drawings, and shall use due care in placing construction tools, equipment, excavated
materials, and pipeline materials and supplies so as to cause the least possible damage to
property and interference with traffic. If the CONTRACTOR requires additional
easement for his operations, the CONTRACTOR is solely responsible for acquisition and
maintenance of the easement. No additional compensation will be provided by the
OWNER.
B. Easements
1. Easements across private property are indicated on the Drawings. CONTRACTOR
shall set stakes to mark the boundaries of construction easement across private
property. The stakes shall be protected and maintained until completion of
construction and cleanup.
C. Rights-of-Way
1. Permits for Work in rights-of-way shall be obtained by the CONTRACTOR. All
Work performed and all operations of CONTRACTOR, his employees, or
subcontractors, within the limits of railroad and highway rights-of-way, shall be in
conformity with the requirements and be under the control (through OWNER) of the
railroad or highway authority owning, or having jurisdiction over and control of, the
right-of-way in each case.
SUMMARY OF WORK
01010 - 2
1.06 OPERATION OF EXISTING FACILITIES
A. Existing water and wastewater facilities shall be kept in continuous operation throughout
the construction period. No interruption will be permitted which adversely affects the
degree of service provided. Provided permission is obtained from OWNER in advance,
portions of the existing facilities may be taken out of service for short periods
corresponding with periods of minimum service demands.
B. CONTRACTOR shall provide temporary facilities and make temporary modifications as
necessary to keep the existing facilities in operation during the construction period.
1.07 CONNECTIONS TO EXISTING FACILITIES
A. Unless otherwise specified or indicated, CONTRACTOR shall make all necessary
connections to existing facilities including structures, drain lines, and utilities. In each
case, CONTRACTOR shall receive permission from OWNER or the owning utility prior
to undertaking connections. CONTRACTOR shall protect facilities against deleterious
substances and damage.
B. Connections to existing facilities which are in service shall be thoroughly planned in
advance, and all required equipment, materials and labor shall be on hand at the time of
undertaken the connection. Work shall proceed continuously (around the clock) if
necessary to complete connections in the minimum time. Operation of valves or other
appurtenances on existing utilities, when required, shall be by or under the direct
supervision of the owning utility.
1.08 UNFAVORABLE CONSTRUCTION CONDITIONS
A. No portion of the Work shall be constructed under conditions which adversely affect the
quality or efficiency thereof, unless special means or precautions are taken by
CONTRACTOR to perform the Work in a proper and satisfactory manner.
END OF SECTION
SUMMARY OF WORK
01010 - 3
THIS PAGE LEFT INTENTIONALLY BLANK
SUMMARY OF WORK
01010 - 4
SECTION 01019
CONTRACT CONSIDERATIONS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Payment Procedures
B. Change Procedures
C. Measurement and Payment for Unit Prices
D. Correlation of CONTRACTOR Submittals
1.02 PAYMENT PROCEDURES
A. Submit one (1) copy of the Application for Payment based upon Application for Payment,
or other proposed format as agreed upon by OWNER in advance of request.
B. Payment Period: at intervals stipulated in the Agreement.
C. Submit an updated Progress Schedule and Photographs with each Application for
Payment in accordance with Section 01300 - Submittals.
D. Submit data justifying dollar amounts in question when ENGINEER requires
substantiating information.
1.03 CHANGE PROCEDURES
A. ENGINEER may advise of minor changes in the Work not involving an adjustment to
Contract Price or Contract Time as authorized by Paragraph 9.5 of the General
Conditions.
B. ENGINEER may amend or supplement the Contract Documents as authorized by General
Conditions by issuing a detailed description of a proposed change with supplementary or
revised Drawings and Specifications, including a change in Contract Time related to the
change (with a stipulation for any overtime work required) and the period of time during
which the requested price will be considered valid. Prepare and submit an estimate within
15 days.
C. Propose a change by submitting request for change to ENGINEER and describe the
proposed change and its full effect on the Work. Describe the reason for the change and
the effect on the Contract Price and Contract Time with full documentation (and a
statement describing the effect on Work by separate or other contractors). Document any
requested substitutions In accordance with the Procurement General Conditions.
D. Stipulated Price Change Order: based on CONTRACTOR's maximum price quotation or
CONTRACTOR's request for a Change Order as approved by ENGINEER.
E. Unit Price Change Order: for pre-determined unit prices and quantities and executed on
a fixed unit price basis. Changes in Contract Price and Contract Time to be computed as
specified for Time and Material Change Order.
CONTRACT CONSIDERATIONS
01019 - 1
F. Time and Material Change Order: based on itemized account and supporting data after
completion of change within time limits indicated in the General Conditions. ENGINEER
to determine the change allowable in Contract Price and Contract Time as provided in the
General Conditions. Maintain detailed records of work done on this basis, provide full
information required for evaluation of proposed changes, and substantiate costs for
changes in the Work.
G. Change Order Form: based on Change Order Form, or other proposed format as agreed
upon by OWNER in advance of request.
1.04 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Progress Schedules to reflect any change in Contract Time and revise
sub-schedules to adjust time for other items of the Work affected by the change.
B. Promptly enter changes in Project Record Documents.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
CONTRACT CONSIDERATIONS
01019 - 2
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Measurement and payment criteria applicable to the Work performed under a unit price
payment method.
B. Defect assessment and non-payment for rejected work.
1.02 AUTHORITY
A. This Section is the authority for measurement methods and definitions of pay items, and
supersedes any such direction which may be stated or implied in the Drawings or in
individual sections of the technical specifications (Divisions 2 and higher).
B. Take all measurements and compute quantities. The OWNER will verify measurements
and quantities.
C. Assist by providing necessary equipment, workers, and survey personnel as required.
1.03 UNIT QUANTITIES SPECIFIED
A. Quantities indicated in the Bid Proposal are for bidding and contract purposes only.
Quantities and measurements supplied or placed in the Work and verified by the OWNER
determine payment.
B. If the actual Work requires more or fewer quantities than those quantities indicated,
provide the required quantities at the unit sum/prices contracted.
1.04 MEASUREMENT OF QUANTITIES
A. Measurement by Volume: Measured by cubic dimension using mean length, width and
height or thickness.
B. Measurement by Area: Measured by square dimension using mean length and width or
radius.
C. Linear Measurement: Measured by linear dimension, at the item centerline or mean
chord.
D. Stipulated Sum/Price Measurement: Items measured by weight, volume, area,
1.05 PAYMENT
A. Payment Includes: Full compensation for all required labor, products, tools, equipment,
plant, transportation, services and incidentals; erection, application or installation of an
item of the Work, including overhead and profit.
B. Final payment for Work governed by unit prices will be made on the basis of the actual
measurements and quantities accepted by the OWNER multiplied by the unit sum/price
for Work which is incorporated in or made necessary by the Work.
MEASUREMENT AND PAYMENT
01025 - 1
1.06 DEFECT ASSESSMENT
A. Replace the Work, or portions of the Work, not conforming to specified requirements.
B. The individual specification sections may modify these options or may identify a specific
formula or percentage sum/price reduction for defective Work.
C. The authority of the OWNER to assess the defect and identify payment adjustment, is
final.
1.07 NON-PAYMENT FOR REJECTED PRODUCTS
A. Payment will not be made for any of the following:
1. Products wasted or disposed of in a manner that is not acceptable.
2. Products determined as unacceptable before or after placement.
3. Products not completely unloaded from the transporting vehicle.
4. Products placed beyond the lines and levels of the required Work.
5. Products remaining on hand after completion of the Work.
6. Loading, hauling and disposing of rejected Products.
1.08 STANDARDS FOR COMPUTING PAY ITEMS
A. See the General Conditions, particularly paragraphs 2.6.3, 2.9, and 14.1, for additional
direction regarding use and application of pay items.
B. The intent of Pay Items is to address all items shown, specified, required, reasonably
implied, or otherwise necessary for the completion of the Work indicated in the Contract
Documents. No separate payment will be made for costs (including, but not necessarily
limited to labor, equipment, materials, or other CONTRACTOR expenses) arising from
the completion of the Work which was indicated in the Contract Documents, whether or
not a Pay Item expressly includes such costs. Should the Work include costs not expressly
included in any Pay Item, CONTRACTOR is presumed to have included such costs in
his bid under related pay items.
1. Other Pay Items not specifically listed in the Pay Item Descriptions below, which are
for specific work (such as decommissioning or demolition of an existing facility),
may be identified in the Bid Form. These items are provided in order to establish a
basis for payment upon completion of work including and related to that described
for the Pay Item in the Bid Form.
Should the Work include costs not expressly or impliedly included under any Pay
Item, CONTRACTOR is presumed to have included such costs in his bid under the
Pay Item entitled "ALL OTHER WORK".
C. Excavation is unclassified, and construction requiring excavation is paid under the
appropriate Pay Item value regardless of the character of ground encountered during
Construction.
D. Pay Item Descriptions
1. MOBILIZATION - Lump sum price (which shall not exceed 5% of the Total Base
Bid Amount) shall include all work necessary to mobilize, demobilize and remobilize
as necessary to perform Work in accordance with the Contract Documents.
2. REMOVE EXISTING PIPE - Price per linear foot of water and/or sewer (gravity or
pressure) line removed and disposed of, regardless of size, depth, or material, which
MEASUREMENT AND PAYMENT
01025 - 2
follows the same general alignment of proposed pipes. Flow bypass operations to
maintain service to connected customers during construction is also included.
3. ABANDON EXISTING PIPE - Price per cubic yard of flowable fill or grout to be
placed in existing buried pipes which are to be filled and abandoned in place.
4. (EACH SIZE) PRESSURE PIPE - Price per linear foot of water and/or pressure sewer
line regardless of material and depth of installation shall include furnishing, installing,
excavating, bedding, backfilling, and testing the pipe and fittings. Also included is
the incidental removal and replacement of existing structures (including all
occurrences of less than 25 feet of contiguous pipe) which conflict with, but do not
follow the same general alignment of proposed pipes. Restoration, including but not
limited to replacement of pavement for the width of the trench plus benches on either
side of the trench is also included.
5. CONNECT TO EXISTING (EACH SIZE) DRY LINE - Price per each connection
shall include all work necessary for locating and making connection to existing
inactive pressure line; including fittings and removing abandoned pipe.
6. CONNECT TO EXISTING (EACH SIZE) WET LINE - Price per each connection
shall include all work necessary for locating and making connection to existing active
pressure line; including fittings and removing abandoned pipe.
7. (EACH SIZE) (EACH TYPE) VALVE - Price per each for buried valves furnished,
installed, excavated, bedded, backfilled, and tested, regardless of depth.
8. (EACH SIZE) GRAVITY SEWER AT (EACH DEPTH) - Price per linear foot of
gravity sewer line regardless of material shall include furnishing, installing,
excavating, bedding, backfilling, and testing the pipe and appurtenances. Depth for
payment shall be measured from the finished grade to the invert of the pipe.
Connection to existing gravity sewer lines, manholes, and service connections
(whether active or inactive), which is necessary for completion and activation of the
new sewer, is included. Also included is the incidental removal and replacement of
existing structures (including all occurrences of less than 25 feet of contiguous pipe)
which conflict with, but do not follow the same general alignment of proposed pipes.
Restoration, including but not limited to replacement of pavement for the width of the
trench plus benches on either side of the trench is also included.
9. OPEN-CUT SEWER SERVICE LATERALS - Price per each lateral constructed
between the sewer main trench excavation and the property line of the customer
served, regardless of size, including a new cleanout at the property line, as well as
determining location of and making connection to the existing lateral at the property
line. Price includes furnishing, installing, excavating, bedding, backfilling, and
testing the lateral and appurtenances. Restoration, including but not limited to
replacement of pavement for the width of the trench plus benches on either side of the
trench is also included.
10. JACKED SEWER SERVICE LATERALS - Price per each lateral constructed
between the sewer main trench excavation and the property line of the customer
served by jacking methods, regardless of size, including a new cleanout at the
property line, as well as determining location of and making connection to the existing
lateral at the property line. Price includes furnishing, installing, and testing the lateral
and appurtenances, as well as excavating, backfilling, and restoration of entry and exit
pit areas.
MEASUREMENT AND PAYMENT
01025 - 3
11. (EACH DIAMETER) MANHOLES AT (EACH DEPTH RANGE) - Price shall be
determined per each manhole based on the specified depth range (for example,0-8
feet, 8-12 feet, etc.). The depth shall be the actual depth from the top to the flow line
of the manhole. Price shall include frame and standard or water tight covers.
Restoration, including replacement of pavement for the manhole excavation plus
benches around the excavation is also included.
12. DROP CONNECTIONS - Price shall be determined per vertical foot for each
manhole drop connection constructed regardless of size. Depth for payment shall be
measured between the upper and lower inverts of the drop pipe.
13. REMOVE EXISTING MANHOLE - Price per each manhole removed and disposed
of, regardless of diameter, depth, or material.
14. ABANDON EXISTING MANHOLE - Price per each manhole abandoned in place,
including plugging connected sewer lines, excavating, backfilling, filling manhole,
removing upper section(s), and pavement replacement for the extent of the excavation
plus benches around the excavation perimeter.
15. JACK & BORE (EACH CASING SIZE) - Price shall be determined per linear foot
for furnishing and installing casing pipe by boring or tunneling, furnishing and
threading carrier pipe, blocking, sealing ends; excavating, dewatering, and backfilling
pits; and all other work that is required to complete the installation.
16. (EACH SIZE) CASING PIPE - OPEN TRENCH - Price shall be determined per
linear foot for furnishing and installing casing pipe in an open trench, furnishing and
threading carrier pipe, spacers, sealing ends, pits and all other work that is required to
complete the installation. Price shall include excavation and backfill.
17. (EACH SIZE) CURE-IN-PLACE PIPING - Price shall be determined per linear foot
of pipe, for furnishing, installing, cleaning, and televising cure-in-place piping, and
shall include staging and restoration of entry and exit areas. Flow bypass operations
to maintain service to connected customers during construction is also included.
18. (EACH EXISTING SIZE X PROPOSED SIZE) PIPE BURSTING - Price shall be
determined per linear foot of pipe, for furnishing, installing, and testing pipe burst
construction, and shall include staging, excavation, dewatering, backfilling, and
restoration of entry and exit areas. Flow bypass operations to maintain service to
connected customers during construction is also included.
19. DEWATERING - Price shall be determined per linear foot of pipe installed by open
trench methods, where dewatering is deemed necessary by the OWNER's inspector
in order to keep the trench dry for pipe installation.
20. TRENCH SAFETY - Price shall be determined per linear foot of trench, where
excavation depth exceeds five feet, to include compliance with all applicable OSHA
and Texas Health and Safety Code requirements.
21. TRENCH SAFETY PLAN - Lump Sum Price shall include compensation for
CONTRACTOR's registered Professional Engineer to design the Trench Safety
system, as well as CONTRACTOR's training of employees and other related
administration of the Trench Safety Plan.
22. PAVEMENT REPLACEMENT - Price shall be determined per square yard of
asphaltic pavement to be replaced outside of utility excavation limits, including
removal of existing subgrade, base, and surface, and replacement with new subgrade,
base, and surface.
MEASUREMENT AND PAYMENT
01025 - 4
23. PAVEMENT REPAIR - Price shall be determined per square yard of asphaltic
pavement to be repaired outside of utility excavation limits, including milling of
existing surface, and replacement with new surface.
24. LIFT STATION - Lump Sum Price shall include all work (including, but not limited
to civil, mechanical, electrical, structural, start-up, and testing work) within the area
of the limits of construction as shown on Drawings as necessary for the complete
construction and/or rehabilitation of the lift station, including dewatering, and
decommissioning and removal of existing components as called for. Price shall also
include associated landscaping and access drive improvements located outside of the
proposed fence area or lot, as well as lift station-specific appurtenances (e.g.,
manhole, flow meter or force main air release valve) and connections located outside
of the proposed fence area or lot due to site space limitations.
25. ALL OTHER WORK - Lump Sum Price shall include all work indicated in the
Contract Documents (including, but not necessarily limited to labor, equipment,
materials, or other CONTRACTOR expenses arising from the completion of the
Work) which the CONTRACTOR deems to be expressly and impliedly omitted from,
and unrelated to, other Pay Items listed in the Bid Form.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
MEASUREMENT AND PAYMENT
01025 - 5
THIS PAGE INTENTIONALLY LEFT BLANK
MEASUREMENT AND PAYMENT
01025 - 6
SECTION 01039
COORDINATION AND MEETINGS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Coordination.
B. Preconstruction Conference.
C. Site Mobilization Meeting.
D. Progress Meetings.
E. Preinstallation Conference.
F. Field Engineering.
1.02 COORDINATION
A. Inform OWNER and ENGINEER of the address for sending to which official
correspondence and the address and telephone number of CONTRACTOR's
representative who will be Project Manager for the Contract and responsible and available
outside of normal working hours for emergency repairs and maintenance of safety
devices.
B. During periods of construction and testing keep OWNER and ENGINEER informed in
writing with name, address, and telephone number of CONTRACTOR's representative
who will be responsible and available outside of normal working hours for emergency
repairs and the maintenance of safety devices.
C. Identify correspondence, drawings, data and materials, packing slips or other items
associated with this Contract as that identified on the Cover.
D. Coordinate scheduling, submittals, and Work for the various Sections of Specifications
to effectuate an efficient and orderly sequence for installing interdependent construction
elements, with provisions for accommodating items installed later.
E. Coordinate Work of various Sections with interdependent responsibilities for installing,
connecting to, and placing in service, operating equipment.
F. Coordinate space requirements and installation of mechanical and electrical work, which
are indicated by diagram on Drawings. Follow routing shown for pipes, ducts, and
conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces
efficiently to maximize accessibility for other installations, maintenance, and repairs.
G. In finished areas (except as otherwise indicated), conceal pipes, ducts, and wiring within
the construction. Coordinate locations of fixtures and outlets with finish elements.
H. Coordinate completion and clean up of Work of separate sections in preparation for
Substantial Completion and for portions of Work designated for OWNER's partial
occupancy.
COORDINATION AND MEETINGS
01039 - 1
I. After OWNER occupancy of premises, coordinate access to site for correction of
defective Work and/or incomplete Work to minimize disruption of OWNER's activities.
J. Provide coordination in accordance with Article 7 of the General Conditions.
1.03 PRECONSTRUCTION CONFERENCE
A. OWNER to schedule a preconstruction conference in accordance with General
Conditions Article 2.
B. Agenda:
1. Distribute Contract Documents.
2. Finalize preliminary Progress Schedule, submittal schedule and schedule of values.
3. Designate personnel representing each party.
4. Procedures and processing of field decisions, submittals, substitutions, applications
for payments, proposal request, testing, Change Orders and Contract closeout
procedures.
5. Scheduling.
1.04 SITE MOBILIZATION MEETING (NOT USED)
A. OWNER to schedule a meeting at the Project site before CONTRACTOR occupancy.
B. Attendance Required: OWNER, *ENGINEER, * *Special Consultants, *
CONTRACTOR, *CONTRACTOR's Superintendent, * and major Sub
CONTRACTORs.
C. Agenda:
1. Use of premises by OWNER and CONTRACTOR.
2. OWNER's requirements *and *partial* occupancy*.
3. Construction facilities and controls provided by OWNER.
4. Temporary utilities provided by OWNER.
5. Survey and *building* * * layout.
6. Security and housekeeping procedures.
7. Schedules.
8. Procedures for testing.
9. Procedures for maintaining record documents.
10. Requirements for start-up of equipment.
11. Inspection and acceptance of equipment put into service during construction period.
1.05 PROGRESS MEETINGS
A. OWNER to schedule a progress meeting no later than 60 days after the Preconstruction
Conference and a monthly meeting throughout progress of the Work. Make arrangements
for meetings, prepare agenda with copies for participants, and preside at meetings.
B. Attendance: CONTRACTOR, major Subcontractors, OWNER, and ENGINEER, as
appropriate to agenda topics for each meeting.
C. Agenda:
1. Review minutes of previous meetings.
2. Unresolved issues.
3. Review Work progress.
COORDINATION AND MEETINGS
01039 - 2
4. Observations, problems, and decisions.
5. Identification of problems that impede planned progress.
6. Review of submittals schedule and status of submittals.
7. Review of off-site fabrication and delivery schedules.
8. Maintenance of progress schedule.
9. Corrective measures to regain projected schedules.
10. Planned progress during succeeding Work period.
11. Coordination of projected progress.
12. Maintenance of quality and work standards.
13. . Effect of proposed changes on progress schedule and coordination.
14. Other business relating to Work.
1.06 PREINSTALLATION CONFERENCE
A. When required in individual Specification Section, convene a preinstallation conference
at work site before commencing Work of the Section.
B. Require attendance of parties directly affecting, or affected by, work of the specific
Section. Notify ENGINEER 5 days in advance of meeting date.
C. Make arrangements for meeting and preside at conference.
D. Review conditions of installation, preparation and installation procedures, and
coordination with related work.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION
3.01 FIELD ENGINEERING
A. Surveying: All surveying shall be performed by a Land Surveyor registered in the State
of Texas.
1. Existence and location of underground and other utilities and construction indicated
as existing are not guaranteed. Before beginning site work, investigate and verify the
existence and location of underground utilities and other utilities and construction.
Use "One-Call," l-800-DIG-TESS or (800) 344-8377.
2. Furnish all surveys necessary to perform the Work. Maintain surveyor's log of control
and other survey work. Keep log available for reference.
3. Verify layout information shown on the Drawings in relation to existing benchmarks
before laying out of the Work. Locate and protect existing benchmarks and control
points. Preserve permanent reference points during construction.
4. Promptly report lost or destroyed reference points, benchmarks, or control points.
Promptly report requirements relocate reference and control points due to changes in
grades. Promptly replace lost or destroyed control points based on the original survey
control points.
END OF SECTION
COORDINATION AND MEETINGS
01039 - 3
THIS PAGE INTENTIONALLY LEFT BLANK
COORDINATION AND MEETINGS
01039 - 4
SECTION 01046
TEMPORARY BYPASS PUMPING SYSTEM
PART 1 - GENERAL
1.01 SUMMARY
A. Provide temporary pumping to bypass flow around construction location.
B. Furnish all materials, labor, equipment, power, maintenance, etc. to implement a
temporary pumping system for the purpose of diverting the existing flow around the
specified area for the specified duration.
1.02 RELATED REQUIREMENTS
A. Related work as called for on PLANS or specified in this or other TECHNICAL
SPECIFICATION Sections.
1.03 SUBMITTALS
A. The Contractor shall submit detailed plans and descriptions outlining all provisions and
precautions to be taken by the Contractor regarding the handling of existing waste water
flows. This plan must be specific and complete, including such items as schedules,
locations, elevations, capacities of equipment, materials and all other incidental items
necessary and/or required to insure proper protection of the facilities, including protection
of the access and bypass pumping locations from damage due to the discharge flows, and
compliance with the requirements and permit conditions specified in these Contract
Documents. No construction shall begin until all provisions and requirements have been
reviewed by the Engineer.
B. The plan shall include but not be limited to details of the following:
1. Staging areas for pumps;
2. Number, size, material, location and method of installation of suction piping;
3. Number, size, material, method of installation and location of installation of discharge
piping;
4. Bypass pump sizes, capacity, number of each size to be on site and power
requirements;
5. Calculations of static lift, friction losses, and flow velocity (pump curves showing
pump operating range shall be Submitted);
6. Downstream discharge plan;
7. Method of protecting discharge manholes or structures from erosion and damage;
8. Thrust and restraint block sizes and locations;
9. Method of noise control for each pump and/or generator;
10. Any temporary pipe supports and anchoring required;
11. . Design plans and computation for access to bypass pumping locations indicated on
the drawings;
12. Calculations for selection of bypass pumping pipe size;
13. Schedule for installation of and maintenance of bypass pumping lines;
14. Plan indicating selection location of bypass pumping line locations.
TEMPORARY BYPASS PUMPING SYSTEM
01046 - 1
1.04 QUALITY ASSURANCE
A. The design, installation and operation of the temporary pumping system shall be the
Contractor's responsibility. The Contractor shall employ the services of a vendor who can
demonstrate that they specialize in the design and operation of temporary bypass pumping
systems. The vendor shall provide at least five (5) references of projects of a similar size
and complexity as this project performed within the past three years.
B. The bypass system shall meet the requirements of all codes and regulatory agencies
having jurisdiction.
C. Approved Vendor
1. Goodwin Pumps of America
2. Or Approved Equal
1.05 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for Work performed under this Section, except as
listed below. Include cost of same in Contract bid price for Work of which this is a
component part.
B. Contract bid price to include cost of all work including system design, set-up,
maintenance, de-mobilization, etc. The number of months that temporary pumps must
be in-place is determined by the Contractor's construction schedule.
PART 2 - PRODUCTS
2.01 EQUIPMENT
A. All pumps used shall be fully automatic self-priming units that do not require the use of
foot-valves or vacuum pumps in the priming system. The pumps may be diesel powered.
All pumps used must be constructed to allow dry running for long periods of time to
accommodate the cyclical nature of flows.
B. The Contractor shall provide the necessary automatic stop/start controls for each pump.
C. The Contractor shall include one stand-by pump of each size to be maintained on site.
Back-up pumps shall be on-line, isolated from the primary system by a valve.
D. Discharge Piping - In order to prevent the accidental spillage of flows, all discharge
systems shall be temporarily constructed of pressure pipe with positive, restrained joints.
Under no circumstances will aluminum "irrigation" type piping or glued PVC pipe be
allowed. Discharge hose will only be allowed in short sections and by specific permission
from the Engineer.
2.02 SYSTEM DESCRIPTION
A. Design Requirements:
1. Bypass pumping systems to have the specified capacity. The Contractor shall provide
all pipeline plugs, pumps of adequate size, and temporary discharge piping. Bypass
pumping system will be required to be operated 24 hours per day.
2. The Contractor shall have adequate standby equipment available and ready for
immediate operation and use in the event of an emergency or breakdown. One standby
pump for each size pump utilized shall be installed, ready for use in the event of
TEMPORARY BYPASS PUMPING SYSTEM
01046 - 2
primary pump failure.
B. Performance Requirements:
1. Contractor to provide, maintain and operate all necessary temporary facilities such as
dams, plugs, pumping equipment (both primary and back-up units as required),
conduits, all necessary power, and all other labor and equipment.
2. The design, installation and operation of the temporary pumping system shall be the
Contractor's responsibility.
3. The bypass system shall meet the requirements of all codes and regulatory agencies
having jurisdiction.
4. The Contractor shall provide all necessary means to safely convey the flows around
the work area. The Contractor will not be permitted to stop or impede the flows under
any circumstances.
5. The Contractor shall maintain the work area in a manner that will not cause
surcharging of sewers, damage to sewers and that will protect public and private
property from damage and flooding.
6. The Contractor shall protect water resources, wetlands, and other natural resources.
PART 3 - EXECUTION
3.01 FIELD QUALITY CONTROL AND MAINTENANCE
A. Test:
1. The Contractor shall perform leakage and pressure tests of the bypass pumping
discharge piping prior to actual operation. Provide 24 hours notice prior to testing.
B. B. Inspection:
1. While system is operating, Contractor shall inspect bypass pumping system every two
hours to ensure that the system is working correctly.
C. C. Maintenance Service:
1. The Contractor shall insure that the temporary pumping system is properly maintained
and a responsible operator shall be on hand at all times when pumps are operating.
2. Provide routine maintenance of pumping units during periods when they are not
required to be in-service. This includes exercising them on a weekly basis, keeping
batteries at an adequate charge level, and any item required to ensure system
reliability when they are required to be in service.
D. D. Extra Materials:
1. Spare parts for pumps and piping shall be kept on site as required.
2. Adequate hoisting equipment for each pump and accessories shall be maintained on
the site.
3.02 PREPARATIONS
A. Precautions
1. Contractor is responsible for locating any existing utilities in the area the Contractor
selects to locate the bypass pipelines. The Contractor shall locate bypass pipelines to
minimize any disturbance to existing utilities and shall obtain approval of the pipeline
locations from the Owner and the Engineer. All costs associated with relocating
utilities shall be paid by the Contractor.
TEMPORARY BYPASS PUMPING SYSTEM
01046 - 3
2. During all bypass pumping operation, the Contractor shall protect the Lift Station,
force main, gravity pipelines and all existing utilities from damage inflicted by any
equipment. The Contractor shall be responsible for all physical damage to the Lift
Station, force main, gravity pipelines and all local sewer lines caused by human or
mechanical failure.
3.03 INSTALLATION AND REMOVAL
A. The Contractor shall make connections upstream of the existing lift station, force main,
or gravity sewer, wet well and may be required to provide adequate suction conduit.
B. When working inside manhole or force main, the Contractor shall exercise caution and
comply with OSHA requirements when working in the presence of sewer gases,
combustible gases, oxygen-deficient atmospheres, and confined spaces.
END OF SECTION
TEMPORARY BYPASS PUMPING SYSTEM
01046 - 4
SECTION 01300
SUBMITTALS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Submittal procedures for:
1. Schedule of Values.
2. Construction Schedules.
3. Shop Drawings, Product Data, and Samples
4. Operations and Maintenance Data.
5. Manufacturer's Certificates.
6. Construction Photographs.
7. Project Record Documents.
8. Video Tapes.
9. Design Mixes.
1.02 SUBMITTAL PROCEDURES
A. Scheduling and Handling:
1. Schedule submittals well in advance of the need for the material or equipment for
construction. Allow time to make delivery of material or equipment after submittal
has been approved.
2. Develop a submittal schedule that allows sufficient time for initial review, correction,
resubmission and final review of all submittals. The Engineer will review and return
submittals to the Contractor as expeditiously as possible but the amount of time
required for review will vary depending on the complexity and quantity of data
submitted. In no case will a submittal schedule be acceptable which allows less than
30 days for initial review by the Engineer. This time for review shall in no way be
justification for delays or additional compensation to the Contractor. Recognizing
that time is of the essence, the Contractor is to stamp the top of each submittal with
the words ROUTINE or CRITICAL. Routine submittals shall be processed in
accordance with the timeframe set forth previously. Critical submittals are those that:
were overlooked by the Contractor, involve complex coordination, or are crucial to
the successful completion of a specific portion of the project. For critical submittals:
a. Contractor shall indicate on the submittal his realistically estimated date of when
a review must be returned;
b. Upon return of critical submittals, Contractor shall date-stamp the transmittal page
with date and time received;
c. Contractor is cautioned that the use of critical submittals is not a substitute for
proper due diligence on his part. Review of critical submittals found to be routine
shall be accompanied by an invoice for excess time and material expenditures that
were required in order to complete the critical review as compared to a routine
review. The Resident Project Representative shall make the determination as to
whether a critical submittal was in fact routine.
SUBMITTALS
01300 - 1
3. The Engineer's review of submittals covers only general conformity to the Drawings,
Specifications and dimensions which affect the layout. The Contractor is responsible
for quantity determination. Quantities may be verified by the Engineer. The
Contractor is responsible for any errors, omissions or deviations from the Contract
requirements; review of submittals in no way relieves the Contractor from his
obligation to furnish required items according to the Drawings and Specifications.
4. Submit sufficient copies of documents. Unless otherwise specified in the following
paragraphs or in the Specifications, provide 3 copies in addition to the number the
Contractor requires returned. For portions of the project involving electrical or signal
components, provide one additional copy (4 copies in addition to the number the
Contractor requires returned).
5. Revise and resubmit submittals as required. Identify all changes made since previous
submittal.
6. A maximum of three (3) reviews will be conducted on any one submittal. Submittals
requiring more than three (3) reviews will be considered inadequate and result in a
recovery of review expenses from the Contractor.
7. The Contractor shall assume the risk for material or equipment which is fabricated or
delivered prior to approval. No material or equipment shall be incorporated into the
Work or included in periodic progress payments until approval has been obtained in
the specified manner.
B. Transmittal Form and Numbering:
1. Transmit each submittal to the Engineer with a Transmittal Cover.
2. Sequentially number each transmittal including the Specification Section number
followed by a area designation number and the sequential number beginning with the
number 1. Re-submittals shall use the original number with an alphabetic suffix (i.e.,
2A for first re-submittal of Submittal 2 or 15C for third re-submittal of Submittal 15).
Each submittal shall only contain one type of work, material, or equipment. Mixed
submittals will not be accepted.
3. Identify time nature of submittal, either ROUTINE or CRITICAL.
4. Identify variations from requirements of Contract Documents and identify product or
system limitations.
5. For submittal numbering of video tapes, see paragraph 1.10 Video.
C. Transmittal Cover:
1. Transmittal Cover, certifying that the items have been reviewed in detail and are
correct and in accordance with Contract Documents, except as noted by any requested
variance. A stamp may be used to print the information on the Transmittal Cover
except for the Contractor’s signature. Regardless of whether the transmittal cover is
typed or stamped, the transmittal cover text shall be a minimum of fourteen (14) point.
2. As a minimum, Transmittal Cover information shall include:
a. Contractor's name.
b. Job number.
c. Submittal number.
d. Certification statement that the Contractor has reviewed the submittal and it is in
compliance with the Contract Documents.
e. Signature line for Contractor.
f. Submittal type – routine or critical
SUBMITTALS
01300 - 2
3. The bottom half of the Transmittal Cover shall be kept blank.
D. Electronic copy submittals:
1. Electronic copies of the approved paper copy Operation and Maintenance Manuals
are to be produced in Adobe Acrobat's Portable Document Format (PDF) Version 9.0
or higher.
2. Do not password protect and/or lock the PDF document.
3. Create one (1) PDF document (PDF file) for each equipment O&M Manual.
4. Drawings or other graphics must be converted to PDF format and made part of the
one (1) PDF document.
a. Scanning to be used only where actual file conversion is not possible.
5. Rotate pages that must be viewed in landscape to the appropriate position for easy
reading.
6. Images only shall be scanned at a resolution of 300 dpi or greater.
a. Perform Optical Character Recognition (OCR) capture on all images.
b. Achieve OCR with the "original image with hidden text" option.
c. Word searches of the PDF document must operate successfully to demonstrate
OCR compliance.
7. Create bookmarks in the navigation frame, for each entry in the Table of
Contents/Index.
a. Normally three (3) levels deep (i.e., "Chapter," "Section," "Sub-section").
8. Thumbnails must be generated for each PDF file.
9. Set the opening view for PDF files as follows:
a. Initial view: Bookmarks and Page.
b. Magnification: Fit in Window.
c. Page layout: Single page.
d. Set the file to open to the cover page of the manual with bookmarks to the left, and
the first bookmark linked to the cover page.
e. All PDF documents shall be set with the option "Fast Web View" 1 to open the
first 2 pages of the document for the viewer while the rest of the document
continues to load.
f. File naming conventions:
1) File names shall use a "ten dot three" convention (XXXXX-YYYY-Z.PDF)
where XXXXX is the Specification Section number, YYYY is the area
designation number and Z is the sequential submittal number.
10. Labeling:
a. As a minimum, include the following labeling on all CD-ROM discs and jewel 19
cases:
1) Project Name.
2) Equipment Name and Project Tag Number.
3) Project Specification Section.
4) Manufacturer Name.
5) Vendor Name.
11. Binding:
a. Include labeled CD(s) in labeled jewel case(s). Bind jewel cases in standard threering binder Jewel Case Page(s), inserted at the front of the Final paper copy
submittal.
SUBMITTALS
01300 - 3
b. Jewel Case Page(s) to have means for securing Jewel Case(s) to prevent loss (e.g.,
flap and strap).
1.03 CONSTRUCTION SCHEDULE
A. Submit Construction Schedules in accordance with Section 01325 – Construction
Schedule.
1.04 OPERATIONS AND MAINTENANCE DATA
A. Submit Operations and Maintenance data in accordance with Section 01782 - Operations
and Maintenance Data.
1.05 MANUFACTURER'S CERTIFICATES
A. When required in Specification sections, submit manufacturers' certificate of compliance
for review by Engineer.
B. Transmittal Cover, as described in paragraph 1.02C, shall be placed on front page of the
certification.
C. Submit supporting reference data, affidavits, and certifications as appropriate.
D. Certificates may be recent or previous test results on material or product, but must be
acceptable to Engineer.
1.06 CONSTRUCTION PHOTOGRAPHS
A. Submit Construction Photographs in accordance with Section 01321 – Construction
Photographs.
1.07 PROJECT RECORD DOCUMENTS
A. Submit Project Record Documents in accordance with Section 01785 - Project Record
Documents.
1.08 VIDEO
A. Submit television video tapes as required for Acceptance Testing for Sanitary Sewers.
B. Transmittal forms for video tapes shall be numbered sequentially beginning with TV01,
TV02, etc.
1.09 DESIGN MIXES
A. When specified in Specifications, submit design mixes for review.
B. Transmittal Cover, as described in paragraph 1.02C, shall be placed on front page of each
design mix.
C. Mark each design mix to identify proportions, gradations, and additives for each class
and type of design mix submitted. Include applicable test results on samples for each
mix.
D. Maintain a copy of approved design mixes at mixing plant.
SUBMITTALS
01300 - 4
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION
3.01 GENERAL
A. Submittals made as part of this project will become a vital portion of the project record
and will be referenced by the Owner for the useful life of the project. All submittals shall
be of high quality. To this end, the following requirements are made:
1. As much as possible, all catalog cuts and manufacturer’s information shall be original.
2. Copies, when required, shall be clean and entirely legible.
3. Neither facsimiles nor copies of facsimiles are to be included as part of any submittal.
4. Binders, if used, shall be rugged, lock-ring type. Spine of binders shall be clearly
labeled with the information outlined in items 1.02 C.2.a. through c.
B. Reviewed submittals shall be returned to Contractor for distribution to subcontractors and
other trades as required. As a minimum, submittals returned to the Contractor will be
marked with review comments indicating findings of the review and giving instruction
as to necessity of a re-submittal. The Engineer may, at his option, use a stamp for this
purpose. Detailed correspondence covering the review may also accompany returned
submittals.
END OF SECTION
SUBMITTALS
01300 - 5
THIS PAGE INTENTIONALLY LEFT BLANK
SUBMITTALS
01300 - 6
SECTION 01325
CONSTRUCTION SCHEDULE
PART 1 - PART 1
GENERAL
1.01 GENERAL
A. Provide Construction Schedules for Work included in this Contract in accordance with
requirements in this Section. Create a Construction Schedule using Critical Path Method
(CPM) computer software capable of mathematical analysis of Precedence Diagramming
Method (PDM) schedules. Provide printed activity listings and bar charts in formats
described in this Section.
B. Combine activity listings and bar charts with a narrative report to form the Contractor's
Construction Schedule submittal for the Engineer.
1.02 SCHEDULING STAFF
A. Employ or retain services of an individual experienced in critical path scheduling for the
duration of the Contract. This person shall cooperate with the Engineer and shall update
the Contractor's schedule at least monthly as required to indicate current status of the
Work.
1.03 SUBMITTALS
A. Make Construction Schedule submittals for review by the Engineer in accordance with
requirements of the Conditions of the Contract.
B. During the pre-construction meeting provide sample bar charts and activity listings
produced from the scheduling software proposed. Scheduling software is subject to
approval of the Engineer and must meet requirements provided in this Section. Review
of the samples will be provided by the Engineer within 7 days of the submittal.
C. Within 21 days of receipt of approval of the Contractor's format, or 30 days of the Notice
to Proceed, whichever is later, submit a proposed Construction Schedule for review. The
Construction Schedule submittal shall be based on the following:
1. The level of detail and number of activities required in the schedule are dependent on
the project type.
a. For wastewater projects, the work shall be categorized by Work Type and Area
Code in the schedule.
2. For projects with multiple types of tasks within the scope, these types of work shall
be indicated separately within the schedule.
3. For projects with work at different physical locations or service areas, or different
facilities within a site, each location or facility shall be indicated separately within the
schedule. Work on each floor of a multi-story building shall be shown as separate
tasks.
4. For projects with multiple crafts or significant subcontractor components, these
elements shall be indicated separately within the schedule. Unless permitted by the
Engineer, tasks shall consist of work covered by only one division of the Project
Manual.
CONSTRUCTION SCHEDULE
01325 - 1
5. Unless permitted by the Engineer, each schedule task shall be the same as a schedule
of values line item, and vice versa.
6. For projects with significant major equipment items or materials representing over 5
percent of the Total Contract Price, the schedule shall indicate dates when these items
are to be purchased, when they are to be delivered, and when installed. Activities for
testing, adjustment, and delivering O & M manuals shall be included.
7. No task except the acquisition of major equipment items shall represent more than
one percent of the Total Contract Price for facility projects and 3 percent of the Total
Contract Price for other projects. The duration of tasks may not exceed 40 calendar
days.
8. For projects where operating facilities are involved, each period of work which will
impact any process or operation shall be identified in the schedule and must be agreed
to by the Engineer and the facility operator prior to starting work in the area.
9. Construction Schedule submittals shall include:
a. Printed bar charts which meet the criteria outlined in this Section and which are
produced by the Contractor's approved scheduling software.
b. Activity listings which meet the criteria outlined in this Section and which are
produced by the Contractor's approved scheduling software.
c. Predecessor/successor listing sorted by Activity ID which meets the criteria
outlined in this Section and which is produced by the Contractor's approved
scheduling software.
d. A logic network diagram shall be required with the first construction schedule
submittal for facilities projects.
e. A graphic or tabular display of estimated monthly billings for the Work shall be
prepared and submitted by the Contractor with the first schedule submittal. This
information is not required in monthly updates, unless significant changes in
work require re-submittal of the schedule for review. The display shall allocate
units indicated in the bid schedule or the schedule of values to Construction
Schedule activities. (Weighted allocations are acceptable, where appropriate).
The dollar value associated with each allocated unit will be spread across the
duration of the activity on a monthly basis. The total for each month and a
cumulative total will be indicated. These monthly forecasts are only for planning
purposes of the Engineer. Monthly payments for actual work completed will be
made by the Engineer in accordance with the Conditions of the Contract.
f. A narrative report which shall provide the information outlined in this Section.
D. No payment will be made until the Construction Schedule and billing forecast are
accepted by the Engineer.
E. If the Contractor desires to make changes in his method of operating and scheduling, after
approval of the original schedule has been given by the Engineer, the Contractor shall
notify the Engineer in writing, stating the reasons for the change. If the Engineer
considers these changes to be of significant nature, the Contractor may be required to
revise and resubmit for approval all or the affected portion of the Contractor's
Construction Schedule to show the effect on the Work.
CONSTRUCTION SCHEDULE
01325 - 2
F. Upon written request from the Engineer, the Contractor shall revise and submit for
approval all or any part of the Construction Schedule submittal to reflect changed
conditions in the Work or deviations made from the original plan and schedule.
G. The Contractor's Construction Schedule shall thereafter be updated with Actual Start and
Actual Finish Dates, Percent Complete, and Remaining Duration of each Activity and
submitted monthly. The data date to be used in updating the monthly Construction
Schedule shall be the same data date as is used in the monthly Application for Payment.
This monthly update of the schedule shall be required before the monthly Application for
Payment will be processed for payment.
1.04 SCHEDULING COMPUTER SOFTWARE REQUIREMENTS
A. The Contractor's Construction Schedule shall be created using CPM computer software
which provides mathematical analysis of PDM schedules. The software shall be capable
of creating bar charts and activity listings which can be sorted by various fields, i.e., Sort
by Activity ID; Sort by Early Start; Sort by Total Float; Sort by Area Code; sort by
specification section number; and sort by Subcontractor. The software shall be capable
of producing a logic network diagram.
B. The PDM scheduling software shall be capable of producing activity listings and bar
charts with the following information for each activity in the schedule:
1. Activity ID
2. Activity Description
3. Estimated (Original) Duration
4. Remaining Duration
5. Actual Duration
6. Early Start Date
7. Late Start Date
8. Early Finish Date
9. Late Finish Date
10. Free Float
11. Total Float
12. Activity Codes (such as Area Code, Work Type, Specification Section,
Subcontractor)
C. The PDM scheduling software shall be capable of printing calendars using the
mathematical analysis of the schedule, indicating the Contractor's standard work days of
the week and scheduled holidays.
D. Scheduling software shall be capable of printing an activity listing which indicates the
Predecessors and Successors, Lag Factors and Lag Relationships used in creating the
logic of the schedule.
E. Scheduling software shall be capable of printing a bar chart of the entire schedule for the
Work included in this Contract. The bar chart format shall provide a monthly time scale
and shall be such that a 12-month time scale shall not exceed one page width. Bar charts
may be printed or plotted on 8.5" x 11", 8.5" x 14" or 11" x 17" sheet sizes. Over-size
plots are not acceptable.
CONSTRUCTION SCHEDULE
01325 - 3
1.05 NARRATIVE SCHEDULE REPORT
A. The Narrative Report shall include a listing of the Activities Started This Month;
Activities Completed This Month; Activities Continued This Month; Activities
Scheduled to Start or Complete Next Month; Problems Encountered This Month; Actions
Taken to Solve These Problems.
B. The narrative Schedule Report shall include a description of changes made to the
Construction Schedule Logic (i.e., changes in Predecessors and Lags); Activities Added
to the Schedule; Activities Deleted from the Schedule; any other changes made to the
Schedule other than the addition of Actual Start Dates and Actual Finish Dates and
changes of Data Date and Remaining Durations for re-calculation of mathematical
analysis.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
CONSTRUCTION SCHEDULE
01325 - 4
SECTION 01380
CONSTRUCTION PHOTOGRAPHS AND VIDEO
PART 1 - GENERAL
1.01 PHOTOGRAPHY
A. CONTRACTOR shall be responsible for the production of pre-construction, during
construction (construction progress) and post-construction photographs as provided
herein. OWNER's Representative may also designate additional subjects for photographs
in addition to the general guidelines identified below.
B. All photographs must be produced by a competent photographer and shall be digital color
photography of commercial quality. All CONTRACTOR-generated photographs must be
stored in a .jpeg file format. Each photograph shall be submitted in duplicate as two 3inch by 5-inch prints of professional quality enclosed in clear plastic binders. The prints
shall be accompanied by digital photographs in CD disc format. Each print shall be
marked with the name and number of Contract, name of CONTRACTOR, description
and location of view and identity of photographer.
C. Each photograph submittal must include a Photo Log that includes the name and number
of Contract, name of CONTRACTOR, the name of the photographer, and company of
the photographer, photograph number, the date of the photograph and the filename that
the camera assigns to the photo (e.g. MVC-001.jpg). In addition, appropriate descriptive
information to properly identify the location of view must be entered into the Photo Log
to assist in maintaining a concise project record (e.g. location of MH 5 - Line A or Sta.
2+00 - Line A or location of Sedimentation Basin5, sludge pump A).
D. All pre-construction photographs must be submitted prior to the CONTRACTOR
beginning any Work that may cause site disturbance. All construction progress
photographs shall be submitted with the monthly progress payment. All post construction
photographs shall be submitted prior to release of final payment to the CONTRACTOR.
1. Pre-construction photographs must be taken at sufficient intervals to be able to fully
document the pre-construction conditions of the Work, but in no case less than 100
feet along the street, right-of-way or water/wastewater line route before
commencement of Work. Each photograph location shall be taken from a minimum
of two (2) views (one forward station view and one backward station view along the
street or pipeline route) within the limits of construction. Particular attention must be
devoted to pre-existing damage to streets, curbs, sidewalks, driveways, signs,
mailboxes, etc. for which the CONTRACTOR could be blamed following
construction. An identification marker such as houses, businesses, signs, property
numbers, mail boxes, landscaping, etc. must be included in each view to properly
confirm its location for ease of later identification. At a minimum, photographs must
be taken of the following views:
a. the entire street (full width and length)
b. all curbs (both sides of street) - all pre-existing curb damage not called for
replacement within the Work must be documented, including major cracks
c. all driveways, steps, and curbs (both sides of street)
CONSTRUCTION PHOTOGRAPHS AND VIDEO
01380 - 1
d. fence and gate conditions
e. trees, ornamental shrubs, plantings/planter boxes and evidence of irrigation
features
f. other privately owned features that might be disturbed by the construction
g. prominent utility features, such as: guy wires, poles, signs, valves, meters, pull
boxes, etc.
h. streams and stream banks within the limits of construction
i. other significant or prominent features in order to protect the OWNER and
CONTRACTOR following construction (e.g. close up photographs of preexisting
broken curbs, cracked/failed pavement, damaged adjacent retaining walls, etc.)
j. views of structures in areas where CONTRACTOR will be working within five
(5) feet of said structure
k. other views as requested by the OWNER
2. For street, right-of-way and/or pipeline alignment documentation, construction
progress photographs shall be taken from a minimum of two (2) views (one forward
station view and one backward station view along the street and/or pipeline route, and
one front view and one side view for fittings and appurtenances of pipeline projects)
within the limits of construction. Additional photographs shall be taken at stations of
significant features and, for pipeline projects at dead ends, tees, bends, valves,
manholes, connections, at locations of concrete placement, at stations which will
potentially affect adjacent property owners, and at other such times and locations as
requested by the OWNER.
E. Construction progress photographs of the same views taken during preconstruction
photography must be taken during the progress of the Work and shall be submitted
monthly with the CONTRACTOR's monthly progress payments. Post-construction
photographs must be taken of the same views taken during preconstruction photography
to fully document the completed project. Post construction photographs must be taken
after cleanup and site restoration, and must be submitted prior to release of final payment.
1.02 PRE-CONSTRUCTION VIDEO
A. For all horizontal projects (streets and water & wastewater lines) the CONTRACTOR
shall also document by video, within the limits of construction, all pre-existing site
conditions / elements as documented in above.
B. The video documentation shall provide a clear and continuous view of the project
alignment and everything within the limits of construction.
C. The video shall not be taken from inside a vehicle that is moving. The video shall be taken
standing within the limits of construction, as applicable.
D. The pre-construction video shall be digital and submitted to the OWNER in CD disc
format prior to the occurrence of any site disturbance.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
CONSTRUCTION PHOTOGRAPHS AND VIDEO
01380 - 2
SECTION 01460
LABORATORY AND INSPECTION SERVICES
PART 1 - GENERAL
1.01 GENERAL DESCRIPTION OF WORK:
A. This item shall consist of all required testing and inspection services required to provide
certification that the completed construction is in substantial compliance with the
contract, plans and specifications.
B. Testing and inspections shall include: all underground utilities (water, sewer & drainage),
roadway embankment, subgrade, base & asphalt, curbs of all types, concrete pavements,
concrete structures, signage, striping, and all other facilities as may be included in the
overall scope of construction.
C. Inspections may include observations to determine compliance with the prescribed
stormwater pollution prevention plan (SW3P), trench safety, personal protection
equipment and traffic control plans.
D. The ENGINEER has the authority to observe, test, inspect, approve, and accept the work.
The ENGINEER decides all questions about the quality and acceptability of materials,
work performed, work progress, Contract interpretations, and acceptable Contract
fulfillment. The ENGINEER has the authority to enforce and make effective these
decisions.
E. The ENGINEER acts as a referee in all questions arising under the terms of the Contract.
The ENGINEER’s decisions will be final and binding.
1.02 MEASUREMENT AND PAYMENT
A. Measurement:
1. This work shall be considered incidental to the completion of the project and no
additional compensation shall be paid for this work.
B. Payment
1. No separate payment shall be made for this item.
1.03 LABORATORY REPORTS
A. The testing laboratory shall provide and distribute copies of laboratory reports to the
distribution list provided by the Engineer.
B. One copy of each laboratory report distributed or faxed to the Contractor shall be kept at
the site field office for the duration of the project.
C. Before close of business on the working day following test completion and review,
reports which indicate failing test results shall be transmitted immediately via fax from
the testing laboratory to the material supplier, Contractor, Engineer and Resident Project
Representative.
LABORATORY AND INSPECTION SERVICES
01460 - 1
1.04 LIMITS ON TESTING LABORATORY AUTHORITY
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract
Documents.
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of the Contractor.
D. Laboratory has no authority to stop the Work
1.05 CONTRACTOR RESPONSIBILITIES
A. Provide safe access to the Work and to manufacturer's facilities for the Engineer, Resident
Project Representative and for testing laboratory personnel.
B. Provide to the testing laboratory a copy of the construction schedule and a copy of each
update to the construction schedule.
C. Notify the Engineer and the testing laboratory during normal working hours of the day
previous to the expected time for operations requiring inspection and testing services. If
the Contractor fails to make timely prior notification, then the Contractor shall not
proceed with the operations requiring inspection and testing services.
D. Request and monitor testing as required to provide timely results and to avoid delay to
the Work. Provide samples to the laboratory in sufficient time to allow the required test
to be performed in accordance with specified test methods before the intended use of the
material.
E. Cooperate with laboratory personnel in collecting samples on site. Provide incidental
labor and facilities for safe access to the Work to be tested; to obtain and handle samples
at the site or at source of products to be tested; and to facilitate tests and inspections
including storage and curing of test samples.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.01 LABORATORY TESTING
A. All required laboratory testing shall be completed by an independent, qualified testing
laboratory approved by the OWNER. All initial testing shall be paid for by the OWNER.
Any retesting required shall be paid for by the CONTRACTOR.
B. Laboratory sampling and testing specified in individual Specification sections shall
conform to the latest issues of ASTM standards, TxDOT methods, or other recognized
test standards as approved by the Engineer.
C. The requirements of this section shall also apply to those tests for approval of materials,
for mix designs, and for quality control of materials as performed by the testing
laboratories employed by the Owner.
LABORATORY AND INSPECTION SERVICES
01460 - 2
D. Cost for additional review time will be billed to the CONTRACTOR by the OWNER for
the actual hours required for the re-testing in accordance with the current rates as
established by the contract between the OWNER and the Testing Lab. Cost for the
additional review shall be paid to the OWNER by the CONTRACTOR on a monthly
basis.
3.02 INSPECTIONS
A. PROVIDERS: All required inspections shall be provided by either the independent
testing laboratory or by the Engineer. All initial inspections conducted during normal
business hours (8:00 am to 5:00 pm, Monday – Friday, excluding Holidays) shall be
provided by the OWNER at no charge. Any inspections or testing requested by the
CONTRACTOR to be provided at any other time will be paid for by the
CONTRACTOR. Any re-inspections or re-testing required shall be paid for by the
CONTRACTOR.
B. COSTS: Cost for additional review time will be billed to the CONTRACTOR by the
OWNER for the actual hours required for the retesting in accordance with the current
rates as established by the contract between the OWNER and the Testing Lab. Cost for
the additional review shall be paid to the OWNER by the CONTRACTOR on a monthly
basis.
C. INSPECTORS: Inspectors are authorized representatives of the ENGINEER. Inspectors
are authorized to examine all work performed and materials furnished, including
preparation, fabrication, and material manufacture. Inspectors inform the
CONTRACTOR of failures to meet Contract requirements. Inspectors may reject work
or materials and may suspend work until any issues can be referred to and decided by the
ENGINEER. Inspectors cannot alter, add, or waive Contract provisions, issue
instructions contrary to the Contract, act as foremen for the CONTRACTOR, or interfere
with the management of the work. Inspection or lack of inspection will not relieve the
CONTRACTOR from obligation to provide materials or perform the work in accordance
with the Contract. CONTRACTOR shall provide safe access to all parts of the work and
provide information and assistance to the ENGINEER to allow a complete and detailed
inspection and give the ENGINEER sufficient notice to inspect the work. Work
performed without suitable inspection, as determined by the ENGINEER, may be
ordered removed and replaced at CONTRACTOR’s expense. CONTRACTOR shall
remove or uncover portions of finished work as directed. Once inspected, restore work
to Contract requirements. If the uncovered work is acceptable, the costs to uncover,
remove, and replace or make good the parts removed will be paid for in accordance
“Changes in the Work.” If the work is unacceptable, CONTRACTOR shall assume all
costs associated with repair or replacement, including the costs to uncover, remove, and
replace or make good the parts removed. When a government entity, utility, Railroad
Company, or other entity accepts or pays a portion of the Contract, that organization’s
representatives may inspect the work but cannot direct the CONTRACTOR. The right of
inspection does not make that entity a party to the Contract and does not interfere with
the rights of the parties to the Contract.
LABORATORY AND INSPECTION SERVICES
01460 - 3
D. FINAL INSPECTION: After all work is complete, the CONTRACTOR will request a
final inspection by the ENGINEER authorized to accept the work. The final inspection
will be made as soon as possible, and not later than 5 calendar days after the request. No
working day charges will be made between the date of request and final inspection. After
the final inspection, if the work is satisfactory, the ENGINEER will notify the
CONTRACTOR in writing of the final acceptance of the work. If the final inspection
finds any work to be unsatisfactory, the ENGINEER will identify in writing all
deficiencies in the work requiring correction. Correct the deficiencies identified.
Working day charges will resume if these deficiencies are not corrected within 7 calendar
days, unless otherwise authorized by the ENGINEER. Upon correction, the ENGINEER
will make an inspection to verify that all deficiencies were corrected satisfactorily. The
ENGINEER will provide written notice of the final acceptance.
3.03 SCHEDULING
A. It shall be the CONTRACTOR’S responsibility to contact the Brownsville Public Utilities
Engineering staff at least 48 hours before the required testing or inspection is to occur.
B. It shall be the CONTRACTOR’S responsibility to plan the construction in such a manner
to allow the appropriate tests and inspections to be conducted without disruption to the
construction process.
3.04 PREPARATION
A. CONTRACTOR shall be responsible for preparing the project site as necessary to
conduct all required testing. This shall include, but may not be limited to: proper grading
of construction site, completion of required compaction activities, complete installation
of all forms, installation of all required reference points (grade stakes), provision of
adequate traffic control, additional personnel and/or supplies and all necessary safety
measures (i.e. OSHA compliant Trench Safety) as needed.
END OF SECTION
LABORATORY AND INSPECTION SERVICES
01460 - 4
SECTION 01500
TEMPORARY FACILITIES
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
A. Drawings and General provisions of Contract, including General Conditions and
Supplementary General Conditions, and Division 1 requirements.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.01 OFFICE AT THE WORK SITE
A. During the performance of this Contract, CONTRACTOR shall maintain a suitable office
at or near the site of the Work which shall be the headquarters of his superintendent. Any
communication given to the superintendent or delivered to CONTRACTOR's office at
the site of the Work in his absence shall be deemed to have been delivered to
CONTRACTOR.
B. In addition, CONTRACTOR shall provide a suitable field office with at least 200 square
feet of floor space, either adjacent to, or partitioned off from, his office at the site for use
by OWNER's Representative. The office shall be provided with outside entrance door
with a substantial lock, glazed windows suitable for light and ventilation, and adequate
heating, air conditioning, and lighting facilities. CONTRACTOR shall pay all electricity
and heating bills and shall provide telephone services with a telephone as specified
hereinafter. The office shall be furnished with a desk, two four-drawer filing cabinets, a
table, two chairs, a plan rack, and a locker for storage of surveying instruments. The doors
on the locker shall be equipped for padlocking. The general arrangement of the office and
facilities provided shall be acceptable to OWNER's Representative.
3.02 WATER FOR CONSTRUCTION
A. All water required for and in connection with the Work to be performed shall be furnished
by and at the expense of the CONTRACTOR through meters installed on hydrants.
CONTRACTOR shall supply all necessary tools, hose and pipe, and shall make necessary
arrangements for securing and transporting such water and shall take water in such a
manner, and at such times, that will not produce a harmful drain or decrease of pressure
in the OWNER's water system. It shall be the CONTRACTOR's responsibility to make
arrangements with the BPUB for the metering and reporting of the amount of water used.
Water shall not be used in a wasteful manner. Standard hydrant wrenches shall be used
for opening and closing of fire hydrants. In no case shall pipe wrenches be used for this
purpose. Temporary lines shall be removed when no longer required.
3.03 TELEPHONE SERVICE
A. CONTRACTOR shall make all necessary arrangements and pay all installation charges
for telephone lines in his offices at the site and shall provide all telephone instruments.
TEMPORARY FACILITIES
01500 - 1
3.04 SANITARY FACILITIES
A. CONTRACTOR shall furnish temporary sanitary facilities at the site, as provided herein,
for the needs of all construction workers and others performing Work or furnishing
services on the Project.
B. Sanitary facilities shall be of reasonable capacity, properly maintained throughout the
construction period, and obscured from public view to the greatest practical extent. If
toilets of the chemically treated type are used, at least one toilet shall be furnished for
each 20 employees. CONTRACTOR shall enforce the use of such sanitary facilities by
all personnel at the site.
3.05 PROTECTION OF PUBLIC AND PRIVATE PROPERTY
A. CONTRACTOR shall protect, shore, brace, support and maintain all underground pipes,
conduits, drains, and other underground construction uncovered or otherwise affected by
the CONTRACTOR's operations. All pavement, surfacing, driveways, curbs, walks,
buildings, utility poles, guy wires, fences, and other surface structures affected by
construction operations, together with all sod and shrubs in yards, parkways, and
medians, shall be restored to their original condition, whether within or outside the
easement/right-of way. All replacements shall be made with new materials.
B. CONTRACTOR shall be responsible for all damage to streets, roads, curbs, sidewalks,
highways, shoulders, ditches, embankments, culverts, bridges, or other public or private
property, which may be caused by transporting equipment, materials, or men to or from
the Work, whether by him or his Subcontractors. CONTRACTOR shall make satisfactory
and acceptable arrangements with the OWNER of, or the agency having jurisdiction over,
the damaged property concerning its repair or replacement or payment of costs incurred
in connection with the damage.
C. All fire hydrants and water control valves shall be kept free from obstruction and available
for use at all times.
3.06 TREE AND PLANT PROTECTION
A. All trees and other vegetation which must be removed to perform the Work shall be
removed and disposed of by the CONTRACTOR; however, no trees or cultured plants
shall be unnecessarily removed unless their removal is indicated on the Drawings. All
trees and plants not removed shall be protected against injury from construction
operations.
B. No tree shall be removed outside of permanent easement(s), except where authorized by
the ENGINEER. Whenever practicable, CONTRACTOR shall tunnel beneath trees in
yards and parking lots when on or near the line of trenching operations. Hand excavations
shall be employed as necessary to prevent injury to trees. Care shall be taken with exposed
roots, unearthed during construction, so that roots do not dehydrate causing tree damage.
C. Trees considered by the ENGINEER to have any significant effect on construction
operations are indicated on the Drawings and those which are to be preserved are so
indicated.
D. CONTRACTOR shall take extra measures to protect trees designated to be preserved,
using methods shown on the Drawings.
TEMPORARY FACILITIES
01500 - 2
3.07 SECURITY
A. Security shall be in accordance with Section 01540 - Security.
B. CONTRACTOR shall be responsible for protection of the site, and all Work, materials,
equipment, and existing facilities hereon, against vandals and other unauthorized persons.
C. No claim shall be made against OWNER by reason of any act of an employee or
trespasser, and CONTRACTOR shall make good all damage to the OWNER's property
resulting from CONTRACTOR's failure to provide security measures as specified.
D. Security measures shall be at least equal to those usually provided by OWNER to protect
existing facilities during normal operations, and shall also include such additional
security fencing, barricades, lighting, and other measures as required to protect the site.
When required, the CONTRACTOR shall provide a security plan to the OWNER for
review as to appropriateness of the security measures proposed.
3.08 ACCESS ROADS
A. CONTRACTOR shall establish and maintain temporary access roads to various parts of
the site as required to complete the Project. Such roads shall be available for the use of
all others performing Work or furnishing services in connection with the Project.
3.09 PARKING
A. CONTRACTOR shall provide and maintain suitable parking areas for the use of all
construction workers and others performing Work or furnishing services in connection
with the Project, as required, to avoid any need for parking personal vehicles where they
may interfere with public traffic, the OWNER's operations, or construction activities.
3.10 DUST CONTROL
A. Dust Control during construction of this Project shall be performed daily, as directed by
the OWNER's representative. No direct payment will be made for dust control. Dust
Control shall be considered subsidiary work relating to various Bid items of the Contract.
3.11 TEMPORARY DRAINAGE PROVISIONS
A. CONTRACTOR shall be responsible for providing for the drainage of storm water and
such water as may be applied or discharged on the site in performance of the Work.
CONTRACTOR shall obtain ENGINEER approval for temporary drainage facilities
which will handle, carry through, or divert around his Work all drainage flow, including
storm flow and flows created by construction activity, to prevent silting of waterways or
flooding damage to the property and adjacent property.
3.12 EROSION CONTROL
A. CONTRACTOR shall prevent erosion of soil on the site and adjacent property resulting
from his construction activities. Effective measures shall be initiated prior to the
commencement of clearing, grading, excavation, or other operations which will disturb
the natural protection.
B. CONTRACTOR shall use controls developed from successful techniques elsewhere as
approved by ENGINEER. Siltation and/or sedimentation controls shall include dams,
berms, and dikes.
TEMPORARY FACILITIES
01500 - 3
3.13 POLLUTION CONTROL
A. CONTRACTOR shall prevent the pollution of drains and watercourses by sanitary
wastes, sediment, debris and the substances resulting from construction activities. No
sanitary wastes will be permitted to enter any drain or watercourse. No sediment, debris
or other substance will be permitted to enter sanitary sewers and reasonable measures
shall be taken by CONTRACTOR to prevent such materials from entering any drain or
watercourse.
B. CONTRACTOR shall observe the rules and regulations of the State of Texas and
agencies of the U.S. Government prohibiting the pollution of any lake, stream, river, or
wetland by the dumping of any refuse, rubbish, dredge material, or debris therein.
C. CONTRACTOR is specifically cautioned that disposal of materials into any water of the
State must conform to the requirements of the Texas Commission on Environmental
Quality (TCEQ), and any applicable permit from the U.S. Army Corps of Engineers.
3.14 NOISE CONTROL
A. CONTRACTOR shall comply with the applicable Noise Ordinances. CONTRACTOR
shall take reasonable measures to avoid unnecessary noise. Such measures shall be
appropriate for the normal ambient sound level in the area during working hours. All
construction machinery and vehicles shall be equipped with practical sound-muffling
devices, and operated in a manner to cause the least noise consistent with efficient
performance of the Work.
3.15 FENCES
A. All existing fences affected by the Work shall be maintained by the CONTRACTOR until
completion of the Work. Fences which interfere with construction operations shall not be
relocated or dismantled until written permission is obtained from the OWNER of the
fence, and the period the fence may be left relocated or dismantled has been agreed upon.
Where fences must be maintained across any construction easement, adequate gates shall
be installed. Gates shall be kept closed and locked at all times when not in use.
B. Upon completion of the Work across any tract of land, CONTRACTOR shall restore all
fences to preconstruction, or to a better, condition and to their preconstruction location.
3.16 MAIL BOXES
A. CONTRACTOR shall remove, reset temporarily, and relocate permanently all mail boxes
that are within construction site limits conforming to requirements of United States Postal
Service. Mailboxes shall not be laid on the ground, but shall be temporarily reset the same
day as removed. Payment for removing and resetting of mail boxes will not be paid for
directly, but will be considered subsidiary to the various Bid items. Any damage to mail
boxes or posts shall be the responsibility of the CONTRACTOR.
3.17 EMERGENCY FACILITIES
A. Free access shall be maintained at all times to fire lanes and emergency and utility control
facilities such as fire hydrants, fire alarm boxes, police call boxes, and utility valves,
manholes, junction boxes, etc. In the event that it is necessary to make one of these
facilities temporarily inaccessible, CONTRACTOR shall obtain approval of such action,
TEMPORARY FACILITIES
01500 - 4
and schedule, of Work from the OWNER. CONTRACTOR shall also provide at least 24
hours prior notice to the Fire Department, Police Department, and City Department
governing the affected utility. The same Department(s) shall be promptly notified by the
CONTRACTOR when such facilities are placed back in unobstructed service.
END OF SECTION
TEMPORARY FACILITIES
01500 - 5
THIS PAGE INTENTIONALLY LEFT BLANK
TEMPORARY FACILITIES
01500 - 6
SECTION 01555
TRAFFIC CONTROL AND REGULATION
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Traffic Control and Regulation
1.02 METHODS OF PAYMENT
A. Measurement and payment for Traffic Control and Regulation is on a stipulated price
basis.
B. Payment: Traffic Control and Regulation will be paid for at the Contract lump sum price.
1.03 REFERENCES
A. Texas Manual of Uniform Traffic Control Devices (TMUTCD)
B. Texas Department of Transportation (TxDOT) permit (if applicable)
C. City of Brownsville
D. Cameron County
1.04 PERFORMANCE REQUIREMENTS
A. Provide all necessary signs, barricades, marking, lighting, and other equipment and
supplies required to comply with the TMUTCD (and TxDOT permit, if applicable)
B. Provide all necessary certified flagmen required to comply with the TMUTCD (and
TxDOT, City, and/or County permit, if applicable)
PART 2 - PRODUCTS
A. Equipment and materials must be furnished, installed and operated by an experienced
contractor regularly engaged in traffic control system design, installation and operation.
B. All equipment must be in good repair and operating order.
C. Sufficient standby equipment and materials shall be kept available to ensure continuous
operation, where required.
PART 3 - EXECUTION
A. Provide labor, material, equipment, techniques and methods required to provide safe
traffic control and regulation. Monitor effectiveness of the installed system and its effect
on adjacent property.
B. Notify, TxDOT, City and /or County as required by the permit(s) (if applicable).
C. Provide continuous system operation, including nights, weekends and holidays. Arrange
for appropriate backup if electrical power is primary energy source for traffic control
system.
D. Remove system(s) upon completion of construction or when traffic control is no longer
required.
END OF SECTION
TRAFFIC CONTROL AND REGULATION
01555 - 1
THIS PAGE INTENTIONALLY LEFT BLANK
TRAFFIC CONTROL AND REGULATION
01555 - 2
SECTION 01561
TRENCH EXCAVATION AND SHORING SAFETY PLAN
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. This section shall cover CONTRACTOR’S furnishing a Safety System Plan, and all labor
and materials for installation and maintenance of the Trench Safety System.
B. Trench safety system for structural excavations which fall under provisions of State and
Federal trench safety laws.
C. For any trench excavation at a depth of five (5) feet or greater, or where shown on plans,
provide trench safety system. Trench safety system shall be in accordance with details
shown on CONTRACTOR’S Trench Excavation and Shoring Safety Plan.
1.02 MEASUREMENT AND PAYMENT
A. Unit Prices:
1. Measurement for “Trench Safety System” by linear foot of trench excavated. Shoring
of trench at manholes and other line structures to be included in the lineal foot cost.
B. Payment: The Work performed in conformance with this specification shall be paid as
follows:
1. Pay for “Trench Safety System” measured as stated above by the linear feet of trench
excavated and as shown on PROPOSAL. Payment shall be full compensation for all
Work materials and advance wench safety training employed. There shall be no
increase in the Contract price because of the incorporation of CONTRACTOR’S
Trench Excavation and Shoring Safety Plan or CONTRACTOR’S detailed plans and
specifications for the trench safety system into the bid documents and the
Construction Contract. There shall be no increase in the Contract price because of
modifications to CONTRACTOR’s plans and/or the CONTRACTOR’s detail plans
and specifications for the trench safety system, whether or not the result of unforeseen
or differing site or soil conditions.
2. Pay for “Design of Trench Safety System Plan” developed by CONTRACTOR’S
Registered Professional Engineer by lump sum as shown on Bid Proposal. Payment
by OWNER shall be full compensation for all professional services relating to the
CONTRACTOR’s submittal to OWNER of the “Trench Safety System Plan”.
C. Stipulated Price (Lump Sum). If the Contract is a Stipulated Price Contract, payment for
work in this Section is included in the total Stipulated Price.
D. When not listed as separate contract pay item, “Trench Safety System” shall be
considered as incidental work, and the cost thereof including furnishing all materials,
labor equipment, tools and incidentals required for the work, all in accordance with the
plans and these specifications, shall be incorporated in such contract pay items as are
provided in the proposal contract.
TRENCH SAFETY SYSTEM
01561 - 1
1.03 DEFINITIONS
A. A trench shall be defined as a narrow excavation (in relation to its depth) made below the
surface of the ground. In general, the depth is greater than the width, but the width of a
trench (measured at the bottom) is not greater than 15 feet.
B. The trench safety system requirements will apply to larger open excavations if the
erection of structures (or other installations) limits the space between the excavation
slope and installed structure to dimensions equivalent of a defined trench above.
C. Trench Safety Systems include but are not limited to sloping, sheeting, trench boxes or
trench shields, sheet piling, cribbing, bracing, shoring, dewatering or diversion of water
to provide adequate drainage.
1.04 SUBMITTALS
A. Submit a Trench Excavation Protection System and Plan specifically for the construction
of trench excavation. Design the trench safety program to be in accordance with OSHA
standards governing the presence and activities of individuals working in and around
trench excavations.
B. Construction and shop drawings containing deviations from OSHA standards or special
designs shall be sealed by a State of Texas Registered Professional Engineer retained and
paid by Contractor.
C. Review of the Contractor’s Trench Excavation Protection System and Plan by the
Owner’s Representative will only be in regard to compliance with this specification and
will not constitute approval by the Owner nor relieve Contractor of obligations under
State and Federal trench safety regulations.
1.05 REGULATORY REQUIREMENTS
A. Install and maintain trench safety systems in accordance with the detail specifications set
out in the provision of Excavations, Trenching, and Shoring, Federal Occupation Safety
and Health Administration (OSHA) Standards.
1.06 INDEMNIFICATION
A. Contractor shall indemnify and hold harmless the Owner, its employees and agents, from
any and all damages, costs (including, without limitation, legal fees, court costs, and the
cost of investigation), judgements or claims by anyone for injury or death of persons
resulting from the collapse or failure of trenches constructed under this Contract.
B. Contractor acknowledges and agrees that this indemnity provision provides indemnity for
the Owner in case the Owner is negligent either by act or omission in providing for trench
safety, including, but not limited to safety program and design reviews, inspections,
failures to issue stop work orders, and the hiring of the Contractor.
PART 2 - PRODUCTS
2.01 MATERIALS
A. The materials used in the Trench Safety System shall be furnished by the
CONTRACTOR, as approved by the OWNER, to comply with the requirements of the
TRENCH SAFETY SYSTEM
01561 - 2
work of the CONTRACTOR as specified therein.
B. Timber. Trench sheeting materials to be full size, a minimum of two inches in thickness,
solid and sound, free from weakening defects such as loose knots and splits.
C. Steel Sheet Piling. Steel sheet piling shall at a minimum conform to one of the following
specifications:
1. ASTM A328.
2. ASTM A572, Grade 50.
3. ASTM A690.
D. Steel for stringers (wales) and cross braces shall conform to ASTM A588.
E. Steel Trench Boxes. Portable steel trench box shall at a minimum be constructed of steel
conforming to ASTM Specification A-36. Connecting bolts used shall conform to
Specifications ASTM A-3 07. Welds to conform to requirements of AWS Specification
D1.1.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Install and maintain trench safety systems in accordance with provisions of OSHA.
B. Install specially designed trench safety systems plan in accordance with the Contractor's
Trench Safety System Plan.
C. A competent person, as identified in the Contractor's Trench Safety System Plan, shall
verify that trench boxes and other pre-manufactured systems are certified for the actual
installation conditions.
D. Timber Sheeting.
1. Timber sheeting and size of uprights, stringers (wales), and cross bracing to be
installed in accordance with CONTRACTOR’S plan. Place cross braces in true
horizontal position, spaced vertically, and secured to prevent sliding, falling, or kick
outs. Cross braces to be placed at each end of stringers (wales), in addition to other
locations required. Cross braces and stringers (wales) to be placed at splices of
uprights, in addition to other locations required.
E. Steel Sheet Piling.
1. Steel sheet piling of equal or greater strength may be used in lieu of timber trench
shoring shown in the OSHA tables (proposed standards). Drive steel sheet piling to
at least minimum depth below trench bottom as recommended by CONTRACTOR’S
Registered Professional Engineer providing design. Place cross braces in true
horizontal position, spaced vertically and secured to prevent sliding, falling, or kick
outs. Cross braces to be placed at each end or stringers (wales), in addition to other
locations required.
F. Trench Boxes.
1. Portable trench box may be used in lieu of timber trench shoring shown in the OSHA
tables (proposed standards) and shall be designed to provide equal or greater
protection than timber trench shoring shown in the OSHA tables. In cases where top
TRENCH SAFETY SYSTEM
01561 - 3
of portable trench box will be below top of trench, the trench must be sloped to the
maximum allowable slope for the soil conditions existing on the Project. In areas
where a sloped trench will affect the integrity of existing structures, CONTRACTOR
to protect structures prior to sloping trench.
G. Trench Jacks.
1. When trench jacks are used for cross bracing and/or stringers (wales), the trench jacks
shall provide protection greater than or equal to the timber cross bracing shown in the
OSHA tables (proposed standards). Trench jacks to be placed at each end of stringers
(wales) in addition to other locations required.
3.02 SUPERVISION. CONTRACTOR
A. Supervision Contractor must provide competent supervisory personnel at each trench
while Work is in progress to ensure CONTRACTOR’s methods, procedures, equipment,
and materials pertaining to the safety systems in this Item are sufficient to meet
requirements of current Texas Law and OSHA Standards.
3.03 MAINTENANCE OF SAFETY SYSTEM
A. The safety system shall be maintained in the condition as shown on the Trench Excavation
and Shoring Safety Plan as designed by the CONTRACTOR’s Registered Professional
Engineer. The CONTRACTOR shall take all necessary precaution to ensure the safety
systems are not damaged during their use. If at any time during its use a safety system is
damaged, personnel shall be immediately removed from the trench excavation area and
the safety system repaired. The CONTRACTOR shall take all necessary precautions to
ensure no loads, except those provided for in the plan, are imposed upon the trench safety
system.
3.04 INSPECTION
A. Contractor, or Contractor's independently retained consultant, shall make daily
inspections of the trench Excavation Protection System to ensure that the installed
systems and operations meet OSHA and other personnel protection regulations
requirements.
B. If evidence of possible cave-ins or slides is apparent, Contractor shall immediately stop
work in the trench and move personnel to safe locations until the necessary precautions
have been taken by Contractor to safeguard personnel entering the trench.
C. Maintain a permanent record of daily inspections.
3.05 REMOVAL
A. Bed and backfill pipe to a point at least one (1) foot above top of pipe or other embedded
items prior to removal of any portion of trench safety system. Bedding and backfill to be
in accordance to other applicable specification items. Backfilling and removal of trench
supports shall be in accordance with CONTRACTOR’s Trench Excavation and Shoring
Safety Plan. Removal of trench safety system to be accomplished in such a manner to
cause no damage to pipe or other embedded items. Remove no braces or trench supports
until all personnel have evacuated the Wench. Backfill trench to within five (5) feet of
natural ground prior to removal of entire trench safety system.
TRENCH SAFETY SYSTEM
01561 - 4
3.06 FIELD QUALITY CONTROL
A. Contractor shall verify specific applicability of the selected or specially designed trench
safety systems to each field condition encountered on the project.
END OF SECTION
TRENCH SAFETY SYSTEM
01561 - 5
THIS PAGE INTENTIONALLY LEFT BLANK
TRENCH SAFETY SYSTEM
01561 - 6
SECTION 01571
STORM WATER POLLUTION PREVENTION PLAN
PART 1 - G E N E R A L
1.01 SECTION INCLUDES
A. Section describes the requirements for the documents to be prepared by the Contractor
for the Storm Water Pollution Prevention Plan (SWPPP). These documents are to be
prepared and reviewed prior to commencing construction operations.
1.02 UNIT PRICES
A. No separate payment will be made for work performed under this Section. Include the
cost of work performed under this Section in pay items of which this work is a component.
1.03 REFERENCES
A. Texas Commission on Environmental Quality – TPDES General Permit Number
TXR150000
B. Texas Department of Transportation – Storm Water Management Guidelines for
Construction Activities
PART 2 - P R O D U C T S – NOT USED
PART 3 - E X E C U T I O N
3.01 STORM WATER POLLUTION PREVENTION PLAN (SWPPP)
A. The Contractor shall prepare the SWPPP in accordance with the TPDES General Permit
Number TXR15000 referenced in item 1.03 A of this specification.
B. The Contractor shall prepare the SWPPP using structural and nonstructural control
measures included in the Plans and Specifications throughout the construction and post
construction periods. These control measures shall not be used as a substitute for the
permanent pollution control measures unless otherwise directed by the Resident Project
Representative in writing. The control measures may include silt fences, straw bales,
stabilized construction exits, or other structural or nonstructural storm water pollution
controls. Additional information regarding these controls can be found in the Texas
Department of Transportation Manual referenced in item 1.3 B of this specification.
C. The SWPPP shall include at a minimum:
1. A site map showing the areas of soil disturbance, areas not to be disturbed, drainage
patterns, approximate slopes anticipated after major grading activities, locations
where storm water discharges to surface waters (including wetlands) and/or leaves
the project site, locations of structural and nonstructural controls for regulating the
discharge of storm water pollutants, locations of waste, borrow, and equipment
storage areas, and location where stabilization practices are expected to occur.
STORM WATER POLLUTION PREVENTION PLAN
01571 - 1
2. A description including the nature of the construction activity, a description of the
intended sequence of major activities which disturb soils for major portions of the site
(grubbing, excavation, grading, utilities and infrastructure installation), estimates of
the total area of the site, and the total area of the site that is to be disturbed
3. A description of the control measures that will be implemented as part of the
construction activity to control pollutants in storm water discharges, and the general
timing during the construction process that these measures will be implemented.
4. A description of construction and waste materials expected to be stored on site with
updates as appropriate. The SWPPP shall also include a description of controls to
reduce pollutants from these materials including storage practices to minimize
exposure of the materials to storm water, and spill prevention and response.
5. A description of pollutant sources from areas other than the construction site over
which the Contractor has control for the project (including but not limited to dedicated
asphalt plants, dedicated concrete plants, haul roads, and field offices), and the control
measures implemented to reduce pollutants.
3.02 PRECONSTRUCTION REVIEW AND SUBMITTALS
A. The Contractor shall review implementation of the SWPPP in a meeting with the
Engineer and the Resident Project Representative prior to the start of construction.
B. The Contractor shall submit to the Resident Project Representative for acceptance
schedules for accomplishment of the storm water pollution control measures in
accordance with the SWPPP. Work on the project shall not begin until the schedules for
implementation of the controls and methods of operation have been reviewed and
accepted in writing by the Resident Project Representative.
3.03 CONSTRUCTION REQUIREMENTS
A. The Contractor shall be responsible for implementation, maintenance, and inspection of
storm water pollution prevention control measures and other practices shown on the
SWPPP, the Plan Drawings, or specified elsewhere in this or other Specifications.
B. The contractor shall effectively prevent and control erosion and sedimentation on the site
at the earliest practicable time as outlined in the approved schedule and SWPPP. Control
measures, where applicable, will be implemented prior to the commencement of each
construction operation or immediately after the area has been disturbed.
END OF SECTION
STORM WATER POLLUTION PREVENTION PLAN
01571 - 2
SECTION 01576
WASTE MATERIAL DISPOSAL
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Disposal of waste material and salvageable material.
1.02 MEASUREMENT AND PAYMENT
A. No separate payment will be made for waste material disposal under this Section. Include
payment in unit price for related sections.
1.03 SUBMITTALS
A. Submittals shall conform to requirements of Section 01300 - Submittals.
B. Obtain and submit disposal permits for proposed disposal sites if required by federal, state
and local ordinances.
C. Submit a copy of written permission from property owner, along with description of
property, prior to disposal of excess material.
PART 2 - PRODUCTS - ( NOT USED)
PART 3 - EXECUTION
3.01 SALVAGEABLE MATERIAL
A. Excavated Material: When indicated on Drawings, load, haul, and deposit excavated
material at a location or locations shown on Drawings outside the limits of Project.
B. Other Salvageable Materials:
Sections.
Conform to requirements of individual Specification
3.02 EXCESS MATERIAL
A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and
other materials not designated for salvage, shall become the property of Contractor and
shall be removed from the job site and legally disposed of.
B. Waste materials shall be removed from the site on a daily basis, such that the site is
maintained in a neat and orderly condition.
END OF SECTION
WASTE MATERIAL DISPOSAL
01576 - 1
THIS PAGE INTENTIONALLY LEFT BLANK
WASTE MATERIAL DISPOSAL
01576 - 2
SECTION 01578
CONTROL OF GROUND WATER AND SURFACE WATER
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Dewatering, depressurizing, draining, and maintaining trenches, shaft
excavations, structural excavations, and foundation beds in a stable condition, and
controlling ground water conditions for tunnel excavations.
B. Protecting work against surface runoff and rising flood waters.
C. Disposing of removed water.
1.02 METHOD OF PAYMENT
A. No separate payment will be made for control of ground water and surface water.
Include the cost to control ground water and surface water in unit price for work
in related sections.
1.03 REFERENCES
A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and SoilAggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm)
Drop.
B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational
Safety and Health Administration (OSHA).
C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit
Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge.
D. Texas Commission of Environmental Quality, TCEQ General Permit Number
TX150000 Relating to Discharges from Construction Activities.
1.04 DEFINITIONS
A. Ground water control includes both dewatering and depressurization of waterbearing soil layers.
1. Dewatering includes lowering the water table and intercepting seepage which
would otherwise emerge from slopes or bottoms of excavations, or into
tunnels and shafts, and disposing of removed water. The intent of dewatering
is to increase stability of tunnel excavations and excavated slopes; prevent
dislocation of material from slopes or bottoms of excavations; reduce lateral
loads on sheeting and bracing; improve excavating and hauling characteristics
of excavated material; prevent failure or heaving of the bottom of excavations;
and to provide suitable conditions for placement of backfill materials and
construction of structures and other installations.
2. Depressurization includes reduction in piezometric pressure within strata not
controlled by dewatering alone, as required to prevent failure or heaving of
excavation bottom or instability of tunnel excavations.
CONTROL OF GROUND WATER AND SURFACE WATER
01578 - 1
B. Excavation drainage includes keeping excavations free of surface and seepage
water.
C. Surface drainage includes use of temporary drainage ditches and dikes and
installation of temporary culverts and sump pumps with discharge lines as
required to protect the Work from any source of surface water.
D. Equipment and instrumentation for monitoring and control of the ground water
control system includes piezometers and monitoring wells, and devices, such as
flow meters, for observing and recording flow rates.
1.05 PERFORMANCE REQUIREMENTS
A. Conduct surface and subsurface investigations to identify ground water and
surface water conditions and to provide parameters for design, installation, and
operation of control systems.
B. Design a ground water control system, compatible with requirements of Federal
Regulations 29 CFR Part 1926 and Section 01561 - Trench Safety Systems, to
produce the following results:
1. Effectively reduce the hydrostatic pressure affecting:
a. Excavations.
b. Tunnel excavation, face stability or seepage into tunnels.
2. Develop a substantially dry and stable subgrade for subsequent construction
operations.
3. Preclude damage to adjacent properties, buildings, structures, utilities,
installed facilities, and other work.
4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the
foundation strata.
5. Maintain stability of sides and bottom of excavations.
C. Provide ground water control systems that may include single-stage or multiplestage well point systems, eductor and ejector-type systems, deep wells, or
combinations of these equipment types.
D. Provide drainage of seepage water and surface water, as well as water from any
other source entering the excavation. Excavation drainage may include
placement of drainage materials, such as crushed stone and filter fabric, together
with sump pumping.
E. Provide ditches, berms, pumps and other methods necessary to divert and drain
surface water from excavation and other work areas.
F. Locate ground water control and drainage systems so as not to interfere with
utilities, construction operations, adjacent properties, or adjacent water wells.
G. Assume sole responsibility for ground water and surface water control systems
and for any loss or damage resulting from partial or complete failure of protective
measures and any settlement or resultant damage caused by the control
operations. Modify control systems or operations if they cause or threaten to
cause damage to new construction, existing site improvements, adjacent property,
or adjacent water wells, or affect potentially contaminated areas. Repair damage
CONTROL OF GROUND WATER AND SURFACE WATER
01578 - 2
caused by control systems or resulting from failure of the system to protect
property as required.
1.06 SUBMITTALS
A. Submittals shall conform to requirements of Section 01330 - Submittals.
B. Submit a Ground Water and Surface Water Control Plan for review by the
Engineer prior to start of any field work. Submit a plan to include the following:
1. Results of subsurface investigation and description of the extent and
characteristics of water bearing layers subject to ground water control.
2. Excavation drainage methods including typical drainage layers, sump pump
application and other necessary means.
3. Surface water control and drainage installations.
4. Proposed methods and locations for disposing of removed water.
1.07 ENVIRONMENTAL REQUIREMENTS
A. Comply with requirements of agencies having jurisdiction.
B. Obtain permit from TCEQ under the Texas Pollutant Discharge Elimination
System (TPDES), for storm water discharge from construction sites.
C. Monitor ground water discharge for contamination while performing pumping in
the vicinity of potentially contaminated sites.
PART 2 - PRODUCTS
2.01 EQUIPMENT AND MATERIALS
A. Equipment and materials are at the option of Contractor as necessary to achieve
desired results for control of ground and surface water.
B. Eductors, well points, or deep wells, where used, must be furnished, installed and
operated by an experienced contractor regularly engaged in ground water control
system design, installation, and operation.
C. All equipment must be in good repair and operating order.
D. Sufficient standby equipment and materials shall be kept available to ensure
continuous operation, where required.
PART 3 - EXECUTION
3.01 GROUND WATER CONTROL
A. There is a possibility of encountering septic/leaching fields; Contractor may not
discharge into public watercourse or drainage but to haul by tank truck to nearest
wastewater treatment facility.
B. Provide labor, material, equipment, techniques and methods to lower, control and
manage ground water in a manner compatible with construction methods and site
conditions. Monitor effectiveness of the installed system and its effect on
adjacent property.
CONTROL OF GROUND WATER AND SURFACE WATER
01578 - 3
C. Install, operate, and maintain ground water control systems in accordance with
the Ground Water and Surface Water Control Plan. Notify Engineer in writing
of any changes made to accommodate field conditions and changes to the Work.
Provide revised drawings and calculations with such notification.
D. Provide for continuous system operation, including nights, weekends, and
holidays. Arrange for appropriate backup if electrical power is primary energy
source for dewatering system.
E. Remove system upon completion of construction or when dewatering and control
of surface or ground water is no longer required.
F. Compact backfill to not less than 95 percent of the maximum dry density in
accordance with ASTM D 698.
3.02 EXCAVATION DRAINAGE
A. Contractor may use excavation drainage methods if necessary to achieve well
drained conditions. The excavation drainage may consist of a layer of crushed
stone and filter fabric, and sump pumping in combination with sufficient wells
for ground water control to maintain stable excavation and backfill conditions.
3.03 SURFACE WATER CONTROL
A. Intercept surface water and divert it away from excavations through use of dikes,
ditches, curb
B. Walls, pipes, sumps or other approved means. The requirement includes
temporary works required to protect adjoining properties from surface drainage
caused by construction operations.
C. Divert surface water and seepage water into sumps and pump it into drainage
channels or storm drains, when approved by agencies having jurisdiction.
Provide settling basins when required by such agencies.
END OF SECTION
CONTROL OF GROUND WATER AND SURFACE WATER
01578 - 4
SECTION 01610
BASIC PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Requirements for transportation, delivery, handling, and storage of materials and
equipment.
1.02 PRODUCTS
A. Products: Means material, equipment, or 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 designated for
reuse.
B. Do not reuse materials and equipment, designated to be removed, except as specified by
the Contract Documents.
C. Provide equipment and components from the fewest number of manufacturers as is
practical, in order to simplify spare parts inventory and to allow for maximum
interchangeability of components. For multiple components of the same size, type or
application, use the same make and model of component throughout the project.
1.03 TRANSPORTATION
A. Make arrangements for transportation, delivery, and handling of equipment and materials
required for timely completion of the Work.
B. Transport and handle products in accordance with instructions.
C. Consign and address shipping documents to the proper party giving name of Project and
street address. Shipments shall be delivered to the Contractor.
1.04 DELIVERY
A. Arrange deliveries of products to accommodate the short term site completion schedules
and in ample time to facilitate inspection prior to installation. Avoid deliveries that cause
unnecessarily lengthy use of limited storage space.
B. Coordinate deliveries to avoid conflict with Work and conditions at the site and to
accommodate the following:
1. Work of other contractors or the Owner.
2. Limitations of storage space.
3. Availability of equipment and personnel for handling products.
4. Owner's use of premises.
C. Have products delivered to the site in manufacturer's original, unopened, labeled
containers.
D. Immediately upon delivery, inspect shipment to assure:
1. Product complies with requirements of Contract Documents.
2. Quantities are correct.
BASIC PRODUCT REQUIREMENTS
01610 - 1
3. Containers and packages are intact; labels are legible.
4. Products are properly protected and undamaged.
1.05 PRODUCT HANDLING
A. Coordinate the off-loading of materials and equipment delivered to the job site. If
necessary to move stored materials and equipment during construction, Contractor shall
relocate materials and equipment at no additional cost to the Owner.
B. Provide equipment and personnel necessary to handle products, including those provided
by the Owner, by methods to prevent damage to products or packaging.
C. Provide additional protection during handling as necessary to prevent breaking, scraping,
marring, or otherwise damaging products or surrounding areas.
D. Handle products by methods to prevent over bending or overstressing.
E. Lift heavy components only at designated lifting points.
F. Handle materials and equipment in accordance with Manufacturer's recommendations.
G. Do not drop, roll, or skid products off delivery vehicles. Hand carry or use suitable
materials handling equipment.
1.06 STORAGE OF MATERIAL
A. Store and protect materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
B. Make necessary provisions for safe storage of materials and equipment. Place loose soil
materials, and materials to be incorporated into the Work to prevent damage to any part
of the Work or existing facilities and to maintain free access at all times to all parts of
the Work and to utility service company installations in the vicinity of the Work. Keep
materials and equipment neatly and compactly stored in locations that will cause a
minimum of inconvenience to other contractors, public travel, adjoining owners, tenants,
and occupants. Arrange storage in a manner to provide easy access for inspection.
C. Restrict storage to areas available on the construction site for storage of material and
equipment as shown on Drawings or approved by the Resident Project Representative.
D. Provide off-site storage and protection when on-site storage is not adequate.
E. Do not use lawns, grass plots, or other private property for storage purposes without
written permission of the owner and other person in possession or control of such
premises.
F. Protect stored materials and equipment against loss or damage.
G. Store in manufacturers' unopened containers.
H. Materials delivered and stored along the line of the Work shall be neatly, safely, and
compactly stacked along the work site in such manner as to cause the least inconvenience
and damage to property owners and the general public, and shall be not closer than 3 feet
to any fire hydrant. Public and private drives and street crossings shall be kept open.
BASIC PRODUCT REQUIREMENTS
01610 - 2
I. Damage to lawns, sidewalks, streets or other improvements shall be repaired or replaced
to the satisfaction of the Resident Project Representative. The total length which
materials may be distributed along the route of construction at any one time is 1000 lineal
feet, unless otherwise approved in writing by the Resident Project Representative.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
BASIC PRODUCT REQUIREMENTS
01610 - 3
THIS PAGE INTENTIONALLY LEFT BLANK
BASIC PRODUCT REQUIREMENTS
01610 - 4
SECTION 01700
PROJECT CLOSEOUT PROCEDURE
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK AND RELATED DOCUMENTS
A. Furnish all work and materials, appliances, tools, equipment, facilities, transportation and
services required and incidental thereto, as shown on drawings and/or specified herein
including but not limited to; the submittal of closeout documents, final cleaning of
materials and equipment and furnishing permit clearances, guarantees and warranties.
B. Related Work Specified Elsewhere:
1. Submittal Requirements: Section 01300
C. The completion of the closeout procedures indicated in these specifications will be a
condition for releasing final payment.
1.02 PROJECT CLEAN-UP
A. Provide all required personnel, equipment and materials needed to maintain the specified
standard of cleanliness. Use only materials and equipment which are compatible with the
surface being cleaned, as recommended by the manufacturer of the material, or as
approved by the Engineer/Architect.
B. Final cleaning shall mean a level of cleanliness generally provided by skilled cleaners
using commercial quality, site maintenance equipment and materials.
C. The Contractor shall schedule a final cleaning as approved by the Engineer/Architect.
D. The contractor shall restore any disturbed areas or structures to pre-construction
conditions or improved conditions.
1.03 ONSITE TRAINING
A. The Contractor shall provide a demonstration of the operation techniques and methods of
the mechanical, electrical and plumbing systems. This demonstration must be
coordinated with the Engineer/Architect. The operation and maintenance manuals must
be available for use during this training period. Training shall be a minimum of eight (8)
hours long.
B. The Contractor shall propose a time in writing to the Engineer/Architect allowing at least
seventy-two (72) hours notice.
1.04 AS BUILT DRAWINGS
A. Final "As-Built" drawings shall be prepared by the Contractor in accordance with Section
01785 Project Record Documents. These drawings shall indicate all changes or deviations
from the construction documents. These drawings shall be submitted as a hard copy and
electronic PDF format to the Engineer/Architect on a CD. The drawings must clearly
state AS BUILT and be neatly organized.
B. Copies of “As-Built” wiring diagrams shall be laminated and placed inside each Lift
Station’s control panel
PROJECT CLOSEOUT PROCEDURE
01700 - 1
1.05 GUARANTEES AND WARRANTIES
A. The Contractor shall provide a construction warranty letter.
B. The Contractor shall provide final clearances from all permitting agencies.
1.06 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities specified in
individual Specification sections.
B. Deliver to location within the Owner’s jurisdiction as directed by the Engineer; obtain
receipt prior to final Application for Payment.
1.07 FINAL COMPLETION
A. The Contractor shall supply a written request for a Final Completion inspection. This
request shall include the following:
1. Certification that the work and actions specified in the Contract Documents has been
completed and that the Owner has full use of the site.
2. All equipment has been tested and balanced and is fully functional.
3. The Onsite Training Program has been completed and there are no outstanding issues
resulting from said program.
4. A copy of the list of deficiencies generated by the Substantial Completion Inspection,
with each item initialed and showing date completed.
5. A list of all Subcontractors and material suppliers with name, address and phone
number. Include source for parts replacement and local representative if different.
6. Submit all test/adjust/balance records and start-up performance reports.
7. Submit all tools, keys and any special devices to assure complete operation by the
Owner.
8. Final application for payment.
9. Waivers, Sworn Statements and Affidavits of Payments to Subcontractors and
Suppliers.
END OF SECTION
PROJECT CLOSEOUT PROCEDURE
01700 - 2
SECTION 01713
MOBILIZATION
PART 1 - G E N E R A L
1.01 SECTION INCLUDES
A. Organization and mobilization of the Contractor's forces.
B. Transporting construction plant and equipment to the jobsite and setting up of same.
C. Transporting various tools, materials, and equipment to the jobsite.
D. Erection of temporary buildings and facilities as required for field offices, staging,
storage, and
1.02 MEASUREMENT AND PAYMENT
A. Measurement and payment for mobilization is on a stipulated price basis.
B. Payment: Mobilization will be paid for at the Contract lump sum price, and will include
accumulating tools, apparatus, equipment, materials which are not intended to be
incorporated in the Work, and personnel, and performing final removal and
demobilization. The Contract lump sum price will be paid as follows:
1. 45 percent of the Contract lump sum price will be made upon receipt and approval by
the Engineer of the following items (as applicable):
a. Schedule of Values
b. Trench Protection Plan
c. Construction Schedule
d. Establishment of Field Office
e. Dewatering Plan
2. 45 percent of the Contract lump sum price will be made upon completion of the Work
amounting to five percent of Original Contract Price. The amount of Contract Price
designated for mobilization may not be applied in the computing of the five percent
of the Original Contract Price.
3. 10 percent of the Contract lump sum price after the Engineer has determined that the
Contractor has left the work site in a clean condition after the completion of all phases
of work.
C. Mobilization payments will be subject to retainage amounts stipulated in the General
Conditions.
D. All cost difference between the stipulated amount and the actual cost of the initial
mobilization and the cost of all subsequent mobilization shall be included in the various
other prices bid.
1.03 DESCRIPTION
A. Mobilization shall include mobilization of all construction equipment, materials,
supplies, appurtenances, facilities, and the like which are not intended to be incorporated
in the Work, staffed and ready for commencing and prosecuting the Work; and the
subsequent demobilization and removal from the jobsite of said equipment,
MOBILIZATION
01713 - 1
appurtenances, facilities, and the like upon completion of the Work.
B. Mobilization shall also include assembly and delivery to the jobsite of plant, equipment,
tools, materials, and supplies necessary for the prosecution of work which are not
intended to be incorporated in the Work; the clearing of and preparation of the
Contractor's work area; the complete assembly, in working order, of equipment necessary
to perform the required work; personnel services preparatory to commencing actual work;
and all other preparatory work required to permit commencement of the actual work on
construction items for which payment is provided under the Contract.
1.04 SUBMITTALS
A. Refer to Section 01300-Submittals, for the submittal requirements and procedures.
B. Submit a plan of the proposed layout of the construction site, including fences, roads,
parking, buildings, staging, and storage areas, within seven days after the effective date
of the Notice to Proceed.
1.05 DELIVERY
A. Delivery to the jobsite of construction tools, equipment, plant, temporary buildings,
materials, and supplies shall be accomplished in conformance with local governing
ordinances and regulations.
1.06 TOOLS AND SUPPLIES
A. Provide construction tools, equipment, materials, and supplies of the types and quantities
necessary to facilitate the timely execution of the Work.
B. Provide personnel, products, construction materials, equipment, tools, and supplies at the
jobsite at the time they are scheduled to be installed or utilized.
1.07 DEMOBILIZATION
A. Upon completion of the Work, remove construction tools, apparatus, equipment mobile
units and buildings, unused materials and supplies, plant, and personnel from the jobsite.
B. Restore all areas utilized for mobilization to their original, natural state or, when called
for in the Contract Documents, complete such areas indicated.
PART 2 -
P R O D U C T S – NOT USED
PART 3 - E X E C U T I O N – NOT USED
END OF SECTION
MOBILIZATION
01713 - 2
SECTION 01725
FIELD SURVEYING
PART 1 - GENERAL
1.01 QUALITY CONTROL
A. Conform to State of Texas laws for surveys requiring licensed surveyors.
1.02 UNIT PRICES
A. No separate payment will be made for Field Surveying. Include the cost of Field
Surveying in other related bid items.
1.03 SUBMITTALS
A. Submit to Engineer the name, address, and telephone number of Surveyor before starting
survey work.
B. Submit documentation verifying accuracy of survey work on request.
C. Submit certificate signed by surveyor, that the elevations and locations of the Work are
in conformance with Contract Documents.
D. Submit information under provisions of Section 01330 - Submittal Procedures.
1.04 PROJECT RECORD DOCUMENTS
A. Maintain a complete and accurate log of control and survey work as it progresses.
B. Prepare a certified survey setting forth dimensions, locations, angles, and elevations of
construction and site Work upon completion of foundation walls and major site
improvements.
C. Submit Record Documents under provisions of Section 01785 - Project Record
Documents.
1.05 EXAMINATION
A. Verify locations of survey control points prior to starting Work.
B. Notify Engineer immediately of any discrepancies discovered.
1.06 SURVEY REFERENCE POINTS
A. Control datum for survey is that established by Owner-provided survey as indicated on
Drawings.
B. Locate and protect survey control points prior to starting site work; preserve permanent
reference points during construction.
C. Notify Engineer 48 hours in advance of need for relocation of reference points due to
changes in grades or other reasons.
D. Report promptly to Engineer the loss or destruction of any reference point.
E. Contractor shall reimburse Owner for cost of reestablishment of permanent reference
points disturbed by Contractor's operations.
FIELD SURVEYING
01725 - 1
1.07 SURVEY REQUIREMENTS
A. Utilize recognized engineering survey practices.
B. Establish elevations, lines and levels to provide appropriate controls for the Work. Locate
and lay out by instrumentation and similar appropriate means:
1. Site improvements including pavements; stakes for grading; fill and topsoil
placement; utility locations, slopes, and invert elevations.
2. Grid or axis for structures.
3. Building foundation, column locations, and ground floor elevations.
C. Verify periodically layouts by same means.
PART 2 - PRODUCTS - (NOT USED)
PART 3 - EXECUTION - (NOT USED)
END OF SECTION
FIELD SURVEYING
01725 - 2
SECTION 01740
WARRANTIES
PART 1
GENERAL
1.01 SCOPE OF WORK
A. This section specifies general administrative and procedural requirements for warranties
required by the Contract Documents, including manufacturer’s standard warranties on
products and special warranties.
1.02 SUBMITTAL REQUIREMENTS
A. Submit written warranties to the OWNER prior to the date fixed by the Engineer for
Substantial Completion. If the Certificate of Substantial Completion designates a
commencement date for warranties other than the date of Substantial Completion for the
work, or a designated portion of the work, submit written warranties upon request of the
Owner.
B. Assemble warranties, service, and maintenance contracts, executed by each of the
respective manufacturers, suppliers, and subcontractors.
C. Number of original signed copies required: Two (2) each.
D. Table of Contents: Neatly types, in orderly sequence. Provide complete information for
each item.
1. Product or work item.
2. Firm, with name of principal, address and telephone number.
3. Scope.
4. Date of beginning of warranty, service, or maintenance contract.
5. Duration of warranty, or service maintenance contract.
6. Provide information for Owner’s personnel:
a. Proper procedure in case of failure.
b. Instances which might affect the validity of warranty.
7. Contractor, name of responsible principal, address and telephone number.
1.03 FORMS OF SUBMITTALS
A. Prepare in duplicate packets.
B. Format:
1. Size 8-1/2 inches x 11 inches, punch sheets for standard 3-post binder.
a. Fold larger sheets to fit into binders.
2. Cover: Identify each packet with typed or printed title ‘WARRANTIES”. List:
a. Title of Project.
b. Name of Contractor.
3. Binders: Commercial quality, three-post binder, with durable and cleanable plastic
covers and maximum post width of 2 inches.
WARRANTIES
01740 - 1
1.04 WARRANTY SUBMITTAL REQUIREMENTS
A. For all major pieces of equipment, submit a warranty from the equipment manufacturer.
The manufacturer’s warranty period shall be concurrent with the Contractor’s for one (1)
years, unless otherwise specified, commencing at the time of final acceptance by the
Owner.
B. The Contractor shall be responsible for obtaining certificates for equipment warranty for
all major equipment specified under Divisions 11, 13, 14, 15 and 16 and which has a 1
HP motor or which lists for more than $1,000. The Engineer reserves the right to request
warranties for equipment not classified as major. The Contractor shall still warrant
equipment not considered to be “major” in the Contractor’s once-year warranty period
even though certificates of warranty may not be required.
C. For certain pieces of equipment, the OWNER may require a warranty greater than one
(1) years. The requirement for extended warranty shall be specified in individual sections
of the Specifications.
1.05 WARRANTY REQUIREMENTS
A. Related Damages and Losses: When correcting warranted work that has failed, remove
and replace other work that has been damaged as a result of such failure or that must be
removed and replaced to provide access for correction of warranted work.
B. Reinstatement of Warranty: When work covered by a warranty has failed and been
corrected by replacement or rebuilding, reinstate the warranty by written endorsement.
The reinstated warranty shall be equal to the original warranty with an equitable
adjustment for depreciation.
C. Replacement Cost: Upon determination that work covered by a warranty has failed,
replace, or rebuild the work to an acceptable condition complying with requirements of
Contract Documents. The Contractor’s is responsible for the cost of replacing or
rebuilding defective work regardless of whether the Owner has benefited from use of the
work through a portion of its anticipated useful service life.
D. Owner’s Recourse: Written warranties made to the Owner are in addition to implied
warranties, and shall not limit the duties, obligations, rights and remedies otherwise
available under the law, nor shall warranty periods be interpreted as limitations on time
in which the OWNER can enforce such other duties, obligations, rights, or remedies.
E. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit
selections to products with warranties not in conflict with requirements of the Contract
Documents.
F. The Owner reserves the right to refuse to accept work for the project where a special
warranty, certification, or similar commitment is required on such work or part of the
work, until evidence is presented that entities required to countersign such commitments
are willing to do so.
G. Disclaimers and Limitations: Manufacturer’s disclaimers and limitation on product
warranties do not relieve the Contractor of the warranty on the work that incorporates the
products, nor does it relieve suppliers, manufacturers and subcontractors required to
countersign special warranties with the Contractor.
WARRANTIES
01740 - 2
PART 2
PRODUCTS – (NOT USED)
PART 3
EXECUTION -(NOT USED)
END OF SECTION
WARRANTIES
01740 - 3
THIS PAGE INTENTIONALLY LEFT BLANK
WARRANTIES
01740 - 4
SECTION 01785
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Maintenance and Submittal of Project Record Documents and samples.
1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES
A. Maintain one record copy of documents at the site in accordance with the Contract
Documents.
B. Store Record Documents and samples in field office if a field office is required by
Contract Documents, or in a secure location. Provide files, racks, and secure storage for
Record Documents and samples.
C. Label each document "PROJECT RECORD" in neat, large, printed letters.
D. Maintain Record Documents in a clean, dry, and legible condition. Do not use Record
Documents for construction purposes.
E. Keep Record Documents and Samples available for inspection by Resident Project
Representative.
1.03 RECORDING
A. Record information concurrently with construction progress. Do not conceal any work
until required information is recorded.
B. Contract Drawings and Shop Drawings: Legibly mark each item to record all actual
construction, or "as built" conditions, including:
1. Measured depths of elements of foundation in relation to finish first floor datum.
2. Measured horizontal locations and elevations of underground utilities and
appurtenances, referenced to permanent surface improvements.
3. Elevations of underground utilities referenced to bench mark utilized for project.
4. Measured locations of internal utilities and appurtenances concealed in construction,
referenced to visible and accessible features of construction.
5. Field changes of dimension and detail.
6. Changes made by modifications.
7. Details not on original contract drawings.
8. References to related shop drawings and modifications.
C. Record information with a red felt-tip marking pen on a set of blue or black line opaque
drawings, provided by Engineer.
1.04 SUBMITTALS
A. At contract closeout, deliver Project Record Documents to Engineer and prepare the Final
“As-Built” data in accordance with Section 01700 Paragraph 1.04 “AS BUILT
DRAWINGS”
PROJECT RECORD DOCUMENTS
01785 - 1
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
PROJECT RECORD DOCUMENTS
01785 - 2
DIVISION 2 – SITE CONSTRUCTION
(THIS PAGE INTENTIONALLY LEFT BLANK)
SECTION 02083
FIBERGLASS WASTEWATER MANHOLES
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. This section includes requirements for the installation of fiberglass sewer
manholes placed on cast-in-place or precast bases.
1.02 REFERENCES
A. ANSI B 16.1 - Cast Iron Pipe Flanges and Flanged Fittings.
B. ASTM A 307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000
psi Tensile Strength.
C. ASTM C 270 - Standard Specification for Mortar for Unit Masonry.
D. ASTM C 1107 - Standard Specification for Packaged Dry, Hydraulic-Cement
Grout (Non-shrink).
E. ASTM D 698 - Standard Test Method for Laboratory Compaction Characteristics
of Soil Using Standard Effort (12,400 ft-lb/ft3 (600kN-m/m3).
F. ASTM D 2665 - Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic
Drain, Waste and Vent Pipe and Fittings.
G. ASTM D 2996 - Standard Specification for Filament-Wound AFiberglass@
(Glass-Fiber-Reinforced Thermosetting-Resin) Pipe.
H. ASTM D 2997 - Standard Specification for Centrifugally Cast AFiberglass@
(Glass-Fiber-Reinforced Thermosetting Resin) Pipe.
I. ASTM D 3753 - Standard Specification for Glass-Fiber-Reinforced Polyester
Manholes and Wetwells.
J. American Association of State Highway and Transportation Officials
(AASHTO).
1.03 SUBMITTALS
A. Conform to requirements of Section 01300 - Submittal Procedures.
B. Submit manufacturer's data and details of following items for approval:
1. Design and fabrication details of fiberglass manhole components
2. Installation instruction for fiberglass manholes
3. Frames, grates, rings, and covers
4. Materials to be used in fabricating drop connections
5. Materials to be used for pipe connections at manhole walls
6. Materials to be used for stubs and stub plugs, if required
7. Plugs to be used for sanitary sewer hydrostatic testing
8. Manufacturer's data for pre-mix (bag) concrete if used for channel inverts and
benches
FIBERGLASS WASTEWATER MANHOLES
02083 - 1
1.04 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for work performed under this Section.
Include cost of same in Contract price bid for work of which this is a component
part.
PART 2 - PART 2 - PRODUCTS
2.01 FIBERGLASS MANHOLES AND BASE SECTIONS
A. Provide prefabricated fiberglass manholes, which conform in shape, size,
dimensions, and details shown on Drawings. Unless modified by Drawings, use
manhole sections conforming to ASTM D 3753.
B. Acceptable Manufacturer: Provide fiberglass manholes manufactured by
Containment Solutions, Inc., or L.F. Manufacturing, Inc., or equal or as approved
by City of Brownsville Public Utility Board.
C. Mark date of manufacture and name or trademark of manufacturer in 1-inch high
stenciled letters on inside of barrel.
D. Provide 48-inch, 50-inch or 72-inch diameter barrels for fiberglass manholes as
shown on PLANS. Provide wall section thickness for depth of manhole according
to ASTM D 3753, but not less than 0.48 inches in thickness.
E. Provide fabricated reducer bonded at factory to form one continuous unit at top
of manhole barrel to accept concrete grade rings and cast iron frame and cover.
Reducer design shall be of sufficient strength to safely support HS-20 loading in
accordance with AASHTO.
F. Provide manhole base of cast-in-place concrete or precast concrete conforming to
Section 02082 - Precast Concrete Manholes. Manhole base must be sized to resist
buoyant forces. For precast manhole bases, use an approved steel reinforced
design of sufficient strength to withstand imposed loads. Form base so that joint
with fiberglass manhole barrel is sealed against leakage.
2.02 CONCRETE
A. Conform to requirements of Section 03112 - Concrete Structures.
B. Channel Inverts: Use 5 sack premix (bag) concrete or Class A concrete for inverts
not integrally formed with manhole base, with minimum compressive strength of
4000 psi.
C. Concrete Foundation: Use Class A concrete with minimum compressive strength
of 4000 psi for cast-in-place base and for foundation slab under manhole base
section where indicated on Drawings.
2.03 REINFORCING STEEL
A. Provide reinforcing steel conforming to requirements of Section 03112 – Concrete
Structures.
FIBERGLASS WASTEWATER MANHOLES
02083 - 2
2.04 MORTAR
A. Conform to requirements of ASTM C 270, Type S using Portland cement.
2.05 MISCELLANEOUS METALS
A. Provide City of Brownsville Public Utility Board standard cast-iron frames, rings,
and covers.
2.06 DROP CONNECTIONS AND STUBS
A. Provide drop connections and stubs conforming to same pipe material
requirements used in main pipe, unless otherwise indicated on Drawings.
2.07 PIPE CONNECTIONS FOR SANITARY SEWERS
A. Provide pipe connections conforming to requirements of Section 02082 – Precast
Concrete Manholes.
B. For drop, provide manufactured connector, such as Insert-a-Tee or equal, which
provides positive seal between pipe and to wall.
2.08 SEALANT MATERIALS
A. Provide sealing materials between precast concrete adjustment ring and manhole
cover frame, such as Adeka Ultraseal P201, or approved equal.
B. Butyl Sealant: Provide Press-Seal EZ Stick, or equal, for HDPE rings.
2.09 BACKFILL MATERIALS
A. Backfill materials shall conform to requirements of Section 02315 – Trenching
Excavation and Backfill.
2.10 NON-SHRINK GROUT
A. Provide prepackaged, inorganic, f1owable, non-gas-Liberating, nonmetallic,
cement based grout requiring only addition of water.
B. Grout shall meet requirements of ASTM C 1107 and shall have minimum 28-day
compressive strength of 7000 psi.
2.11 VENT PIPES
A. Provide external vent pipes for manholes, where indicated on Drawings.
B. Buried Vent Pipes: Provide 3-inch or 4-inch PVC DWV pipe conforming to
ASTM D 2655. Alternately, provide FRP pipe as specified for vent outlet
assembly.
C. Vent Outlet Assembly: Provide vent outlet assembly as shown on Drawings,
constructed of following specified materials:
1. FRP Pipe: Provide filament-wound FRP conforming to ASTM D 2996 or
centrifugally cast FRP conforming to ASTM D 2997. Seal cut ends in
accordance with manufacturer's recommendations
2. Joints and Fittings: Provide epoxy bodied fittings and join pipe to fittings with
epoxy adhesive, according to pipe manufacturer's instructions
FIBERGLASS WASTEWATER MANHOLES
02083 - 3
3. Flanges: Provide socket-flange fittings for epoxy adhesive bonding to pipe
ends where shown on Drawings. Flanges shall meet bolt pattern and
dimensions for ANSI B16.1, 125-pound flanges. Flange bolts shall be hot-dip
zinc coated, conforming to ASTM A 307, Class A or B.
4. Coating: Provide 2-component, aliphatic polyurethane coating using primer
or tie coat recommended by manufacturer. Provide two or more coats to yield
dry film thickness of at least 3 mils. Provide Amershield, Tnemec 74, or equal.
Color shall be selected by City Engineer from manufacturer's standard colors.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Verify that lines and grades are correct.
B. Determine if sub grade, when scarified and recompacted, can be compacted to 95
percent of maximum Standard Proctor Density according to ASTM D 698 prior
to placement of foundation material and base section. When it cannot be
compacted to that density, moisture condition sub grade until that density can be
reached or treat as an unstable sub grade.
C. Do not build manholes in ditches, swales, or drainage paths unless approved by
the Owner's Representative.
3.02 PLACEMENT
A. Install fiberglass manholes to conform to locations and dimensions shown on
Drawings.
B. Place sanitary sewer manholes at points of change of alignment, grade, size, pipe
intersections, and end of sewer.
3.03 MANHOLE BASE SECTIONS AND FOUNDATIONS
A. Place base section and foundation as required in Section 02082 - Precast Concrete
Utility Structures.
3.04 CAST-IN-PLACE FOUNDATION
A. Place concrete as shown on Drawings on 4-inch (minimum) layer of either
crushed stone, cement stabilized sand, or seal slab. When unstable sub grade is
identified, over-excavate sub grade to allow for placement of 12-inch thick layer
of crushed stone wrapped in filter fabric.
3.05 MANHOLE INVERTS
A. Manhole inverts must be in accordance with TCEQ regulations.
1. The bottom of manhole must contain a U-shaped channel that is a smooth
continuation of the inlet and outlet pipe
2. A manhole connected to a pipe less than 15 inches in diameter must have a
channel depth equal to at least half the largest pipe's diameter.
3. A manhole connected to a pipe at least 15 inches in diameter but not more
than 24 inches in diameter must have a channel depth equal to at least threefourths of the largest pipe's diameter.
FIBERGLASS WASTEWATER MANHOLES
02083 - 4
4. A manhole connected to a pipe greater than 24 inches in diameter must have
a channel depth equal to at least the largest pipe's diameter.
5. A manhole with pipes of different sizes must have the tops of the pipes at the
same elevation and flow channels in the invert sloped on an even slope from
pipe to pipe.
6. A bench provided above a channel must slope at a minimum of 0.5 inch per
foot.
7. An invert must be filleted to prevent solids from being deposited if a
wastewater collection system pipe enters a manhole higher than 24 inches
above a manhole invert.
8. A wastewater collection system pipe entering a manhole more than 24 inches
above an invert must have a drop pipe.
3.06 MANHOLE BARREL
A. Lower manhole barrel onto base section. Seal with manufacturer's gasket or
approved sealant. Wrap joint with external sealing material, minimum 12-inch
width.
B. Where cast-in-place base is used, support manhole barrel in place and brace it
from sides of excavation to prevent any movement of barrel during concrete
placement and while concrete is setting. Provide minimum clearance between
reinforcing steel and manhole barrel bottom as shown on Drawings. Do not
support manhole barrel on reinforcing steel. Place bead of water swelling sealant
around inside of barrel near bottom, as shown on Drawings, to form seal.
3.07 PIPE CONNECTIONS AT PRECAST MANHOLE BASE
A. Install approved resilient connectors at each pipe entering and exiting sanitary
sewer manholes in accordance with manufacturer's instructions.
B. Ensure that no concrete, cement stabilized sand, fill, or other solid material is
allowed to enter space between pipe and edge of wall opening at and around
resilient connector on either interior or exterior of manhole. When necessary, fill
space with compressible material to ensure full flexibility provided by resilient
connector.
C. Test connection for watertight seal before backfilling.
3.08 PIPE CONNECTIONS AT CAST-IN PLACE BASE
A. Cut manhole barrel for pipe penetrations following curvature of pipe and with
maximum of 1-inch clearance. Seal cut edges with resin. Hole may be circular or
cutout with semi-circular top, which extends to bottom of barrel.
B. Place continuous bead of water swelling sealant, as shown on Drawings, around
pipe penetrations on interior of manhole barrel. Roughen surface of fiberglass
prior to placement to improve bond with sealant. Allow sealant to completely cure
before placing concrete against it.
FIBERGLASS WASTEWATER MANHOLES
02083 - 5
C. Extend pipe entering manhole at least 8 inches into manhole. Fit pipes with
neoprene water-stop gasket seal placed tightly around pipe using stainless steel
clamp. Alternately, pipes may have continuous bead of water swelling sealant, as
detailed on Drawings, placed around pipe circumference.
D. When forming invert surface in bottom of manhole, mound concrete around pipe
penetrations so that water swelling sealant beads and neoprene water-stop gasket
have minimum 2 inches of concrete cover.
E. Test connection for watertight seal before backfilling.
3.09 INVERTS FOR SANITARY SEWERS
A. Construct invert channels as required in Section 02082 - Precast Concrete
Manholes.
3.10 DROP CONNECTIONS FOR SANITARY SEWERS
A. Backfill drop assembly with crushed stone wrapped in filter fabric, cement
stabilized sand, or Class A concrete to form solid mass. Extend cement stabilized
sand or concrete outside of bells minimum 4 inches.
B. Install drop connection when sewer line enters manhole higher than 24 inches
above invert of manhole.
C. At drop pipe connections through fiberglass barrel, cut circular hole sized to
requirements of manufactured connector. Seal cut edge with resin. Install
watertight connector according to manufacturer's recommendations.
3.11 STUBS FOR FUTURE CONNECTIONS
A. Where future connections are indicated on Drawings, install resilient connectors
and pipe stubs with approved watertight plugs in manholes.
B. At cast-in-place base, where future connections are indicated on Drawings, install
section of pipe extending no further than 12 inches from edge of foundation,
ending in bell and provided with rubber-gasket watertight plug.
3.12 ADJUSTMENT RINGS AND FRAME
A. Combine precast concrete or HDPE adjustment rings so that elevation of installed
casting cover matches pavement surface. Do not load manhole except on load
bearing shoulder of manhole. Seal between adjustment ring and fiberglass
manhole with approved sealant material. Apply a latex bonding agent to precast
concrete surface and join with non-shrink grout. Set cast iron frame on adjustment
ring in bed of approved sealant material. Install sealant bed consisting of two
beads on sealant, each bead having minimum dimensions of 2-inch and 2-inch
wide.
B. Wrap manhole frame and adjustment rings with external sealing material,
minimum 3 inches beyond joint between ring and frame and ring and precast
section.
FIBERGLASS WASTEWATER MANHOLES
02083 - 6
C. Set cast iron frame on top of cone or adjustment rings using water swelling sealant
materials and adjust elevation of casting cover to match pavement surface. For
manholes in unpaved areas, set top frame minimum of 6 inches above existing
ground line unless otherwise indicated on Drawings.
3.13 BACKFILL
A. After leakage testing, place and compact backfill material in area of excavation
surrounding manholes in accordance with requirements of Section
02315Excavation, trenching and Backfilling.
B. In unpaved areas, provide positive drainage away from manhole frame to natural
grade. Provide minimum of 4-inches of topsoil, seed and hydromulch or sod
conforming to requirements of Section 02920 - Landscape Restoration.
3.14 ACCEPTANCE TESTING
A. Conduct leakage testing of manholes in accordance with TCEQ regulations
217.58.
B. Manholes must be tested separately and independently of the wastewater lines.
C. Test by the Vacuum Method A vacuum test shall be performed by the Contractor
prior to backfilling those manholes that fall within the right-of-way that require
detouring of vehicular traffic. A second vacuum test will not be required after
backfilling and compaction is complete unless there is evidence that the manhole
has been damaged or disturbed subsequent to the initial vacuum test.
1. Equipment
a. The manhole vacuum tester shall be a device approved for use by the
Engineer or designated representative.
b. Pipe sealing plugs shall have a load resisting capacity equal to or greater
than that required for the size of the connected pipe to be sealed.
2. Procedures - applicable to new 48-inch diameter manholes
a. Manhole section interiors shall be carefully inspected; units found to have
through-wall lift holes, or any penetration of the interior surface by inserts
provided to facilitate handling, will not be accepted. Coating shall be
applied after the testing unless coating is applied before installation or
unless it is applied at the factory. All lift holes and exterior joints shall be
plugged with an acceptable non-shrink grout. No grout shall be placed in
horizontal joints. Tests shall be performed before grouting the invert or
around pipe penetrations and before coating the interior surfaces of the
manhole or junction box.
b. After cleaning the interior surfaces of the manhole, the Contractor shall
place and inflate pneumatic plugs in all of the connecting pipes to isolate
the manhole; sealing pressure within the plugs shall be as recommended
by the plug manufacturer. Plugs and the ends of pipes connected by
flexible boots shall be blocked to prevent their movement during the
vacuum test.
FIBERGLASS WASTEWATER MANHOLES
02083 - 7
c. The vacuum test head shall be placed on the top of the cone section or,
inside of the top of the manhole cone section, and the compression seal
band inflated to the pressure recommended by its manufacturer. The
vacuum pump shall be connected to the outlet port with the valve open.
When a vacuum of 10 inches of mercury (-5 psig) has been attained, the
valve shall be closed and the time noted. Tampering with the test
equipment will not be allowed.
d. The manhole shall have passed the test if the vacuum does not drop below
9 inches of mercury (-4.5 psig) within 3 minutes of the time the valve was
closed. The actual vacuum shall be recorded at the end of the 3 minutes
during which the valve was closed.
e. When the standard vacuum test cannot be performed because of design or
material constraints (examples: T-Type manholes, T-Lock Liners, or other
reasons acceptable to the Engineer or designated representative), testing
of individual joints shall be performed as directed by the Engineer or
designated representative.
3.15 PROTECTION
A. Protect manholes from damage until work has been finally accepted. Repair
damage to manholes at no additional cost to City.
END OF SECTION
FIBERGLASS WASTEWATER MANHOLES
02083 - 8
SECTION 02224
STRUCTURAL EXCAVATION AND BACKFILL
PART 1 - GENERAL
1.01 SUMMARY
A. This Section includes providing the following structural excavation and backfill
requirements:
1. Excavation for structures, except pipe sewers, including disposal offsite of excavated
material, and backfilling around completed structures to the level of original ground
or finished grade.
2. Necessary pumping or bailing, sheeting, drainage, construction, and installation and
removal of any required cofferdam(s).
3. Unless otherwise shown on PLANS, work includes removal of old structures (or
portions thereof) trees, and all other obstructions necessary to complete construction.
1.02 REFERENCES
A. The publications listed below form a part of this Specification to the extent referenced.
The publications are referred to in the text by basic designation only.
1. American Society For Testing And Materials (ASTM)
a. ASTM D698, Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort 12,400 ft-lbs/ft.
b. ASTM D2487, Standard Test Method for Classification of Soils for Engineering
Purposes (Unified Soil Classification System)
1.03 DEFINITIONS
A. Cofferdam(s) is a temporary or removable structure to keep surrounding earth, water, or
both, out of the excavation and may be constructed of earth, timber, steel, concrete, or a
combination thereof.
B. Caisson(s) is a permanent part of the substructure which sinks gradually into place as
material is excavated within the area protected by its sidewalls. It may be either open well
type or pneumatic type caisson(s).
C. Width and Length: From vertical plane outside structure line equal to thickness of footing
or slab.
D. Depth: From bottom of footing or slab to finished ground line or natural ground line,
whichever is lower in elevation.
1.04 DELIVERY, STORAGE AND HANDLING
A. Store excavated materials used for future backfill in piles at locations convenient for rehandling, and locate so as not to interfere with other work. Locate edge of stockpile no
closer to excavation than 1 ½ times the excavation depth.
STRUCTURAL EXCAVATION AND BACKFILL
02224 - 1
1.05 PROJECT SITE CONDITIONS
A. Provide site drainage and/or groundwater control to protect excavations. Use site grading,
cofferdam(s), ditches, and/or other means to prevent surface water from flowing into
excavations or ponding on areas where foundations or pavement will be located. Use
pumps, bailing, well points or other means to lower groundwater elevation below bottom
elevation of excavation. Maintain continuous ground water and surface water control
until structure is complete and ground surface has been brought to final grade.
1.06 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for work performed under this Section. Include
cost of same in Contract price bid for work of which this is a component part.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.01 GENERAL
A. The work as hereinafter specified is incidental to other work being performed under this
Contract and no separate payment is provided for work performed.
3.02 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTION
A. General Excavation
1. Excavate to the lines and depths shown on PLANS, or as designated by the
ENGINEER. Excavate below bottom of structural slab elevation as indicated for seal
slab.
2. Furnish supports for piping and structures within excavated area at no additional cost
to OWNER.
3. When requested, sample soil in accordance with ASTM D2487 to determine
classification and strength of subgrade material. All sampling and testing to be
completed by a testing laboratory approved by the ENGINEER. Notify ENGINEER
of test results immediately. Maximum depth of soundings not to exceed 5 feet below
proposed footing grade and to be made when foundation excavation is substantially
complete. If additional testing is required or recommended by the testing laboratory,
the applicable ASTM testing methods are to be used.
4. Where necessary to increase or decrease footing depths, obtain prior approval by the
ENGINEER providing information in the form of drawings or details of the proposed
changes prior to initiating.
5. Scarify to a depth of 6 inches and compact the exposed subgrade to at least 95% of
the maximum dry density determined using ASTM D698-91, Procedure A. During
construction, hold water contents to ±2% optimum. Place seal slab after density tests
of subgrade have verified compliance with Contract requirements.
6. When excavating rock or other hard material, cut to level, stepped, or serrated surface
and remove loose material from excavation. Clean out seams and fill with concrete or
approved structural fill prior to time of footing placement.
STRUCTURAL EXCAVATION AND BACKFILL
02224 - 2
B. Cofferdam(s) and Caisson(s): When caisson(s) are provided, excavation is not permitted
outside outer faces of caisson(s).
1. Cofferdam(s) to be complete with bracing and necessary pumps, well points, or other
procedures to control groundwater and surface water intrusion.
2. Place caisson(s) by one or more of the following methods:
a. Interior dredging.
b. Addition of weight by increasing wall thickness, when permitted by ENGINEER.
c. Addition of removable loads.
d. Use of water or air jets.
e. Use of pile driving equipment for steel shell caisson(s) with suitable driving rig.
3. Provide cofferdam(s), when required, to allow for construction, removal of forms,
and observation.
4. Types and clearances of cofferdam(s) or caisson(s) which affect character of finished
work to be submitted to the ENGINEER for approval. All other details and design are
responsibility of CONTRACTOR.
5. When required, submit drawings showing proposed method of ground and surface
water control and cofferdam(s) or caisson(s) construction.
6. Extend sheet pile cofferdam(s) and caisson(s) below bottom of footings sufficiently
to prevent "blowouts," and provide adequate bracing and make as watertight as
practicable.
7. When foundation pilings are driven inside cofferdam(s) or caisson(s), excavate below
footing grade to allow for swell of ground during driving operations. Dewater
excavation and remove foundation material to exact footing grade after driving piles,
before placing seal slab. Backfilling to compensate for excavation below grade is not
permitted. Fill such areas with concrete, at time seal slabs are placed.
8. Adjust cofferdam(s) or caisson(s) which tilt or move laterally. Report such movement
to ENGINEER immediately.
9. Unless otherwise provided, remove cofferdam(s) after completion of construction so
as not to disturb or mar structure.
C. Dewatering
1. Provide dry excavation by dewatering per Specification 02240- Dewatering
Excavations. Discharge water from dewatering operations outside of excavation a
sufficient distance to prevent water from flowing back into excavation. Avoid
movement of water through or along concrete being placed.
2. Do not pump or bail during concrete placement, or for a minimum of 24 hours
thereafter, unless from suitable sump separated from concrete by watertight wall.
3. Do not pump or bail to dewater excavations for minimum of 36 hours after seal slab
has set.
D. Preparation of Foundation Pad for Grid-Beam Stiffened Slab on Ground Foundations
1. Within the foundation outline and 2 feet outside the outline, remove at least 12 inches
of the surficial soil, all organics, and any other detrimental materials below the bottom
of the foundation. Scarify to a depth of 6 inches and compact the exposed subgrade
to at least 95% of the maximum dry density determined using ASTM D698-91,
Procedure A. During construction, hold water contents to ±2% of optimum and
compacted lift thickness to 6 inches.
STRUCTURAL EXCAVATION AND BACKFILL
02224 - 3
2. Bring the foundation pad to grade
conforming to the following:
a. Retained on 2 ½ " screen
b. Retained on 7/8" screen
c. Retained on 3/8" screen
d. Retained on No.4 mesh
e. Retained on No. 40 mesh sieve
with crushed limestone flexible base generally
0%
5% - 50%
25% - 65%
35% -75%
60% - 90%
3. Material passing the No. 40 sieve shall meet the following plasticity requirements:
Passing No. 40 Sieve
25% - 40%
10% - 25%
Maximum
Index
15
20
Plasticity Minimum
Index
3
4
Plasticity
a. Compact the crushed limestone flexible base to 100% of the maximum dry density
determined using TxDOT Test Method TEX-113-E. During construction, hold
water contents to ±2% of optimum and compacted lift thicknesses to 6 inches.
4. Where shown on PLANS, place a vapor barrier on top of the compacted crushed
limestone. Placement of vapor barrier to be in accordance with manufacturer's
recommendations.
E. Preparation of Foundation Pad for Mat/Solid Slab Foundations
1. Prepare foundation pad in accordance with Paragraph 3.02 A, including placement of
seal slab. Alternatively, the procedure defined in Paragraph 3.02 D may be used.
F. Structural Backfill Above Foundation Bearing Area for Below-Ground Walls
1. Where shown on PLANS, provide granular free-draining material, 2 feet in thickness
(minimum) behind the wall. The free-draining backfill to be a washed, crushed,
coarse-grained material with no more than 5% passing the No. 200 sieve. Gradation
to conform to: a) Grade 4 or 5, Item 302, Aggregate for Surface Treatment; or b) Fine
Aggregate, Item 421, Portland Cement Concrete, Texas Department of Transportation
(TxDOT) 1993 Standard Specification for Construction of Highways, Streets and
Bridges. Place geotextile filter fabric between free-draining material and common
backfill material.
2. The free-draining material to be placed in a dry condition and vibrated in place to a
relative density of 70%. Minimum dry density to be determined using ASTM D425496, Test Method B and maximum dry density to be determined using ASTM D425396, Test Method 1A or 2A.
3. The free-draining backfill to be capped with 18 inches of lean clay having a plasticity
index of 20 or less. Compact the lean clay to 95% of the maximum dry density
determined using ASTM D698-91, Procedure A. Hold compacted lift thicknesses to
6 inches or less and water content within 2% of optimum. Place filter fabric between
the clay cap and the free-draining material.
4. Structural backfill (common), outside of free-draining material, to be a lean clay
having a plasticity index of 20 or less. Compact the lean clay in accordance with the
requirements of Paragraph 3.03 F.3.
STRUCTURAL EXCAVATION AND BACKFILL
02224 - 4
G. Utility Trenches Beneath Foundations
1. Utility trenches beneath foundations to be constructed in accordance with standard
details.
3.03 FIELD QUALITY CONTROL
A. Unless otherwise authorized, perform all backfill requirements in the presence of the
ENGINEER.
3.04 PROTECTION
A. Protect excavations from rainfall and surface water. If supporting soil is exposed to
adverse wet or dry conditions, excavate deeper and/or wider to sound materials at no
additional cost to OWNER. Prior to such activity, notify ENGINEER.
END OF SECTION
STRUCTURAL EXCAVATION AND BACKFILL
02224 - 5
THIS PAGE INTENTIONALLY LEFT BLANK
STRUCTURAL EXCAVATION AND BACKFILL
02224 - 6
SECTION 02242
CEMENT STABILIZED SAND BACKFILL
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Furnish all plant, labor, equipment, supervision, and tools for the
furnishing and installation of Cement-Stabilized Sand Backfill as shown on
PLANS and as indicated in other Sections of the TECHNICAL
SPECIFICATIONS.
B. Work Specified Elsewhere: Related work as called for on PLANS or specified
elsewhere in this or other TECHNICAL SPECIFICATIONS.
1.02 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for work performed under this Section.
Include cost of same in Contract price bid for work of which this is a component
part.
PART 2 - PART 2 - PRODUCTS
2.01 MATERIALS
A. Aggregate: Deleterious materials in sand not to exceed the following limits, by
weight:
1. Material removed by decantation ..........5.0%
a. Clay lumps .......................................0.5%
b. Other deleterious substances (e.g. coal, shale, coated grains of soft flaky
particles) ..........................................2.0%
2. Gradation Requirements:
Sieve Size
1/4"
No. 40
No. 100
No. 200
3.
% Retained
0-5
0-40
70-100
95-100
Color test ASTM C40. Color is not to be darker than standard color.
B. Plasticity Index: 10 or less when tested in accordance with ASTM 04318.
C. Cement: ASTM C150, Type I.
D. Water: Fresh and clean.
CEMENT STABILIZED SAND BACKFILL
02242 - 1
PART 3 - EXECUTION
3.01 MIXING
A. Use not less than 1% sacks of cement per cubic yard of mixture. Use amount of
water required to provide mix suitable for mechanical hand tamping and mix in
mixer to obtain specified results. Material not in place within 1% hours after
mixing or that has obtained an initial set will be rejected and removed from the
site.
3.02 PLACING
A. Place at locations indicated on PLANS and in TECHNICAL SPECIFICATIONS.
Place in maximum 8" lifts and compact each lift with power-driven mechanical
tampers. Compact to a minimum dry density of 102 pounds per cubic foot. Place
around cast-in-place concrete structures only after they have cured for at least four
days.
END OF SECTION
CEMENT STABILIZED SAND BACKFILL
02242 - 2
SECTION 02315
EXCAVATION, TRENCHING AND BACKFILLING
PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. This specification includes the requirements for excavation, bedding, backfilling
and compaction, of utility trenches for water and sewer mains and associated
appurtenances.
1.02 WORK OF THIS SECTION SPECIFIED ELSEWHERE
A. Section 02161 - Trench Excavation and Shoring Safety Plan
B. Section 02240 - Dewatering Excavations
C. Section 02360 - Vegetation Restoration
1.03 REFERENCES
A. . ASTM D1557 - Laboratory Compaction Characteristics of Soil.
B. Department of Labor, Occupational Safety and Health Administration 29 CFR
Part 1926, Occupational Safety and Health Standards - Excavations; Final Rule
(OSHA).
C. Follow the latest edition of the above references.
1.04 DEFINITIONS
A. Soil types are defined as follows.
1. Trench Excavation. Excavation of soil for the purpose of installing water and
sewer mains, their appurtenances, and for the restoration of surface features.
The excavated material may be classified as either clay or sandy soil, a mixture
of each, and may contain varying amounts of loam, silt, gravel, organic
material, or rock fragments less than one (1) cu yd in volume. Trench
excavation excludes all material defined as Rock Excavation and Unsuitable
Soil.
2. Rock Excavation. Excavation of naturally occurring deposits of limestone,
sandstone, shale or other indigenous rock occurring as bedrock, rock ledges,
outcroppings, or boulders, one (1) cu yd or larger in volume necessitating
removal by the use of systematic drilling, expansive jacks, or backhoe
mounted pneumatic hole punchers or rock breakers.
3. Unsuitable Soil Materials. This soil material includes varying amounts of
material classified as slag, cinders, trash, debris and rubble; organic or
contaminated soil and material; asphalt and concrete pavements (including
aggregate sub-base); sidewalks and curbs; concrete slabs concrete or masonry
foundations; metal beams, bracing, and sheet piling; or similar matter.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 1
1.05 SUBMITTALS
A. Submittal requirements and procedures for Shop Drawings, Product Data,
Records and Samples must be submitted in accordance with Section 01300.
B. Provide to the Owner copies of all contractual agreements, permits and/or licenses
for proposed disposal sites for all material and waste removed from the job site.
C. Provide to the Owner, prior to the use of any materials in this Section, certified
test and inspection reports that all materials to be utilized in this work are in
accordance with the Contract Documents.
D. Shop Drawings:
1. Plating of Excavations: When requested submit design calculations stamped
by a Professional Engineer licensed in the State of Texas as proof of the
structural integrity of the plating provided.
2. Calculations: Submit appropriate design calculations to support Shop
Drawings. Include maximum theoretical deflections of supporting members.
Include calculations indicating the expected magnitude of vertical and lateral
movement.
E. The Contractor, before starting work, must submit to the Owner for approval, a
layout of his construction procedures and the equipment to be used in maintaining
the trees in place without damage.
1.06 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for work performed under this Section.
Include cost of same in Contract price bid for work of which this is a component
part.
PART 2 - PART 2 - PRODUCTS
2.01 BEDDING AND BACKFILL
A. Bedding Stone
1. Pipe bedding stone shall be clean gravel, crushed gravel or crushed limestone,
free of mud, clay, vegetation or other debris, conforming to ASTM C 33 for
stone quality. Size gradation shall conform to ASTM C-33 No. 57 or No. 67
or the following Table:
SIEVE SIZE
1-1/2”
1”
1/2”
#4
#8
% RETAINED
WEIGHT
0
0-10
40-85
90-100
95-100
BY
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 2
B. Bedding and Backfill Sand
1. Sand for pipe bedding and backfill must be clean, granular and homogeneous
material composed mainly of mineral maUer, free of mud, silt, clay lumps or
clods, vegetation or debris. The material removed by decantation TxDOT Test
Method Tex406- A, plus the weight of any clay lumps, must not exceed 4.5
percent by weight.
2. The resistivity must not be less than 3000 ohms-em as determined by TxDOT
Test Method Tex-129-E. Size gradation of sand for bedding must be as
follows:
GRADATION TABLE
% RETAINED
SIEVE SIZE
WEIGHT
1/4”
0
#60
75-100
#100
95-100
BY
2.02 CONTROLLED LOW STRENGTH MATERIAL, CLSM (FLOWABLE FILL
MATERIAL)
A. Contractor must provide CLSM mix design prepared by a qualified commercial
laboratory and reviewed and signed by a licensed Texas Professional Engineer.
2.03 AGGREGATE FOR STABILIZATION OF TRENCH BOTTOMS
A. When required aggregate used to stabilize trench bottoms must have an aggregate
such that the majority of the material passes a 1 ½ to 2 ½ -inch sieve, with no
more than 10% of the material passing the No. 16 sieve.
PART 3 - PART 3 - EXECUTION
3.01 WORK AREA PREPARATION
A. Existing Work Area Condition
1. All information on subsurface exploration available to the Owner, if any, will
be made available to the Contractor for examination. However, the Owner in
no way takes responsibility for, the interpretation, accuracy, or thoroughness
of the information. It will be the responsibility of the Contractor to make such
subsurface explorations as deemed necessary, to supplement information
provided by the Owner, at no additional cost to the Owner.
2. Prior to excavating, thoroughly investigate the limits of the proposed trench
to ascertain the existence and location of any underground structures, existing
utilities or other items that might interfere with the pipe installation. Notify
the Owner of any obstructions that will prevent the installation of the pipe or
appurtenances as indicated on the Drawings.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 3
B. Prior to commencing this Work, all erosion control and tree protection measures
required shall be in place and all utilities located and protected as set forth in
"General Conditions".
C. Clearing Work Area
1. Before starting trench excavation, all obstructions, which must be removed or
relocated, must be cleared. Pavement, curbs, walks, trees, shrubs, utility poles,
and other structures, which are to be preserved, must be properly braced and
protected. Unless otherwise shown or directed by the Owner, all trees and
large shrubs must be preserved with minimal damage inflicted on the root
structure. When required, small trees and shrubs may be removed and replaced
with equivalent specimens if approved in advance by the
2. Owner.
D. Segregation and Disposal of Soil Material
1. Topsoil suitable for final grading and landscaping, and excavated material
suitable for backfilling, as described in Section 02360, - Vegetation
Restoration, may be stockpiled separately within the Work Area if approved
by the Owner.
2. Surplus excavated material and excavated material unsuitable for backfilling,
final grading, and landscaping, must be transported off of the Site and
disposed of in disposal areas obtained by the Contractor and approved by the
Owner.
3. Excavated material must not be stockpiled along the route of the work unless
authorized beforehand by the Owner.
E. Pavement Removal
1. The Contractor must saw cut all concrete and asphalt pavements to their full
depth prior to breaking and removing the pavement. On pavements consisting
of an asphalt overlay on a concrete base, the Owner reserves the right to order
the removal of up to 6 additional inches beyond the edge of the concrete base.
This additional asphalt removal must be removed to a neat saw cut edge and
will be considered incidental to the Work.
2. 2. Utilizing drop weight equipment for the purpose of breaking the pavement
is not permitted.
F. Protection or Removal of Existing Trees
1. The Contractor is not permitted to remove trees beyond the limits of the trench
excavation except as specified in these Specifications, or as shown on the
Plans, or as ordered by the Owner.
2. The Contractor must arrange his construction operations and use the necessary
equipment required, so as not to remove or damage any existing trees due to
the Work to be performed under this Contract.
3. To protect the trunks of existing trees from damage, the Contractor must place
2" x 4" boards, six (6) feet long, vertically and about 6 inches apart around all
trees located in the parkways along the route of the work. The boards must be
held in place by wire looped around the circumference of the tree trunk. After
completion of all work, the protective boards and wires must be carefully
removed.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 4
4. Any pruning of trees and roots required to permit the operation of the
Contractor's equipment must be kept to a minimum, subject to the approval of
the Owner, and must be done symmetrically by a licensed arborist. The
arborist is required to obtain any necessary permits to trim and spray or in any
way affect the general health or structure of trees in the public way.
G. Excavating Over or Adjacent to Existing Utilities
1. The Contractor must verify the location of existing utilities in the vicinity of
the work before starting construction. The Contractor is responsible for
protecting, and repairing utilities damaged by the work under of this contract,
at no additional cost to the Owner. The Contractor must coordinate all work
with the owner of the utility.
2. The Contractor shall conduct his Work such that a reasonable minimum of
disturbance to existing utilities will result. Particular care shall be exercised
to avoid the cutting or breakage of all existing utilities. If at any time the
Contractor damages the utilities in place through his operations, the
Contractor shall immediately notify the owner of the utility to make the
necessary repairs. When active wastewater sewer lines are cut in the trenching
operations, temporary flumes shall be provided across the trench while open
and the lines shall be restored when the backfilling has progressed to the
original bedding lines of the sewer so cut.
3. The Contractor shall inform utility owners sufficiently in advance of the
Contractor's operations to enable such utility owners to reroute, provide
temporary detours or to make other adjustments to utility lines in order that
the Contractor may proceed with his Work with a minimum of delay and
expense. The Contractor shall cooperate with all utility owners concerned in
effecting any utility adjustments necessary and shall not hold the City liable
for any expense due to delay or additional Work because of conflicts arising
from existing utilities.
4. Wherever existing utility branch connections, sewers, storm drainage
structures, drains, conduits, ducts, pipes or structures present obstructions to
the grade and alignment of the pipe, they shall be permanently supported,
removed, relocated or reconstructed by the Contractor through cooperation
with the owner of the utility, structure or obstruction involved. In those
instances where their relocation or reconstruction is impractical, a deviation
from line and grade may be ordered by the Engineer and the change shall be
made in the manner directed.
5. Adequate temporary support, protection and maintenance of all underground
and surface utility structures, drains, sewers and other obstructions
encountered in the progress of the Work shall be furnished by the Contractor,
at his expense and as approved by the Engineer.
H. Plating of Excavations
1. Unattended excavations in public streets, alleys, driveways, and walkways
necessitated by the work must be plated, if the excavation has not been
backfilled, or a temporary paved surface has been provided, or specifically
authorized otherwise by the Owner.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 5
2. Steel Plate(s) must be large enough to safely span the excavation with
sufficient overlap beyond the edge of the excavation to provide firm support
as appropriate for the type of pavement and soil encountered. Plate(s) must be
firmly bedded and secured to the adjacent pavement to prevent rocking or
movement, and of adequate thickness to carry anticipated loads. When plating
is left in place during off-work periods, or if the Owner feels vehicular or
pedestrian safety may be compromised, a bituminous ramp is to be provided
at the perimeter of the plate(s) as appropriate to provide a smooth transition
between the surface of the plate(s) and the adjacent pavement or walkway.
3. Plating subjected to vehicular traffic must be capable of carrying AASHTO
H20 traffic loading without movement or excessive deflection. The plating
must be secured to the adjacent paved surface in such manner so as to prevent
rocking or other movement which could expose the excavation. The name of
the Contractor must be indicated on both sides of the plating.
4. When steel plates are used and left in place beyond normal working periods,
a bituminous ramp must be provided at the perimeter of the plate(s), to provide
a smooth transition between the surface of the plate(s) and the adjacent street
pavement or walkway, unless authorized otherwise.
5. Plating of excavations is not intended as a substitution for providing traffic
control, which must be provided in accordance with Contract Documents.
3.02 EXCAVATION PROTECTION
A. General Requirements
1. Excavations must be protected in accordance with applicable rules, laws and
regulations of Federal, State and City ordinances applicable to underpinning,
shoring of excavations, and other work affecting adjoining property and the
safety of worker, but must not be less than the standards and regulations
established by OSHA. Provide trench protection and excavation safety
systems in accordance with Section 02161.
2. Structural support systems are required for all excavations exceeding five (5)
feet in depth. Structural support systems are to be used in all excavations in
soils that are determined to be unstable or subject to cave-ins, regardless of
the depth of the excavation.
3. The Contractor must remove and replace, or provide the means to support any
surface features when their location poses a hazard to workers in the
excavation.
4. Whenever excavations cross the location of an existing underground utility,
the Contractor must proceed with caution and use appropriate methods of
excavation to avoid damaging the utility. The Contractor is responsible for
coordinating all work with the owner of the utility.
5. Ramps, runways or ladders must be provided for ingress and egress by
workers from excavations exceeding four (4) feet in depth in accordance with
OSHA.
6. Surface or ground water entering excavations must be controlled by the use of
appropriate equipment. If the trench interrupts the natural flow of surface
water, diversion ditches or dikes must be used.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 6
B. Protection of Adjacent Structures
1. When the stability of adjoining buildings, walls, sidewalks, pavements or
other structures are endangered by the excavation operations, structural
support systems such as shoring, bracing or underpinning must be used to
ensure the stability of the structure.
2. The Contractor is responsible for posting and issuing all notices required to
inform adjacent or adjoining property owners or other parties and such notice
or notices must be served in sufficient time as not to delay the progress of the
Work under this Contract.
3. 3. Excavation below the foundation of an adjacent structure requires either of
the following:
a. A Professional Engineer licensed in the state of Texas has determined that
the structure is located far enough away from the excavation so as to be
unaffected, or
b. A Professional Engineer licensed in the state of Texas has designed and
approved a structural support system to provide adequate protection to the
existing structure.
C. Structural Support Systems
1. Structural support systems may consist of pre-engineered systems such as
aluminum hydraulic shoring, trench shields, trench boxes, or systems
constructed on the job site such as timber or steel shoring or steel sheet piling.
Provide trench excavation safety system and shoring in accordance with
OSHA and Specification Section 02161 - Trench Excavation and Shoring
Safety Plan.
3.03 EXCAVATION
A. Trench Excavation (Open Cut)
1. The width of the trenches must provide adequate space for workers to place
and join the pipe properly, and must be kept to the minimum practical width.
Trenches for water, reclaimed, and wastewater lines shall have a clear width
on each side beyond the outside surfaces of the pipe bell or coupling of not
less than 6 inches nor more than 12 inches.
2. The Contractor must excavate a minimum of 6-inches below the bottom of the
pipe unless otherwise shown, specified, or directed, so bedding material can
be placed in the bottom of the trench and shaped to provide a continuous firm
bearing for the pipe barrel. Bell holes must be provided for proper make-up of
the joints.
3. The open excavated trench preceding the pipe laying operation and the
unfilled trench with pipe in place must be kept to a minimum length causing
the least disturbance. The maximum length of open trench must not exceed
100-feet unless otherwise directed by the Owner.
4. Contractor must saw cut existing pavement prior to excavating. Width of saw
cut pavement must be such that any sheeting provided for excavation
protection is not in contact with the pavement.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 7
5. Before attempting to lay pipe, all water, debris, loose material, etc,
encountered in trench must be pumped or bailed out and the trench must be
kept clean and dry while the pipe is laid and backfilled. Where water is
encountered in the excavation, the excavation must be dewatered in
accordance with Section 02240 - Dewatering Excavation of these
specifications.
B. Rock Excavation (open cut)
1. Whenever rock, stone, masonry or other hard, unyielding material is
encountered at or above the required trench bottom elevation, remove it to
provide a clearance of no less that 8-inches below and 6-inches on each side
of pipes and associated fittings, valves and other appurtenances. Backfill the
over excavated area with granular bedding material.
2. Removal of Rock by blasting or by use of a drop hammer is not permitted
under this contract.
3. Excavate rock as near as practicable to the outside shape of the work as shown
on the Plans. Solid rock, not loosened from the adjacent solid rock, may
extend within the neat outside surfaces of these shapes no more than two (2)
inches, provided that on any ten (10) foot section of the excavation the total
area of such projection at the neat outside surface of the sections does not
exceed twenty (20) percent of the area of that section
4. The Contractor is required to remove all loose rock and other material from
the excavation. In the event that the excavation is enlarged beyond the outside
shape of the sewer or sewer structures as shown on the Plans, the Contractor
will not be entitled to any payment for the additional concrete needed to fill
the voids caused by such over-breakage.
C. Trench Excavation (Short Tunnel Construction)
1. In some instances, trees, fire hydrants, sidewalks, and other obstructions may
be encountered, the proximity of which may be a hindrance to open cut
excavation. In such cases, the Contractor must excavate by means of short
tunnels in order to protect such obstructions against damage. Short tunnel
work will be considered incidental to the construction and no additional
payment will be allowed.
D. Additional Trench Excavation
1. If the soils encountered at the elevations specified are not suitable, or it is
determined necessary to go to an additional width and depth the excavation
must be carried to such additional width and/or depth. Contractor must fill
such excavated areas with approved backfill material as required or directed
by the Owner.
E. Unauthorized Excavation
1. Wherever the excavation is carried beyond or below the lines and grades
shown on the Drawings all such excavated space must be refilled with select
fill materials and in such manner as may be directed in order to insure the
stability of all affected structures. Beneath all structures, space excavated
without authority must be refilled by the Contractor with approved backfill
materials and will be considered incidental to the construction and no
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 8
additional payment will be allowed.
F. Trenching Across or Over Existing Excavations or Utility Trenches
1. In the event that the trench passes over or through a previous excavation,
carefully compact and stabilize the bottom of the new trench or excavation to
a density equal to or greater than 95% of the maximum dry density as
determined by ASTM 01557. Perform this compaction carefully to avoid
damaging the existing utility or structure.
G. Special Excavation
1. 1. Remove unsuitable materials to provide 2-feet minimum horizontal and
vertical clearance around water mains or related structures as applicable,
unless otherwise directed by the Owner.
3.04 PLACEMENT OF PIPE BEDDING
A. Pipe Bedding
1. Pipe laid in trenches must be bedded in accordance with the details shown on
the Drawings.
2. Existing underground structures, tunnels, conduits, and pipes crossing the
excavation must be bedded with compacted sand. Bedding material must be
placed under and around each existing underground structure, tunnel, conduit,
or pipe as required to stabilize the excavation.
3. At each joint, enough depth and width must be provided around the pipe so
that joints can be properly made up.
B. Bedding Placement - Vaults and Structures
1. Pipe bedding beneath precast bases, cast-in-place bases and other foundations
must be 6-inches in thickness and thoroughly compacted in place to not less
than 95% of the maximum dry density as determined by ASTM 01557.
C. Bedding and Backfill for Short Tunnel
1. Pipes placed in short tunnels must be bedded in sand. The annular space
between the pipe and undisturbed earth must be completely filled with
compacted sand fill material. Pipelines in short tunnels must be supported to
permit the placement of backfill.
3.05 BACKFILLING EXCAVATIONS
A. General
1. All excavations must be backfilled to the original surface of the ground or to
such other grades shown on the Drawings or as directed by the Owner. For
areas to be covered by topsoil, backfill must be left 6-inches below the
finished grade or as shown on the Drawings, or directed by the Owner. All
backfilling must be done as soon as possible after water main piping has been
installed and inspected, and as soon as mortar for masonry or thrust blocks
have sufficiently set, unless directed otherwise by the Owner.
2. Unsuitable material and material rejected by the Owner must immediately be
removed from the Site and disposed of by the Contractor at his expense.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 9
3. Construction equipment used to backfill against and over cast-in-place
concrete structures must not be permitted to travel over these structures until
the designated concrete strength has been obtained, as verified by concrete
test cylinders. In special cases where conditions warrant, as determined by the
Owner, the above restriction may be modified if the concrete has gained
sufficient strength, as determined from test cylinders, to satisfy design
requirements for the removal of forms and the application of load.
B. Backfill Procedure
1. Sand fill material must be used for backfill where roadways, driveways,
sidewalks, or other pavements are to be placed on the backfill or where the
edge of the trench excavation is 5-feet or less from any roadway pavement,
and in trenches crossing pavements or sidewalks for a distance beyond the
edge of the pavement or sidewalk equal to the depth of the trench. Sand fill
material must be used as backfill in trenches parallel to roadways, driveways,
or other pavements from the top of the bedding to a depth below the ground
surface equal to the distance between the inner face of the trench and the
closest edge of the pavement.
2. Where pavements and appurtenances for streets are to be placed over the
trenches, the backfill material must be placed in uniform layers not greater
than 6-inches in thickness and compacted in place. Each layer must be
compacted to or not less than 95% of the maximum dry density as determined
by ASTM 01557.
3. All pipe sewers must be surrounded and covered by trench backfill above the
granular embedment as soon as they are laid. The trench backfill must be
properly compacted and tamped to a depth of at least one foot above the top
of the pipe prior to placing the remainder of backfilling.
4. Excavated material can be re-used as backfill only if directed or approved by
the Owner.
5. Where railroad tracks or pavements for highways are to be placed over
trenches, the backfill must be placed in conformance with the standards set
forth by the respective agency having jurisdiction over the railroad or
highway.
6. Trench backfilling work must be done in such a way so as to prevent damage
to any pipe, utility, or structure.
7. On monolithic concrete sewers and structures cast-in-place, trench backfill
must not be placed until the concrete has attained a compressive strength of
2,000 psi.
C. Backfill under a Supported Water Main
1. Backfill the open trench under the water main and 10-feet beyond the water
main sides with approved material up to a level of 1-foot below the invert of
the supported water main. The backfill material must be placed in layers of
12-inches with each layer mechanically compacted to 95% of the maximum
dry density as determined by ASTM 01557.
2. Place pipe bedding material from 1-foot below the water main invert to the
water main centerline and compact to achieve 95% of the maximum dry
density as determined by ASTM 01557.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 10
3. Remove the water main pipe support systems, supporting beams, and pipe
support straps; and cut-off and remove soldier piles to a level at least 4-feet
below finished grade.
4. The water main pipe must be inspected for leakage and joint integrity and
repaired if necessary, prior to backfilling above the water main.
5. After approval by the Owner, continue backfilling with approved material.
The open trench must be backfilled up to the required sub grade level. The
backfill material must be placed in layers of 12-inches with each layer
mechanically compacted to 95% of the maximum dry density as determined
by ASTM 01557.
D. Backfilling with Controlled Low Strength Material (CLSM) - Flowable Fill
1. Do not place the mix on frozen ground, in standing water, or during wet
weather conditions. Mixing and placing may begin only if the air temperature
is 35ºF minimum and rising. At time of placement, the material temperature
must be 40 º F minimum. Mixing and placing must stop when the air
temperature is 40 ºF and falling.
2. Place the mix directly from the chute into the space to be filled. Other
placement methods may be approved by the Owner if the mix design is
appropriate.
3. When backfilling against structures, place the mix in layers to prevent damage
by lateral pressures. Side slopes must be stepped or serrated to prevent
wedging action of the backfill against the structure. Allow each layer to harden
prior to placing the next layer.
4. When backfilling pipe trench, distribute the mix evenly on each side of the
pipeline to prevent movement.
5. The mix must not be exposed to freezing temperatures or wet weather
conditions during the first 24 hours after placement.
6. The mix may be subjected to loading upon approval by the Owner, or when a
penetration of 39 mm/blow or less has been obtained with the Dynamic Cone
Penetrometer test.
E. Utility Line Abandonment with GROUT / CLSM Backfill
1. Do not place the mix in frozen pipe or in standing water. Mixing and placing
may begin only if the ground temperature is 35ºF minimum and rising. At time
of placement, the material temperature must be 40 ºF minimum. Mixing and
placing must stop when the air temperature is 40 ºF and falling.
2. Place the mix directly from the chute into a pump to discharge into the pipe
being filled. Other placement methods may be approved by the Owner if the
mix design is appropriate.
3. Provide openings into the pipe being filled to allow air to escape and to
monitor filling progress.
4. The mix must not be exposed to freezing temperatures or wet weather
conditions during the first 24 hours after placement.
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 11
3.06 FINISH GRADING
A. Finish grading must be performed in accordance with the completed contour
elevations and grades shown and must be made to conform to the existing ground
surface. All finished graded surfaces must be left smooth and firm and graded to
permit positive drainage.
END OF SECTION
EXCAVATION, TRENCHING AND BACKFILLING
02315 - 12
SECTION 02317
EXCAVATION AND BACKFILL FOR UTILITIES
PART 1 - GENERAL
1.01 SECTION INCLUDES
A. Excavation, trenching, foundation, embedment, and backfill for installation of utilities,
including manholes and other pipeline structures.
1.02 DEFINITIONS
A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade
after excavation to depth of bottom of the bedding as shown on the Drawings, or
foundation backfill material placed and compacted in over-excavations.
B. Pipe Bedding: The portion of trench backfill that extends vertically from top of
foundation up to a level line at bottom of pipe, and horizontally from one trench sidewall
to opposite sidewall.
C. Haunching: The material placed on either side of pipe from top of bedding up to spring
line of pipe and horizontally from one trench sidewall to opposite sidewall.
D. Initial Backfill: The portion of trench backfill that extends vertically from spring line of
pipe (top of haunching) up to a level line 12 inches above top of pipe, and horizontally
from one trench sidewall to opposite sidewall.
E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and
initial backfill.
F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe
embedment up to pavement subgrade or up to final grade when not beneath pavement.
G. Unsuitable Material: Unsuitable soil materials are the following:
1. Materials that are classified as ML, CL-ML, MH, PT, OH, and OL according to
ASTM D 2487.
2. Materials that cannot be compacted to required density due to either gradation,
plasticity, or moisture content.
3. Materials that contain large clods, aggregates, stones greater than 4 inches in any
dimension, debris, vegetation, waste or any other deleterious materials.
4. Materials that are contaminated with hydrocarbons or other chemical contaminants.
H. Suitable Material: Suitable soil materials are those meeting specification requirements.
Unsuitable soils meeting specification requirements for suitable soils after treatment with
lime or cement are considered suitable, unless otherwise indicated.
I. Backfill: Suitable material meeting specified quality requirements placed and compacted
under controlled conditions.
J. Ground Water Control Systems: Installations external to trench, such as well points or
deep wells. Ground water control includes dewatering to lower ground water,
intercepting seepage which would otherwise emerge from side or bottom of trench
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 1
excavation, and depressurization to prevent failure or heaving of excavation bottom.
K. Surface Water Control: Diversion and drainage of surface water runoff and rain water
away from trench excavation. Rain water and surface water accidentally entering trench
shall be controlled and removed as a part of excavation drainage.
L. Excavation Drainage: Removal of surface and seepage water in trench by sump pumping
and using a drainage layer, as defined in ASTM D 2321, placed on the foundation beneath
pipe bedding or thickened bedding layer of Class I material.
M. Trench Conditions are defined with regard to the stability of trench bottom and trench
walls of pipe embedment zone. Maintain trench conditions that provide for effective
placement and compaction of embedment material directly on or against undisturbed
soils or foundation backfill, except where structural trench support is necessary.
1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe
embedment zone as a result of typically dry soils or achieved by ground water control
(dewatering or depressurization) for trenches extending below ground water level.
2. Stable Trench with Seepage: Stable trench in which ground water seepage is
controlled by excavation drainage.
a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in
lieu of or to supplement ground water control systems to control seepage and
provide stable trench subgrade in predominately clayey soils prior to bedding
placement.
b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the
embedment zone in combination with ground water control in predominately
sandy or silty soils.
3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if
ground water inflow or high water content causes soil disturbances, such as sloughing,
sliding, boiling, heaving or loss of density.
N. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation
below trench shields or shoring installations may be used to allow placement and
compaction of foundation or embedment materials directly against undisturbed soils.
Depth of a subtrench depends upon trench stability and safety as determined by the
CONTRACTOR.
O. Trench Dam: A placement of low permeability material in pipe embedment zone or
foundation to prohibit ground water flow along the trench.
P. Over-Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing
capacity or composed of otherwise unsuitable materials below top of foundation as
shown on Drawings, and backfilled with foundation backfill material.
Q. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled
gradation, and geotextile filter fabrics as required, to control drainage and material
separation. Foundation backfill material is placed and compacted as backfill to provide
stable support for bedding. Foundation backfill materials may include concrete seal
slabs.
R. Trench Safety Systems include both protective systems and shoring systems as defined
in Section 01561 - Trench Safety Systems.
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 2
S. Trench Shield (Trench Box): A portable worker safety structure moved along the trench
as work proceeds, used as a protective system and designed to withstand forces imposed
on it by cave-in, thereby protecting persons within the trench. Trench shields may be
stacked if so designed or placed in a series depending on depth and length of excavation
to be protected.
T. Shoring System: A structure that supports sides of an excavation to maintain stable soil
conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent
installations or improvements.
U. Special Shoring: A shoring system meeting special shoring as specified in Paragraph
1.07, Special Shoring Design Requirements, for locations identified on the Drawings.
1.03 REFERENCES
A. ASTM C 12 - Standard Practice for Installing Vitrified Clay Pipe Lines.
B. ASTM D 558 - Test Methods for Moisture-Density Relations of Soil Cement Mixtures.
C. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate
Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop.
D. ASTM D 1556 - Test Method for Density in Place by the Sand-Cone Method.
E. ASTM D 2321 - Standard Practice for Underground Installation of Thermoplastic Pipe
for Sewers and Other Gravity Flow Applications.
F. ASTM D 2487 - Classification of Soils for Engineering Purposes.
G. ASTM D 2922 - Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear
Methods (Shallow Depth).
H. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear
Methods (Shallow Depth).
I. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.
J. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing.
K. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils.
L. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and
Health Administration (OSHA).
1.04 SCHEDULING
A. Schedule work so that pipe embedment can be completed on the same day that acceptable
foundation has been achieved for each section of pipe installation, manhole, or other
structures.
1.05 SUBMITTALS
A. Conform to Section 01300 - Submittals.
B. Submit a written description for information only of the planned typical method of
excavation, backfill placement and compaction, including:
1. Sequence of work and coordination of activities.
2. Selected trench widths.
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 3
3. Procedures for foundation and embedment placement, and compaction.
4. Procedure for use of trench boxes and other pre-manufactured systems while assuring
specified compaction against undisturbed soil.
5. Procedure for installation of Special Shoring at locations identified on the Drawings.
C. Submit a ground and surface water control plan if required.
D. Submit backfill material sources and product quality information in accordance with
requirements.
E. Submit a trench excavation safety program in accordance with requirements of Section
01561 - Trench Safety System. Include designs for special shoring meeting the
requirements defined in Paragraph 1.07, Special Shoring Design Requirements.
F. Submit record of location of utilities as installed, referenced to survey control points.
Include locations of utilities encountered or rerouted. Give stations, horizontal
dimensions, elevations, inverts, and gradients.
1.06 TESTS
A. Testing and analysis of backfill materials for soil classification and compaction during
construction will be performed by an independent laboratory provided by the Owner.
B. Perform backfill material source qualification testing in accordance with requirements of
Section 02320 - Utility Backfill Materials for type of pipe being used.
1.07 SPECIAL SHORING DESIGN REQUIREMENTS
A. Have special shoring designed or selected by the CONTRACTOR'S Professional
Engineer to provide support for the sides of the excavations, including soils and
hydrostatic ground water pressures as applicable, and to prevent ground movements
affecting adjacent installations or improvements such as structures, pavements and
utilities. Special shoring may be a pre-manufactured system selected by the
CONTRACTOR’S Professional Engineer to meet the project site requirements based on
the manufacturer’s standard design.
PART 2 - PRODUCTS
2.01 EQUIPMENT
A. Perform excavation with hydraulic excavator or other equipment suitable for achieving
the requirements of this Section.
B. Use only hand-operated tamping equipment until a minimum cover of 12 inches is
obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until
adequate cover is attained to prevent damage to pipes, conduits, or ducts.
C. Use trench shields or other protective systems or shoring systems which are designed and
operated to achieve placement and compaction of backfill directly against undisturbed
native soil.
D. Use special shoring systems where required which may consist of braced sheeting, braced
soldier piles and lagging, slide rail systems, or other systems meeting requirements as
specified in Paragraph 1.07, Special Shoring Design Requirements.
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 4
2.02 MATERIAL CLASSIFICATIONS
A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product
descriptions for particular pipe material.
B. Concrete Backfill: Conform to requirements for 3000 psi concrete as specified in Section
03308 - Concrete Material & Proportioning.
C. Concrete for Trench Dams: Concrete backfill or 3 sack premixed (bag) concrete.
PART 3 - EXECUTION
3.01 STANDARD PRACTICE
A. Install flexible pipe, including "semi-rigid" pipe, to conform to standard practice
described in ASTM D 2321, and as described in this Section. Where an apparent conflict
occurs between the standard practice and the requirements of this Section, this Section
governs.
B. Install rigid pipe to conform to standard practices described in ASTM C 12, and as
described in this Section. Where an apparent conflict occurs between the standard
practice and the requirements of this Section, the more stringent requirement will be
applied.
3.02 PREPARATION
A. Maintain barricades and warning lights for streets and intersections affected by the Work,
and is considered hazardous to traffic movements.
B. Perform work to conform to applicable safety standards and regulations. Employ a trench
safety system as specified in Section 01561 - Trench Safety Systems.
C. Immediately notify the agency or company owning any existing utility line which is
damaged, broken, or disturbed. Obtain approval from the OWNER and agency for any
repairs or relocations, either temporary or permanent.
D. Remove existing pavements and structures, including sidewalks and driveways, if
applicable.
E. Install and operate necessary dewatering and surface water control measures.
F. Maintain permanent benchmarks, monumentation, and other reference points. Unless
otherwise directed in writing, replace those which are damaged or destroyed.
3.03 PROTECTION
A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of
grading limits and within the grading limits as designated on the Drawings, and in
accordance with requirements of Section 01411 – Environmental Protection.
B. Protect and support above-grade and below-grade utilities which are to remain.
C. Restore damaged permanent facilities to pre-construction conditions unless replacement
or abandonment of facilities are indicated on the Drawings.
D. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches.
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 5
Where slides, washouts, settlements, or areas with loss of density, pavement failures or
potholes occur, repair, recompact, and pave those areas at no additional cost to City.
3.04 EXCAVATION
A. Except as otherwise specified or shown on the Drawings, install underground utilities in
open cut trenches with vertical sides.
B. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and
alignments shown on the Drawings. Avoid disturbing surrounding ground and existing
facilities and improvements.
C. Determine trench excavation widths using the following schedule as related to pipe
outside diameter (O.D.). Maximum trench width shall be the minimum trench width plus
24 inches.
Nominal
Pipe Size, Inches
Less than 18
18 to 30
Greater than 30
Minimum Trench
Width, Inches
O.D. + 18
O.D. + 24
O.D. + 36
D. Use sufficient trench width or benches above the embedment zone for installation of well
point headers or manifolds and pumps where depth of trench makes it uneconomical or
impractical to pump from the surface elevation. Provide sufficient space between shoring
cross braces to permit equipment operations and handling of forms, pipe, embedment and
backfill, and other materials.
E. Upon discovery of unknown utilities, badly deteriorated utilities not designated for
removal, or concealed conditions, discontinue work at that location. Notify the OWNER
and obtain instructions before proceeding.
F. Shoring of Trench Walls.
1. Install Special Shoring in advance of trench excavation or simultaneously with the
trench excavation, so that the soils within the full height of the trench excavation walls
will remain laterally supported at all times.
2. For all types of shoring, support trench walls in the pipe embedment zone throughout
the installation. Provide trench wall supports sufficiently tight to prevent washing the
trench wall soil out from behind the trench wall support.
3. Unless otherwise directed by the OWNER, leave sheeting driven into or below the
pipe embedment zone in place to preclude loss of support of foundation and
embedment materials. Leave rangers, walers, and braces in place as long as required
to support sheeting, which has been cut off, and the trench wall in the vicinity of the
pipe zone.
4. Employ special methods for maintaining the integrity of embedment or foundation
material. Before moving supports, place and compact embedment to sufficient depths
to provide protection of pipe and stability of trench walls. As supports are moved,
finish placing and compacting embedment.
5. If sheeting or other shoring is used below top of the pipe embedment zone, do not
disturb pipe foundation and embedment materials by subsequent removal. Maximum
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 6
thickness of removable sheeting extending into the embedment zone shall be the
equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with
compacted backfill material.
G. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety
device, the following requirements apply:
1. Make trench excavations of sufficient width to allow shield to be lifted or pulled
freely, without damage to the trench sidewalls.
2. Move trench shields so that pipe, and backfill materials, after placement and
compaction, are not damaged nor disturbed, nor the degree of compaction reduced.
3. When required, place, spread, and compact pipe foundation and bedding materials
beneath the shield. For backfill above bedding, lift the shield as each layer of backfill
is placed and spread. Place and compact backfill materials against undisturbed trench
walls and foundation.
4. Maintain trench shield in position to allow sampling and testing to be performed in a
safe manner.
3.05 HANDLING EXCAVATED MATERIALS
A. Use only excavated materials which are suitable as defined in this Section. Place material
suitable for backfilling in stockpiles at a distance from the trench to prevent slides or
cave-ins.
B. When required, provide additional backfill material conforming to requirements of the
particular pipe being installed.
C. Do not place stockpiles of excess excavated materials on streets and adjacent properties.
Protect excess stockpiles for use on site. Maintain site conditions clean and safe.
3.06 GROUND WATER CONTROL
A. Implement ground and surface water control as required. Provide a stable trench to allow
for proper installation.
3.07 TRENCH FOUNDATION
A. Excavate bottom of trench to uniform grade to achieve stable trench conditions and
satisfactory compaction of foundation or bedding materials.
B. Place trench dams in Class I foundations in line segments longer than 100 feet between
manholes, and not less than one in every 500 feet of pipe placed. Install additional dams
as needed to achieve workable construction conditions. Do not place trench dams closer
than 5 feet from manholes.
3.08 BEDDING, HAUNCHING, AND INITIAL BACKFILL - PLACEMENT AND
COMPACTION
A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of
trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil.
B. Place embedment including bedding, haunching, and initial backfill as shown on
Drawings.
C. For pipe installation, manually spread embedment materials around the pipe to provide
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 7
uniform bearing and side support when compacted. Do not allow materials to free-fall
from heights greater than 24 inches above top of pipe. Perform placement and
compaction directly against the undisturbed soils in the trench sidewalls, or against
sheeting which is to remain in place.
D. Do not place trench shields or shoring within height of the embedment zone unless means
to maintain the density of compacted embedment material are used. If moveable supports
are used in embedment zone, lift the supports incrementally to allow placement and
compaction of the material against undisturbed soil.
E. Do not damage coatings or wrappings of pipes during backfilling and compacting
operations. When embedding coated or wrapped pipes, do not use crushed stone or other
sharp, angular aggregates.
F. Place haunching material manually around the pipe and compact it to provide uniform
bearing and side support. If necessary, hold small-diameter or lightweight pipe in place
during compaction of haunch areas and placement beside the pipe with sand bags or other
suitable means.
G. Place electrical conduit, if used, directly on foundation without bedding.
H. Shovel in-place and compact embedment material using pneumatic tampers in restricted
areas, and vibratory-plate compactors or engine-powered jumping jacks in unrestricted
areas. Compact each lift before proceeding with placement of next lift. Water tamping
is not allowed.
I. For sanitary sewer utility installation adhere to the following material.
1. Class I and II embedment.
a. Maximum 6-inches compacted lift thickness.
b. Compaction by methods determined by CONTRACTOR to achieve a minimum
of 95 percent of the maximum dry density as determined according to ASTM D
698 for Class I and II materials.
c. Moisture content Class I and II materials within 2 percent of optimum as
determined according to ASTM D 698.
2. Cement stabilized sand.
a. Maximum 6-inches compacted lift thickness.
b. Compaction by methods determined by CONTRACTOR to achieve a minimum
of 95 percent of the maximum dry density as determined according to ASTM D
558 for cement stabilized materials.
c. Moisture content of cement stabilized sands on the dry side of optimum as
determined according to ASTM D 558 but sufficient for effective hydration.
3. Flowable Fill
a. Mixture of sand, Portland cement, fly ash and water to comply with the
specification for American Concrete Institute (ACI) 229R-94 Code Controlled
Low Strength Materials.
3.09 SECONDARY BACKFILL UNDER
PLACEMENT AND COMPACTION
PAVED
AND
UN-PAVED
AREAS-
A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only
the minimum length of trench open as necessary for construction.
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 8
B. Secondary backfill under paved areas (asphalt or concrete) shall be placed in lifts and
compact by methods selected by the CONTRACTOR. Fully compact each lift before
placement of the next lift.
1. “Bank Run Sand Backfill”
a. Maximum 10-inches compacted lift thickness.
b. Compaction by vibratory equipment to a minimum of 95 percent of the maximum
dry density determined according to ASTM D 698.
c. Moisture content within 2 percent of optimum determined according to ASTM D
698
2. “Cement-stabilized Sand Backfill”
a. Maximum lift thickness determined by CONTRACTOR to achieve uniform
placement and required compaction, but not exceeding 24 inches.
b. Compaction by vibratory equipment to a minimum of 95 percent of the maximum
dry density determined according to ASTM D 558.
c. Moisture content on the dry side of optimum determined according to ASTM D
558 but sufficient for cement hydration.
3. “Select Backfill”
a. Maximum 6-inches compacted thickness.
b. Compaction by equipment providing tamping or kneading impact to a minimum
of 95 percent of the maximum dry density determined according to ASTM D 698.
c. Moisture content within 2 percent of optimum determined according to ASTM D
698.
C. Secondary backfill under un-paved areas shall be placed in lifts and compact by methods
selected by the CONTRACTOR. Fully compact each lift before placement of the next
lift. A random backfill of suitable material may be used.
1. Random Backfill
a. Maximum 10-inch compacted lift thickness for clayey soils and maximum 12inch lift thickness for granular soils.
b. Compact to a minimum of 90 percent of the maximum dry density determined
according to ASTM D 698.
c. Moisture content within 2 percent of optimum determined according to ASTM D
698.
2. Fat clays (CH) may be used as secondary backfill outside paved areas at the
CONTRACTOR’S option.
If the required density is not achieved, the
CONTRACTOR, at his option and at no additional cost to the City, may use lime
stabilization to achieve compaction requirements or use a different suitable material.
a. Maximum 6-inch compacted lift thickness for clayey soils and maximum 12-inch
lift thickness for granular soils.
b. Compact to a minimum of 90 percent of the maximum dry density determined
according to ASTM D 698.
c. Moisture content as necessary to achieve density.
D. Where damage to completed pipe installation work is likely to result from withdrawal of
sheeting, leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown
of the pipe. Remove trench supports within 5 feet from the ground surface.
E. For sewer pipes, use backfill materials described here as determined by trench limits. As
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 9
trench zone backfill in paved areas for streets and to one foot back of curbs and
pavements, use cement stabilized sand for pipe of nominal sizes less than 36 inches.
Uniformly backfill trenches partially within limits one foot from streets and curbs
according to the paved area criteria. Use select backfill within one foot below pavement
subgrade for rigid pavement. For asphalt concrete, use flexible base material within one
foot below pavement subgrade.
F. When shown on Drawings, a random backfill of suitable material may be used in trench
zone for trench excavations outside pavements.
G. For electric conduits, remove form work used for construction of conduits before placing
trench zone backfill.
3.10 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES
A. Meet the requirements of adjoining utility installations for backfill of pipeline structures,
as shown on the Drawings.
3.11 FIELD QUALITY CONTROL
A. Test for material source qualifications as defined in the specifications.
B. Provide excavation and trench safety systems at locations and to depths required for
testing and retesting during construction at no additional cost to Owner.
C. Tests will be performed on a minimum of three different samples of each material type
for plasticity characteristics, in accordance with ASTM D 4318, and for gradation
characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification
tests will be performed whenever there is a noticeable change in material gradation or
plasticity.
D. At least three tests for moisture-density relationships will be performed initially for
backfill materials in accordance with ASTM D 698, and for cement- stabilized sand in
accordance with ASTM D 558. Additional moisture-density relationship tests will be
performed whenever there is a noticeable change in material gradation or plasticity.
E. In-place density tests of compacted pipe foundation, embedment and trench zone backfill
soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and
ASTM D 3017, and at the following frequencies and conditions.
1. A minimum of one test for every 20 cubic yards of compacted embedment and for
every 50 cubic yards of compacted trench zone backfill material.
2. A minimum of three density tests for each full shift of Work.
3. Density tests will be distributed among the placement areas. Placement areas are:
foundation, bedding, haunching, initial backfill and trench zone.
4. The number of tests will be increased if inspection determines that soil type or
moisture content are not uniform or if compacting effort is variable and not considered
sufficient to attain uniform density, as specified.
5. Density tests may be performed at various depths below the fill surface by pit
excavation. Material in previously placed lifts may therefore be subject to
acceptance/rejection.
6. Two verification tests will be performed adjacent to in-place tests showing density
less than the acceptance criteria. Placement will be rejected unless both verification
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 10
tests show acceptable results.
7. Recomputed placement will be retested at the same frequency as the first test series,
including verification tests.
F. Recondition, re-compact, and retest at CONTRACTOR'S expense if tests indicate Work
does not meet specified compaction requirements. Core and test for compressive strength
for hardened soil cement with nonconforming density, at CONTRACTOR'S expense.
G. Acceptability of crushed rock compaction will be determined by inspection.
3.12 DISPOSAL OF EXCESS MATERIAL
A. Properly dispose of excess materials in accordance with requirements of Section 01576.
END OF SECTION
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 11
(THIS PAGE INTENTIONALLY LEFT BLANK)
EXCAVATION AND BACKFILL FOR UTILITIES
02317 - 12
SECTION 02536
FRAMES, GRATES, RINGS, AND COVERS
PART 1 G E N E R A L
1.1
A.
B.
1.2
A.
B.
C.
D.
1.3
A.
B.
C.
SECTION INCLUDES
Iron castings for manhole frames and covers, inlet frames and grates, catch basin
frames and grates, meter vault frames and covers, adjustment rings, and extensions.
Ring grates.
REFERENCES
AASHTO - American Association of State Highway and Transportation Officials
Standard Specification for Highway Bridges.
ASTM A 48 - Specification for Gray Iron Castings.
ASTM A 615 - Standard Specification for Deformed Billet-Steel Bars for Concrete
Reinforcement.
AWS - D 12.1 Welding Reinforcing Steel.
SUBMITTALS
Submit product data in accordance with Section 01300 - Submittal Procedures.
Submit copies of manufacturer's specifications, load tables, dimension diagrams,
anchor details, and installation instructions.
Submit shop drawings for fabrication and installation of casting assemblies that are
not included in Drawings. Include plans, elevations, sections and connection details.
Show anchorage and accessory items. Include setting drawings for location and
installation of castings and anchorage devices.
PART 2 P R O D U C T S
2.1
A.
B.
C.
D.
CASTINGS
Castings for frames, grates, rings and covers shall conform to ASTM A 48, Class 30.
Provide locking covers if indicated on Drawings.
Castings shall be capable of withstanding the application of an AASHTO H-20
loading without permanent deformation.
Fabricate castings to conform to the shapes, dimensions, and with wording or logos
shown on the Drawings. Standard dimensions for manhole covers are 32 inches in
diameter.
Castings shall be clean, free from blowholes and other surface imperfections. Cast
holes in covers shall be clean and symmetrical, free of plugs.
Frames, Grates, Ring and Covers
02536 - 1
2.2
A.
2.3
A.
B.
2.4
A.
2.5
A.
B.
BEARING SURFACES
Machine bearing surfaces between covers or grates and their respective frames so that
even bearing is provided for any position in which the casting may be seated in the
frame.
SPECIAL FRAMES AND COVERS
Where indicated on the Drawings, provide watertight manhole frames and covers
with a minimum of four bolts and a gasket designed to seal cover to frame. Supply
watertight manhole covers and frames, Model R-1916H (32-inch cover diameter)
manufactured by Neenah Foundry Company, Model V-2420 by Vulcan Foundry, or
approval equal.
Where shown on the Drawing, provide manhole frames and covers with 48-inchdiameter clear opening, with inner cover for 22-inch diameter clear opening. Provide
inner cover with pattern shown on Drawings, Neenah Foundry, Model R-1741-F,
Vulcan Foundry V-7, or approved equal.
FINISH
Unless otherwise specified, coat iron castings with the manufacturer’s standard
asphaltic paint.
FABRICATED RING GRATES
Ring grates shall be fabricated from reinforcing steel conforming to ASTM A 615.
Welds connecting the bars shall conform to AWS D 12.1.
PART 3 E X E C U T I O N
3.1
A.
B.
C.
INSTALLATION
Install castings according to approved shop drawings, instructions given in related
specifications, and applicable directions from the manufacturer's printed materials.
Set castings accurately at required locations to proper alignment and elevation. Keep
castings plumb, level, true, and free of rack. Measure location accurately from
established lines and grades. Brace or anchor frames temporarily in formwork until
permanently set.
Ring grates shall be fabricated in accordance to the Engineer, Ring Grate for Open
End of 18" to 72" Stubs to Ditch, and shall be set in mortar in the mouth of the pipe
bell.
END OF SECTION
Frames, Grates, Ring and Covers
02536 - 2
SECTION 02537
SANITARY SEWER PIPE WORK
PART 1
1.01
GENERAL
DESCRIPTION
Under this section is included the furnishing, laying, jointing and testing of all sewer pipe,
including sewer pipe and sewer appurtenances, both in open cut and in tunnels, as shown
on the drawings or as directed by the engineer.
PART 2
2.01
PRODUCTS
MATERIAL
For all pipe, the Contractor shall familiarize himself with the TCEQ Chapter 217 Separation
Distance Requirements and verify that all proposed work conforms to these regulations. The
Contractor shall immediately notify BPUB and the Engineer once the Contractor discovers that
field conditions cannot meet the TCEQ Chapter 217 Separation Distance Requirements.
(A)
Gravity Sewer Pipe
1.
(B)
Gravity sewer pipe may be of any of the following classifications. Any pipe found
defective, not meeting the specifications, or improperly installed shall be rejected
and so marked and shall be replaced by pipe approved by the engineer at no
additional cost to PUB.
a.
Pipe and fittings shall be manufactured in conformance with the materials
and methods described in ASTM Specification D-3034. Joint seals shall
be compression type rubber gaskets in compliance with the requirements
of ASTM Specification D-1869.
b.
Pipe and fittings shall be manufactured in conformance with the materials
and methods described in ASTM Specification F-789 and UNI-B-10.
Gaskets shall comply with the requirements of ASTM Specification F-477.
Force Mains
1.
Pressure sewer pipe will be the following classification. Any pipe found defective,
not meeting the specifications, or improperly installed shall be rejected and so
marked and shall be replaced by pipe approved by the engineer at no additional
cost to PUB.
Sanitary Sewer Pipe Work
02537 - 1
a. Polyvinyl chloride pipe for force mains shall conform to AWWA Standard
"Polyvinyl Chloride (PVC) Pressure Pipe" C-900 - 750 Class 100 DR25 latest
revision. Fittings for polyvinyl chloride (PVC) pipe shall be Ductile Iron Class
125 "Compact Fittings" short body, tar coated (not cement lined). Transition
gaskets shall also be included, unless otherwise noted on the contract bid
document or drawings.
b. Polyvinyl chloride pipe for directional bored force mains shall conform to
Fusible AWWA C-900 DR-25 PVC.
(C)
Watertight Joint Materials
1.
(D)
Pipe Jointing
1.
(E)
The contractor must exert every reasonable effort to secure a watertight joint and
prevent infiltration of ground water into or exfiltration of sewage out of all pipe
sewers and property service connections. To achieve this, joint material shall be
made of the materials as specified herein, unless otherwise set forth in Special
Provisions or Proposal. Any joint materials found to be defective or not meeting
the specifications shall be rejected and replaced by approved joint materials at no
additional cost to PUB.
In laying the sewer pipe to line and grade, the pipe shall be jointed in accordance
with one of the approved jointing methods. PUB reserves the right, before
construction is in progress, to change the type of joints if it’s Engineer so directs.
Polyvinyl Chloride Pipe (PVC) Jointing
1.
The contractor shall make certain before jointing polyvinyl chloride pipe that the
ring groove in the bell of the pipe is clean with no dirt or foreign material that
could interfere with proper seating of the ring. Make sure pipe end is clean. Wipe
with a clean dry cloth around the entire circumference from the end to one (1) inch
beyond the reference mark. Lubricate the spigot end of the pipe, using only the
lubricant supplied by the manufacturer. Be sure the entire circumference is
covered. The coating shall be the equivalent of a brush coat of enamel paint. It can
be applied by hand, cloth, pad, sponge, or glove. Do not lubricate the rubber ring
or the ring groove in the bell because such lubricant could cause ring displacement.
The level end is then inserted into the bell so that it is in contact with the ring.
Brace the bell, while the level end is pushed in under the ring, so that previously
completed joints in the line will not be closed up. The spigot end is pushed until
the reference mark on the spigot end is flush with the end of the bell. If undue
resistance to insertion of the level end is encountered or the reference mark does
not reach the flush position, disassemble the joint and check the position of the
ring. If it is twisted or pushed out of its seat, lean the ring, bell and level end and
repeat the assembly steps.
Sanitary Sewer Pipe Work
02537 - 2
2.
(F)
Water stop joints shall be Polyvinyl Chloride (PVC) or other similar approved joint
materials.
SERVICE CONNECTIONS
1. Property service connections shall be installed using Polyvinyl Chloride Pipe (PVC).
The pipe type shall be specified in the service line detail shown in the design plans.
The Contractor shall install all service lines in accordance with TCEQ separation
distance and Southern Building Code requirements. Contractor shall notify the
Inspector or Engineer prior to the installation of any service that is in question in
regards to the TCEQ separation or Southern Building Code requirements. Where not
approved street grade has been established, the depth of the connection shall be based
on the assumed future street grade or on the present street or ground surface, as
determined by the engineer. At times when pipe laying is not in process, the open ends
of the pipe shall be closed by a watertight plug or other approved means. This
provision shall apply during the noon hour as well as overnight. If water is in the
trench, the seal shall remain in place until the trench is pumped completely dry.
(G)
CONCRETE SURFACE COATINGS
1. All interior manhole concrete surfaces shall be coated with 8mils of Raven 155 epoxy
primer and 125 mils of Raven 405 – 100% solids, solvent-free ultra-high-build epoxy
system manufactured by Raven Lining Systems, Broken Arrow, Oklahoma or
approved equal.
PART 3
3.1
EXECUTION
CONSTRUCTION METHODS
1.
After the trench is excavated to a subgrade as specified, it shall be filled to grade
with a minimum 6-inch gravel layer. This material shall be mechanically tamped
to a density minimum of 90%. This material shall provide a smooth and uniform
pipe bed for the entire length of the sewer pipe barrel. Ditching and pipe laying
shall be uniformly in a straight line and to uniform elevations unless otherwise
specified on the plans. Pipe and fittings shall be carefully handled to avoid damage.
Before placing pipe into the trench, the outside of the spigot and the inside of the
bell shall be wiped clean and dry, free from oil and grease. Every precaution shall
be taken to prevent foreign material from entering the pipe. During layout
operation, no debris, tools, clothing or other material shall be placed into the pipe.
After placing a length of pipe into the trench, the spigot end shall be centered in
the bell, the pipe forced home, brought to the correct alignment and covered with
an approved backfill material. When the pipe is installed, metallic tape shall be
buried as directed by the PUB inspector, but no greater than 4' below the finished
grade or less than 2' above the top of the pipe for location purposes.
Sanitary Sewer Pipe Work
02537 - 3
2.
Sewer Appurtenances - Appurtenances to the sewer shall be provided and laid in
accordance with the drawings and in the manner as specified herein.
Appurtenances in addition to those required by the drawings or the proposal, as
approved or directed by the engineer, shall be paid for under the appropriate items
of the proposal.
3.
Branches and Fittings - Branches and fittings shall be provided and laid as and
where directed. T-branches and Y-branches, placed in the sewer for property
service connections, shall be located by the contractor, as directed by the engineer,
at such points in the sewer so as to result in the property service connection having
the shortest length possible between the sewer and property line or easement line,
unless otherwise indicated on the drawing or directed by the engineer.
4.
Stubs - Stubs for future sewer pipe shall be installed as indicated by the drawings.
If the specified length of the stub is exceeded, there will be no additional cost to
PUB unless the extra length is ordered by the engineer. Existing sewer pipe stubs
shall be removed as required, but only when directed by the engineer.
5.
Stacks - Stacks shall be constructed as and where directed. The height of the stack
shall be as indicated on the drawings, set forth in the proposal, as determined by
the engineer. The stack shall encased in-concrete in accordance with the Design
Plans.
6.
Drop Inlets - Drop inlets to the manhole shall be constructed as and where
indicated by the drawings of either of the types shown on the Design Plans, as
directed by the engineer.
7.
Cleanouts - Cleanouts on all service laterals shall be installed at the location shown
on the plans and in accordance with the Design Plans.
8.
Manholes - Manholes shall be constructed as shown in Design Plans to the
elevations shown on the plan-profile sheets, or as directed. The manholes specified
shall be Fiberglass-Reinforced Polyester Manholes for use in sanitary sewer
applications. They shall be a one-piece unit of one class, fabricated in a composite
laminate. Walls shall be of uniform thickness and shall be free from thin spots and
voids. Exterior surface shall be free of ridges and sharp protrusions and
reinforcement. Interior surface shall also be smooth and free of ridges so as to
facilitate self-cleaning. The exterior surface shall be covered with graded sand to
facilitate bonding to the concrete base pad, cement stabilized sand backfill and
cement grout used to seal around all incoming lines. The main line over which the
manhole cut-out will be set shall be fitted with a seal ring as manufactured by
Johns-Manville Manufacturing or equal (as per ASTM C-923 requirements). The
manholes shall be Containment Solutions, Inc., Flowtite Fiberglass Manholes or
approved equal that conforms to ASTM D. 3753-81, Standard Specifications for
Fiberglass-Reinforced Polyester Manholes and all noted applicable documents.
The manufacturer shall submit written certification that their product meets the
Sanitary Sewer Pipe Work
02537 - 4
requirements of ASTM D. 3753-81 with test results of specified manholes
included.
3.2
9.
Concrete Coating - All concrete surfaces within the manhole shall be coated with
100% solids, solvent-free ultra-high-build epoxy coating system. Surfaces to be
coated shall be cleaned by sandblasting or by water-blasting with 10% muriatic
acid prior to coating. Coating system shall consist of 125 mils of Raven 405 epoxy
coating, applied in accordance with manufacturer’s recommendations, alternative
coating system approved in advance by BPUB Engineering Staff.
10.
Stoppers and Bulkheads - Open ends of pipes and branches smaller than 15 inches
in diameter shall be sealed with stoppers, plugs, or caps, cemented into place in an
acceptable manner using a rubber gasket between the stopper and socket. All
openings to the pipeline shall be satisfactorily protected from the entrance of earth,
water or other material. If a temporary bulkhead is constructed to prevent sewage
from backing into the trench excavation or to prevent foreign material from
entering the sewer from the new sewer trench, the contractor shall be responsible
for reconstructing, repairing, or replacing those portions of the existing sewers
removed or damaged by his operations. Existing bulkheads shall be removed as
indicated by the drawings or set forth in the proposal, but not until directed by the
engineer.
EXECUTION
1.
Air Testing - This shall cover the testing of completed sections of installed sewer
pipe using low air pressure. The contractor shall conduct low air pressure tests on
completed sections of sewer mains. The air test results will be used to evaluate
materials and construction methods on the pipe line sections, and successful air
tests shall be mandatory for the acceptance of the lines. The Contractor shall
furnish all labor and material required to complete all testing required by this
specification.
2.
Material for Air Testing - The following materials will be furnished by the
contractor and utilized for air testing sewer mains:
a. Compressor Air Supply: Any source which will provide at least three hundred
(300) cubic feet per minute at one hundred (100) pounds per square inch. The
compressor air supply shall be furnished by the contractor.
b. Plugs, valves, pressure gauges, air hose, connections and other equipment
necessary to conduct the air test shall be furnished by the contractor. The test
equipment for air testing will consist of valves, plugs, and pressure gauges used to
control the rate at which air flows to the test section and to monitor the air pressure
inside the plugs. Test equipment shall be assembled as follows:
1.
hose connection
Sanitary Sewer Pipe Work
02537 - 5
2.
3.
4.
5.
6.
shut off valve
throttle valve
pressure reduction valve
gauge cock
monitoring pressure gauge
3. Test Procedures - The following procedures will be utilized for air testing sewer mains:
a.
Determine section of line to be tested.
b.
Apply air pressure until the pressure inside the pipe reaches 4 psig.
c.
Allow the pressure inside the pipe to stabilize, then bleed back to 3.5 psig.
d.
At 3.5 psig, the time, temperature and pressure will be observed and
recorded. A minimum of five (5) readings will be required for each test. If
the time in seconds for the air pressure to decrease from 3.5 psig to 2.5 psig
is greater than that shown in the following table, the pipe shall be presumed
to be free from defect. When these rates are exceeded, pipe breakage, joint
leakage, or leaking plugs are indicated and an inspection must be made to
determine the cause. The contractor shall effect such repairs as may be
required to accomplish a successful air test.
Table 1 Minimum Test Time for Various Pipe Sizes
Nominal
Pipe Size, in.
T(time)
min/100 ft.
Nominal
Pipe Size, in.
T(time)
min/100 ft.
3
0.2
21
3.0
4
0.3
24
3.6
6
0.7
27
4.2
8
1.2
30
4.8
10
1.5
33
5.4
12
1.8
36
6.0
15
2.1
39
6.6
18
2.4
42
7.3
Sanitary Sewer Pipe Work
02537 - 6
4.
5.
Leakage Test - A leakage test may be requested by the engineer at any time to
determine whether or not there is excessive infiltration and to assure that the sewer
section is substantially watertight. The engineer may order the contractor to make
leakage tests of as many sections as may be necessary to determine whether the
work complies with the criteria for the rate of leakage. A section shall consist of a
reach from one manhole to the next manhole provided the manholes are at least
300 feet apart and preferably 400 feet. Leakage tests shall be conducted, and
measurements made, for a minimum of one hour. The tests may be conducted over
a longer period of time with no reduction in the rate of leakage.
a.
Leakage into Sewer - Leakage into the sewer including manholes, shall not
exceed a rate of 50 gallons per 24 hours per inch diameter per mile of
sewer. There shall be no gushing or spurting streams entering the sewer or
manhole and where encountered they shall be repaired regardless of the
rate of infiltration at no additional cost to PUB. Where practicable, the tests
for leakage into the sewers shall be made at a time when the groundwater
level is at a maximum, but it must be at least one foot above the top of the
pipe of the highest elevation in the section being tested.
b.
Leakage out of Sewer - Where the ground water level is less than one foot
above the top of-the pipe and where conditions will permit, the sewers shall
be subjected to an internal pressure by plugging the pipe at both ends and
then filling the sewer and manholes with clean water to a height above the
top of the pipe sufficient to obtain satisfactory measurements to determine
the rate of leakage. The rate of leakage from the sewers may be determined
by either the amount of subsidence in the water surface level of the amount
of water required to maintain the original water surface level above the top
of the pipe. Leakage from the sewers under test shall not exceed the
requirement of leakage into sewers as specified in Section 6.f, except that
an allowance of an additional 10 percent of gallonage shall be permitted
for each additional 2 feet of head over a basic 2 foot minimum internal
head.
c.
Requirements of the Contractor - The contractor shall construct such weirs
or other means of measurements as may be required, shall furnish water
and shall do all necessary pumping to enable the tests to be properly made.
When a leakage test fails, the contractor shall do such other work as may
be necessary until the rate of leakage meets the above requirements, as
determined by additional leakage tests.
Deflection Testing for Gravity PVC Sewer Lines
a.
No sooner than 30 days, nor later than 12 months after the pipe has been
installed and backfilling has been completed, tests for deflection will be
made. A deflection of more than 5 percent of the inside diameter of the
pipe shall be cause for rejection, and the line will be removed and replaced
Sanitary Sewer Pipe Work
02537 - 7
at the contractor's expense. A GO NO-GO Deflection Testing Mandrel, to
be furnished by the contractor, and certified by the engineer, shall be used.
The testing shall consist of the following:
1. Completely flush the line, if required, making sure the pipe is clean of
any mud or debris that would hinder the passage of the mandrel.
2. During the final flushing of the line, attach a floating block or ball to
the end of the mandrel pull rope and float the rope through the line.
3. After the rope is threaded through the line, connect the pull rope to the
mandrel and place the mandrel in the entrance of the rope.
4. Connect a retrieval rope to the back of the mandrel to pull it back if
necessary.
5. Remove all slack in the pull rope and place a tape marker on the rope
at the ends of the pipe where the mandrel will exit, determining the
location of the mandrel in the line.
6. Using manhole guide pulleys, draw mandrel through the sewer line, if
any irregularity of pipe deformation exceeding the allowable 5 percent
is encountered in the line, the line shall be uncovered at the point.
7. If an obstructed or over-deflected section is found, locate it; dig down
and uncover pipe; inspect the pipe; if any damaged pipe is found,
replace it. If pipe is not damaged, re-round the pipe, replace and
thoroughly tamp the embedment and initial backfill; replace remainder
of backfill.
8. Re-test this entire section for deflection.
9. Any pipe removed shall be replaced by use of gasket repair couplings.
Each and every deflection test shall be conducted in the presence of the
owner's or engineer's representative.
b.
6.
The Contractor shall furnish all labor and material required to clean and
flush and complete all testing required by this specification. The owner, at
their discretion, may televise the sewer lines. Televising equipment will
be furnished by the owner. The contractor shall furnish labor to assist PUB
inspectors to operate televising equipment. Labor shall consist of a
minimum of 2 persons. Televising work will normally be performed
during other than normal working hours, including Saturdays and after 5
PM on weekdays. If there is insufficient roadways within the project area,
the contractor will furnish the equipment necessary to gain full access to
the site.
Force Main Hydrostatic Testing
a.
After the pipe and appurtenance have been installed, test line and drain.
Prevent damage to the Work or adjacent areas. Use clean water to perform
tests.
b.
The Utility Owner may direct tests of relatively short sections of completed
Sanitary Sewer Pipe Work
02537 - 8
lines to minimize traffic problems or potential public hazards.
c.
Test pipe in the presence of the Utility Owner.
d.
Test pipe at 150 psig or 1.5 times design pressure of the pipe, whichever is
greater. Design pressure of the force main shall be the rated total dynamic
head of the lift station pump.
e.
Test pipe at the required pressure for a minimum of 2 hours according to
requirements of Uni-B-3.
f.
Maximum allowable leakage shall be as calculated by the following
formula:
L = (S) (D) (P0.5) / 133,200
L = Leakage in gallons per hour
S = Length of pipe in feet
D = Inside pipe diameter in inches
P = Pressure in pounds per square inch (psi)
7.
g.
Correct defects, cracks, or leakage by replacement of defective items or by
repairs as approved by the Utility Owner.
h.
Plug openings in the force main after testing and flushing. Use cast iron
plugs or blind flanges to prevent debris from entering the tested pipeline.
Pigging Test
1.
2.
3.
After completion of hydrostatic testing and prior to final acceptance, test
force mains longer than 200 feet by pigging to ensure piping is free of
obstructions.
Pigs: Provide proving pigs manufactured of an open-cell polyurethane
foam body, without any coating or abrasives which would scratch or
otherwise damage interior pipe wall surface or lining. Pigs shall be able to
pass through reductions of up to 65 percent of the nominal cross-sectional
area of the pipe. Pigs shall be able to pass through standard fittings such
as 45-degree and 90-degree elbows, crosses, tees, wyes, gate valves, or plug
valves, as applicable to the force main being tested.
Test Execution: Pigging test shall be conducted in the presence of the
Utility Owner. Provide at least 48-hour notice of scheduled pigging of the
force main prior to commencing the test.
END OF SECTION
Sanitary Sewer Pipe Work
02537 - 9
(THIS PAGE INTENTIONALLY LEFT BLANK)
Sanitary Sewer Pipe Work
02537 - 10
SECTION 02550
ADJUSTING MANHOLES, INLETS, AND VALVE BOXES TO GRADE
PART 1 G E N E R A L
1.1
SECTION INCLUDES
A.
1.2
Adjusting elevation of manholes, inlets, and valve boxes to new grades.
REFERENCE
A.
ASTM C 270 - Specification for Mortar for Unit Masonry.
PART 2 P R O D U C T S
2.1
CONCRETE MATERIALS
A.
B.
2.2
For cast in place concrete, conform to requirements to Section 03315 - Concrete for
Utility Construction.
For mortar mix, conform to requirements of ASTM C 270, Type S, using Portland
cement.
CAST-IRON ADJUSTING RINGS
A.
For cast-iron adjusting rings, refer to Section 02536 - Frames, Grates, Rings, and
Covers.
PART 3 E X E C U T I O N
3.1
EXAMINATION
A.
3.2
Examine existing structure, valve box, frame and cover or inlet box, frame and cover
or inlet, and piping and connections for damage or defects that would affect adjustment
to grade. Report such damage or defects to the Engineer.
ESTABLISHING GRADE
A.
3.3
Coordinate grade related items with existing grade and finished grade or paving, and
relate to established bench mark or reference line.
ADJUSTING MANHOLES AND INLETS
A.
Elevation of manhole or inlet can be raised using plastic or precast concrete rings, metal
adjusting rings, use of brick for adjustment of sanitary sewer manhole to grade is
prohibited. Elevation of manhole or inlet can be lowered by removing masonry,
ADJUSTING MANHOLES, INLETS, AND VALVE BOXES TO GRADE
Section 02050 - 1
B.
C.
D.
E.
F.
3.4
A.
B.
C.
D.
3.5
A.
B.
C.
adjusting rings or the top section of the barrel below the new elevation and then
rebuilding or raising the elevation to the proper height.
Salvage and reuse cast-iron frame and cover or grate.
Protect or block off manhole or inlet bottom using wood forms shaped to fit so that no
debris or soil falls to the bottom during adjustment.
Install a cast-in-place slab at the top of the manhole barrel to receive the cast-iron frame
and cover. Form concrete slabs to the thickness specified in the design plans but no
less than 6 inches.
Set the cast-iron frame for the manhole cover or grate in a full mortar bed and adjust to
the established elevation. In streets, adjust covers to be flush with pavement.
Verify that manholes and inlets are free of visible leaks as a result of reconstruction.
Repair leaks in a manner subject to Owner's approval.
ADJUSTING VALVE BOXES
Salvage and reuse valve box and surrounding concrete block.
Remove and replace 6-inch ductile iron riser pipe with suitable length for depth of
cover required to establish the adjusted elevation to accommodate actual finish grade.
Reinstall valve box and riser piping plumbed in vertical position. Provide minimum 6
inches telescoping freeboard space between riser pipe top butt end and interior contact
flange of valve box for vertical movement damping.
After valve box has been set, aligned, and adjusted so that top lid is level with final
grade, pour 24-inch by 24-inch by 6-inch-thick concrete pad around valve box. Center
valve box horizontally within concrete slab.
BACKFILL AND GRADING
Backfill the area of excavation surrounding each adjusted manhole, inlet, and valve
box and compact according to requirements of Section 02317 - Excavation and Backfill
for Utilities.
Grade the ground surface to drain away from each manhole and valve box. Place earth
fill around manholes to the level of the upper rim of the manhole frame. Place earth
fill around the valve box concrete slab.
In unpaved areas, grade surface at a uniform slope of 1 to 5 from the manhole frame to
natural grade. Provide a minimum of 4 inches of topsoil.
END OF SECTION
ADJUSTING MANHOLES, INLETS, AND VALVE BOXES TO GRADE
Section 02050 - 2
SECTION 02687
TESTING OF INSTALLED PIPING SYSTEMS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Furnish all labor, materials, tools, and equipment, and perform all operations in
connection with testing of installed piping systems and appurtenances.
B. PLANS show pipe sizes, arrangements, working pressures, and test pressures. When
PLANS lack such information, minimum test pressures specified in Attachment "B"
herein to be used.
C. Related Work: Piping materials and installation requirement as called for on PLANS or
specified elsewhere in this or other TECHNICAL SPECIFICATIONS Sections.
1.02 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for work performed under this Section. Include
cost of same in Contract price bid for work of which this is a component part. Above
Ground
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
3.01 GENERAL
A. All testing to be conducted in the presence of ENGINEER and/or local reviewing
authority. A minimum of 24 hours notice is required prior to commencing tests. Length
of piping and sections included in tests to meet with approval of ENGINEER.
B. Water for Testing
1. Except for potable water lines, non-potable water may be used for testing.
2. CONTRACTOR is responsible for conveying and ultimate disposal of water used for
testing.
3. If potable water is used for testing CONTRACTOR is responsible for metering.
4. Reference the General Conditions for the disposition of costs associated with the
purchase of potable water or non-potable water.
5. All costs associated with re-testing to be borne by CONTRACTOR.
C. Furnish all taps, fittings, blind flanges, bulkheads, bracing systems, plugs, and other
devices for use in filling, flushing, and testing.
D. Piping installed behind walls, under pavement, or under structures to be tested prior to
construction of same.
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 1
E. Thrust Blocks: No testing is to be performed until the installation of all thrust blocking
has been completed and given sufficient time to cure. Testing is not to begin until a
minimum of 36 hours has elapsed since the last thrust block has been poured when
utilizing high, early strength concrete for thrust blocking. A minimum of 7 days of thrust
block curing is required when utilizing standard concrete.
F. Pipes to be free of dirt, sand, gravel, or other foreign material prior to testing.
G. Protect all valves and appurtenances, in or attached to piping system, from damage due
to testing procedures. Any damage resulting from testing procedures to be repaired, and
all costs to be borne by CONTRACTOR.
H. When testing absorbent pipe materials, such as concrete, fill the system with water and
allow to stand for 24 hours prior to conducting test. Air testing is not to be used with these
materials.
I. All fittings, hydrants, and appurtenances to be properly braced and harnessed before the
testing commences. Thrust restraining devices which are part of the piping system to be
tested at the test pressure.
J. Plug pipe outlets with test plugs, blind flanges or bulkheads. Brace valves, fittings, and
plugs securely to prevent blowouts.
K. Furnish adequate venting facilities in system to allow air to escape when filling system
for hydrostatic testing.
L. Pressurizing equipment to include a regulator set to avoid over-pressurization of test lines.
M. M. CONTRACTOR is solely responsible for implementing and adhering to recognized
safety procedures to prevent injury to personnel and/or damage to property.
N. For underground lines, backfill to a sufficient depth of cover prior to testing to prevent
shifting of the pipe due to pressure.
O. CONTRACTOR to determine groundwater level by installing groundwater gauges in
manholes prior to conducting low pressure air tests or testing underground pipes for
infiltration and/or exfiltration. Gauges to consist of a rigid section of minimum 1/2-inch
diameter pipe, capped and inserted horizontally in manhole wall as near as possible to top
of sewer, sealed so as to be watertight. Immediately prior to performance of test,
groundwater back pressure to be determined by removing pipe cap, blowing air through
pipe into ground to clean pipe, then connecting a clear plastic tube to pipe. Clear plastic
tube to be held vertically and measurement of height (in feet) of water over invert of pipe
to be taken after water has stopped rising. Upon completion of air test, remove
groundwater gauge from wall of manhole and permanently close opening with a nonshrinking, noncorrosive grout.
P. Test pressure is not to exceed rated pressure of valves installed in line.
3.02 HYDROSTATIC TESTING
A. Test Pressure: Unless otherwise specified in the test schedule herein or the piping
schedule on the PLANS, the following pressure restrictions to apply:
1. Test Pressure
a. 150% of the working pressure at the point of testing; or
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 2
b. 125% of the working pressure at the highest point along the test section.
c. In the event of a conflict between a. and b. above, the greater value is to apply.
2. For surcharged piping systems, working pressure is defined as the difference in
elevation between the lowest point in they piping system and the maximum water
surface elevation in the hydraulic structure immediately upstream of the piping
system.
3. Test pressure is not to vary by more than plus or minus 5 psi.
B. Duration of Pressure Test: Exposed joints to be tested for not less than 2 hours with no
allowable leakage. Covered joints to be tested for a minimum of 6 hours. If leakage at the
end of the 6-hour period exceeds the allowable by less than 25%, test to continue for not
less than 18 additional hours. For test durations greater than 2 hours, furnish a calibrated
pressure recorder to record pressure during test. Reference Paragraph 3.07 for allowable
leakage.
C. Pressurization: Each valved section of pipe to be filled with water slowly and the specified
test pressure, based on the elevation of the highest point of the line or section under test
and corrected to the elevation of the test gauge, to be applied by means of a pump
connected to the pipe. Furnish pump, pipe connections, and necessary apparatus, gauge,
volumetric measuring device and meters. Furnish necessary labor and assistance for
conducting test, all subject to approval by ENGINEER.
D. Air Removal: Before applying the specified test pressure, air to be expelled completely
from the pipe, valves, and hydrants. If permanent air vents are not located at all high
points, CONTRACTOR to install corporation cocks at such points so that the air can be
expelled as the line is filled with water. After all the air has been expelled, the corporation
cocks to be closed and the test pressure applied. At the conclusion of the pressure test,
the corporation cocks to be removed and plugged, or left in place at the discretion of the
OWNER.
E. Examination: All exposed pipe, fittings, valves, hydrants, and joints to be examined
carefully during the test. Any damage or defective pipe, fittings, valves, or hydrants that
are discovered following the pressure test to be repaired or replaced with sound material
and the test repeated until the leakage is within the specified allowance.
3.03 LOW PRESSURE AIR TEST
A. Equipment: Equipment used to meet following minimum requirements.
1. Pneumatic plugs to have a sealing length equal to or greater than diameter of pipe
tested.
2. Pneumatic plugs to resist internal test pressures without requiring external bracing or
blocking.
3. One of the pneumatic plugs to have inlet tap or other provision for connecting air
supply to introduce low pressure air into the line for testing.
4. All air used shall pass through a single control panel:
a. From control panel to pneumatic plugs for inflation.
b. From control panel to a sealed line for introducing low pressure air.
c. From sealed line to control panel for continuous monitoring of air pressure in
sealed line.
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 3
5. Air supply system to have necessary valves and gauges to control rate at which air
enters test section and for reading test results.
6. Pressure gauges to have minimum graduations of 0.1 psi, an accuracy of plus or minus
0.04 psi, and a minimum dial diameter of 3 ½ inches.
B. Procedure
1. Isolate test section by installing air-tight plugs. Plug ends of branches, laterals, and
wyes which are to be included in test section. Brace all plugs to prevent slippage and
blow-out.
2. CONTRACTOR to carefully observe safety precautions during air testing to prevent
injury to personnel from plugs blowing out. No one allowed in manholes during test.
3. Inflate pneumatic plugs to 25 psig.
4. Slowly introduce low pressure air into sealed line until pressure reaches test pressure
plus 0.5 psig.
a. a. Test pressure to be 3.5 psig.
b. b. The maximum pressure allowed under any condition in air testing to be 10 psig.
The maximum groundwater level for air testing is 13 feet above top of pipe.
5. Allow a minimum of 2 minutes for temperature and pressure of the air to stabilize.
Add air as required to maintain internal pressure specified plus or minus 0.5 psig.
6. When internal air pressure has stabilized and is at or above test pressure, disconnect
air supply and commence test. Utilizing a stopwatch, record period of time required
for pressure to drop 1.0 psig from starting pressure. Following table lists minimum
test times for various pipe sizes. If time for pressure to decrease 1.0 psig is less than
value in table, then system has failed.
MINIMUM TEST TIME
PIPE SIZE
MINUTES
6”
2
8”
3
10”
4
12”
5
15”
7
18”
8
21”
9
24”
11
27”
12
30”
14
36”
17
42”
19
48”
22
54”
25
60”
27
For other sizes, consult with ENGINEER.
SECONDS
50
56
43
40
5
30
55
20
45
10
0
50
36
16
47
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 4
7. Test may be discontinued when prescribed minimum test time has been reached, even
though 1.0 psig pressure drop has not occurred.
8. Release air from pipe slowly and remove plugs at conclusion of test.
3.04 HIGH PRESSURE AIR TESTING
A. Purge line to be tested with water or high velocity air as appropriate to system being
tested.
B. Unless otherwise specified, perform two-hour pressure test at 150 psig using dry, oil free
air. Unless otherwise specified, no leaks will be allowed.
C. Test joints with soapy water solution for leaks.
3.05 EXFILTRATION TESTING
A. General: Take precautions required to prevent damage to lines and appurtenances being
tested. Repair any damage resulting from test at CONTRACTOR's expense. Conduct test
in presence of ENGINEER.
B. Preparation: Seal ends of section being tested with water-tight plugs. Fill section with
water 24 hours prior to start of test. Vent line during filling so that no air is trapped in
line. Leave outlets of stacks, inlets, and service lines exposed and unplugged until after
exfiltration test has been made. Outlets terminating below level of test water surface to
be temporarily extended upward by installing additional lengths of pipe or by plugging.
After completion of satisfactory test, remove lengths of pipe added for test.
C. Duration of Test: Test for at least 2 hours with minimum head of 4 feet measured above
top crown, inside pipe at upper end of section being tested.
D. Allowable Leakage: Allowable leakage or exfiltration in any individual section or entire
sewer line under construction is defined in Paragraph 3.07. Remove and replace or make
approved corrective repairs to any section or line which has leakage or exfiltration that
exceeds above amount. Repair any individual leaks that may appear whether or not
overall section meets leakage requirements. For this purpose, any steady stream will be
considered a leak, while a drip will not. Individual leaks ordinarily will be revealed by
looking through sewer with a light while groundwater level is over sewer, during backfill
operations, or immediately after water from exfiltration tests is emptied from sewer line.
Settlement in backfill during exfiltration tests will be taken and an indication of leakage.
E. Measurement of Leakage: Measure leakage or exfiltration during test period by adding
measured quantities of water to maintain water level in test structure. Quantity of water
added to maintain water level is amount of leakage or exfiltration.
F. Retest: Sewers failing to meet requirements of leakage test to be tested again for leakage
after repair by CONTRACTOR. No sewer will be accepted until leakage is less than
allowable.
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 5
3.06 INFILTRATION TESTING
A. General: Infiltration tests will be allowed only when the water table gauges determine the
groundwater level to be 2 feet or more above the highest point of the pipeline section
being tested. CONTRACTOR to furnish all equipment required for testing. Take
precautions to prevent damage to lines and appurtenances being tested. Repair any
damage resulting from test at CONTRACTOR's expense. Conduct test in presence of
ENGINEER.
B. Preparation: Seal all service laterals, stubs, fittings, and all appurtenances of the upstream
end of section being tested with watertight plug(s). Install approved 90-degree, V-notch
weir in lower manhole of section to be tested. Weir to be of sufficient size to
accommodate flow. Install weir with watertight bulkhead to avoid leakage around
bulkhead and weir. Notch of weir to be below centerline of line to be tested and be in the
upstream end of manhole or joint of pipe. Pump water from downstream of weir so that
water will have a free fall over weir at all times.
C. Duration of Test: Test for 4 hours after downstream sewer is pumped down. Take
measurements of head on weir at 3D-minute intervals. Volume of infiltration to be
calculated by use of standard V-notch weir tables for rate of flow and time of tests.
D. Allowable Leakage: Allowable leakage or infiltration in any individual section or entire
sewer line under construction is defined in Paragraph 3.07. Remove and replace or make
approved corrective repairs to any section or line which has leakage or infiltration that
exceeds above amount. Repair any individual leaks that may appear whether or not
overall section meets leakage requirements. For this purpose, any steady stream will be
considered a leak, while a drip will not. Individual leaks ordinarily will be revealed by
looking through sewer with a light while groundwater level is over sewer, during water
tamping operations.
E. Retest: Sewers failing to meet requirements of leakage test will, after repair by
CONTRACTOR, be tested again for leakage. No sewer accepted until leakage is less than
allowable.
3.07 ALLOWABLE LEAKAGE FOR NONPRESSURE PIPELINES
A. The allowable leakage (exfiltration or infiltration) for non-pressure pipelines is not to
exceed the following:
TYPE OF PIPE
LEAKAGE (GALLONS PER
24 HOURS PER INCH OF
DIAMTER PER 1,000 FEET
OF PIPE
Ductile iron-mechanical or push-on joints
10
Polyvinyl chloride, thermal plastic or 10
fiberglass with solvent-cemented joints, or
centrifugally cast fiberglass pipe and
fittings
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 6
Concrete with rubber joints
20
Concrete with steel and rubber joints
10
Clay with rubber gasket joints
20
Cast iron soil pipe:
1. Drains and Vents
0
2. Sewer Laterals
*
All piping inside structures
0
* The same allowable as pipe to which it is connected.
B. Regardless of the above allowable leakage, any visible leaks detected to be permanently
stopped.
3.08 PIPELINE SETTLEMENT TESTING
A. TV Inspection
1. During infiltration test or after exfiltration test, pipe to be TV inspected for possible
settlement. When air testing has been used, run water through pipe to permit
meaningful observations. Any pipe settlement which causes ponding of water in pipe
is an indication of system failure.
2. TV inspection required on all sanitary sewers greater than 30 inches in diameter and
all sewers installed with curved alignment.
B. Mandrel Testing: All plastic piping materials used for gravity sewers to be subjected to a
95% mandrel test. Mandrel testing to be completed no sooner than four weeks after
backfilling has been completed. A Go-No-Go deflection testing mandrel with a minimum
of eight runners to be used for testing. Mandrel to be furnished with proving ring.
Dimensions of the mandrel for SDR-35 PVC, to be as shown in Attachment "A" to this
Section. For other wall thicknesses, consult ENGINEER. Testing to be as follows:
1. Completely flush line and clean pipe of debris.
2. Install pull rope in section to be tested.
3. Attach pull rope and retrieval rope to mandrel.
4. Insert mandrel in pipe. Remove slack from pull rope and place tape marker on rope
at end of pipe where mandrel will exit. Tape marker to be used to determine mandrel
location in line.
5. Using guide pulleys, pull mandrel through line. Use tape marker to determine location
of over-deflected sections.
6. All pipe sections failing to pass the mandrel to be removed and reinstalled.
7. Repeat testing until system passes.
3.09 LEAKAGE TESTING FOR PRESSURE PIPELINES
A. Leakage test to be conducted concurrently with hydrostatic pressure tests.
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 7
B. Leakage Defined: Leakage is defined as the quantity of water that must be supplied into
pipe, or any valved section thereof, to maintain pressure within specified test pressure
after air in pipeline has been expelled and pipe has been filled with water and brought to
test pressure.
C. Determine rate of leakage at 15-minute intervals by means of volumetric measurement of
makeup water added to maintain test pressure. The test to proceed until the rate of leakage
has stabilized or is decreasing below an allowable value, for 3 consecutive 15-minute
intervals. After this, test pressure to be maintained for at least another 15 minutes.
D. The allowable leakage for pressure pipelines including surcharged gravity lines not to
exceed the following in gallons per 24 hours per inch of diameter per mile of pipe:
TYPE OF PIPE
LEAKAGE (GALLONS PER
24 HOURS PER INCH OF
DIAMTER PER MILE OF
PIPE
Ductile iron
10
Polyvinyl chloride, thermal plastic or 10
fiberglass with rubber joints
Polyvinyl chloride, thermal plastic or 0
fiberglass with solvent-cemented joints, or
centrifugally cast fiberglass pipe and
fittings
Concrete with steel and rubber joints
10
Steel with welded joints
0
Steel with harnessed joints
10
Wrought steel
0
Copper
0
All piping inside structures
0
E. Regardless of the above allowable leakage, any visible leaks detected to be permanently
stopped.
3.10 TESTING OF PLUMBING SYSTEMS
A. Potable Water Lines: Hydrostatically test at 100 psig; maintain pressure for one hour; no
leaks allowed.
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 8
B. Test vertical soil and waste vents as soon as set. Plug outlets, fill to top of vertical lines,
and hold for 24 hours. Make final test after roughing in is complete and before connecting
sewer.
C. Perform smoke test on drain, waste and vent (DWV) lines in accordance with the
following:
1. Perform smoke test on DWV lines after all fixtures have been permanently connected
and all traps filled with water.
2. Close all windows and doors in the building and turn HVAC system off for the
duration of the smoke test.
3. One or more smoke machines to be connected to main building clean out or other
suitable connection. Smoke machines to produce a thick penetrating smoke. Smoke
produced by chemical mixtures are not acceptable.
4. Add smoke to the system until smoke is visible at vent stacks. Plug vent stacks and
continue to add smoke until a pressure of 1-inch water column is produced. Maintain
pressure for a minimum of 15 minutes.
5. Visually inspect each connection and fixture for smoke. Any odor or sign of smoke
is indication of system failure.
6. Repair all leaks and retest.
3.11 SPECIAL TESTING PROCEDURES
A. Chlorine Gas Piping Systems
1. Clean all portions of the chlorine gas system with a chlorinated solvent such as
trichloroethylene. Hydrocarbons or alcohols are not allowed. Cleaning may be
accomplished by pulling a cloth saturated with solvent through each length of pipe.
2. Hydrostatically test the system at 300 psig for two hours.
3. Drying: Chlorine gas lines are to be dried prior to introducing gas into the system.
Drying to be accomplished by passing steam through the line until all lines are
thoroughly heated. While steaming, allow condensate and foreign matter to drain out.
Disconnect the steam supply and drain all low spots. While the line is still warm dry
air (air with a dew point of -40°F or less) is to be blown through the line until dry. Air
drying may take several hours.
4. Gas Testing: After the system is dry, pressurize the system to 150 psig with dry air (40°F) or nitrogen and test for leaks at joints using soapy water. After testing all joints
hold pressure for 30 minutes.
5. Introduce chlorine gas gradually into system and test for leaks at all joints using
ammonia water solution.
B. LPG or Natural Gas Piping Systems
1. After piping installation is complete, but before installation of gas cocks, test the
piping system with LP-gas or air at a pressure of 15 psig for 30 minutes. The source
of pressure is to be disconnected from the system and there is to be no loss of pressure
on the gauge during the test period.
2. After installation of gas cocks, test the system again with air or LP-gas at 5 psig for
15 minutes. Gas source is to be disconnected and no loss of pressure allowed.
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 9
3. If appliances are installed at the same time as the piping system, a final pressure test
(including appliance valves) is to be made. The system is to be tested at not more than
14" water column and not less than 10" water column for a period of 15 minutes
without a drop in pressure.
4. During testing, the piping system is to remain at a constant temperature so that a rise
in temperature with a resultant rise in pressure does not mask small leaks.
C. Air Piping Systems
1. Depending on the size of the piping, the system is to be hydrostatically tested or tested
with high pressure air. In general, all piping larger than 2" in size is to be
hydrostatically tested. Piping 2" and smaller may be hydrostatically tested or high
pressure air tested (CONTRACTOR's Option).
2. High pressure air systems (systems with a working pressure greater than 15 psig) are
to receive a 24-hour stand pressure time test. Test pressure to be 150% of system
working pressure, but not less than 150 psig. System to hold pressure for 24-hours
with a loss of no greater than 5 psig.
3. Low pressure air systems (systems with a working pressure less than 15 psig) are to
receive a 2-hour stand pressure time test at 25 psig. No pressure loss allowed.
D. Vacuum Piping: Test and purge system in accordance with NFPA 56F.
E. Oil and Fuel Lines: Purge lines and hydrostatically or high pressure air test (depending
on pipe size) at the specified pressure. No leaks will be allowed. After testing is
completed, purge lines with nitrogen or carbon dioxide before admitting product.
3.12 TESTING PROCEDURES AT INTERFACES WITH EXISTING PIPING OR
BOUNDARIES
A. New Piping That Connects to Existing Piping
1. Complete piping up to final closure between existing and new piping.
2. Test new piping per applicable paragraph of this Specification by installing a closure
piece to isolate the new section. Test pressure as specified or noted.
3. Complete connection to existing piping. If underground, leave joint exposed.
4. Test piping again, per applicable paragraph of this Specification, to verify the
integrity of the completed joint.
a. Isolate existing piping by installing test plugs or closing valves if they exist. Only
isolate piping necessary to verify joint integrity. Test pressure at the interface
between new and existing piping to be 110% of the working pressure at the
interface. Hold test pressure for one hour. If pressure test fails, maintain pressure
at the joint by adding water to the system and visually inspect joint for leaks. If
no leaks are visible at the interface, no further testing is required. If leaks are
visible, repair and retest.
b. Only when noted on PLANS or specified elsewhere, place piping in service and
visually inspect joint(s). If no leaks are visible at the interface, no further testing
is required. If leaks are visible, repair and retest.
5. Coordination with plant operations is required for removing line from service, closing
valves and shutdowns.
B. Pipe Testing at the Boundary between Two Construction Contracts
1. If Connecting Pipe Has Not Been Installed:
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 10
a. Install closure piece (Le. plug, blind flange, etc.) at the boundary and test per
applicable paragraph of this Specification. Test pressure to be as specified.
2. If Pipe at Boundary Is Installed:
a. Complete piping up to final closure at the boundary.
b. Test new piping per applicable paragraph of this Specification by installing a
closure piece to isolate the new section. Test pressure as specified.
c. Complete connection at boundary. If underground, leave joint exposed.
d. Retest piping. Test pressure to be 100% of the working pressure at the boundary.
If there are no visible leaks at the interface, then no further testing is required. If
leaks are visible at the interface, repair and retest.
3. Installed piping at the boundary between two construction contracts is defined as
piping that has been installed and tested per Contract requirements and approved by
the ENGINEER.
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 11
ATTACHMENT A
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 12
SERVICE
Gravity
SIZE
A. Storm Sewer
All
All
B.
Sanitary
Sewer
All
C. Surcharged
D. Plant
Relief/Drain
Line
60”
E. Lift
Station
Interconnect
Tunnel
60”
Above Ground
All
A. Pump
Suction
All
B.
Pump
Discharge
All
ATTACHMENT B
REQUIRED
TEST
TEST PRESSURE
Visual
None
(Exfiltration or See Text
Infiltration
or
Low
Pressure
Air) + TV +
Mandrel
150% of
Hydrostatic
pressure
Exfiltration
or See Text
REMARK
S
N/A
See Text
system 2 Hrs. (min)
See Text
Infiltration
or
Low Pressure Air
Exfiltration
or See Text
Infiltration
or
Low Pressure Air
Hydrostatic
Leakage
Hydrostatic
Leakage
&
Hydrostatic
Leakage
&
Hydrostatic
Leakage
&
&
C. All Others
All
DURATIO
N
Underground
Pressure Piping
Plumbing (Inside Building)
All
Low Pressure air
or
hydrostatic
A. DWV
smoke
All
Hydrostatic
&
B. Waterlines
Leakage
Hydrostatic
&
Tank & Fill All
Leakage
Drain
Hydrostatic
&
Up to Leakage
Open-Ended
48”
Piping
See Text
150% of max. wet
well level (25 psi
min.)
150% of pump shutoff head (100 psi
min.)
150% of system
pressure (100 psi
min.)
Waterlines: 150 psi
Pump
discharge:
150% of pump shutoff head (100 psi
min.)
1 Hr. (min)
5 psi
See Text
No leaks
24 Hrs. See allowed
Text
See Text
No leaks
allowed
2 Hrs. (min) No leaks
allowed
1 Hr. (min)
100 psi
150% of tank head
25 psi
If > 48”, consult
ENGINEER
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 13
No leaks
allowed
2 Hrs. (min)
2 Hrs. (min)
2 Hrs. (min)
Gas Piping
A. Low Pressure
Air
Up to High
Pressure
2” > 2” Air Hydrostatic
25psi
150% of system
B.
High Up to High
Pressure pressure (150 psi
Pressure Air
2” > 2” Air Hydrostatic
min.)
High
Pressure
C. vacuum
All
Air
25 psi
Up to High
Pressure
D. All Others
2” > 2” Air Hydrostatic
See Text
END OF SECTION
TESTING OF INSTALLED PIPING SYSTEMS
02687 - 14
2 Hrs. (min)
No leaks
allowed
24 Hrs.
2 Hrs. (min)
See Text
No leaks
allowed
No leaks
allowed
DIVISION 3 – CONCRETE
(THIS PAGE INTENTIONALLY LEFT BLANK)
SECTION 03001
CONCRETE
PART 1 - GENERAL
1.01 SUMMARY
A. This Section includes the furnishing of materials, storing, mixing, handling and the
placement of concrete for concrete pavement, precast concrete, cast-in-place structures
or as identified for placement within other Specification Sections or as shown on PLANS.
1.02 RELATED REQUIREMENTS (NOT USED)
1.03 REFERENCES
A. The publications listed below form a part of this specification to the extent referenced.
The publications are referred to in the text by basic designation only.
1. American Concrete Institute (ACI)
a. ACI304R, Guide for Measuring, Mixing, Transporting, and Placing Concrete
b. ACI3.04.4R, Placing Concrete with Belt Conveyors
c. ACI3.04.5R, Batching, Mixing, and Job Control of Lightweight Concrete
d. ACI3.04.6R, Guide for the Use of Volumetric Measuring and Continuous-Mixing
Concrete Equipment
e. AC1318/318R, Building Code Requirements for Structural Concrete
2. American Society For Testing And Materials (ASTM)
a. ASTM C31, Standard Practice for Making and Curing Concrete Test Specimens
in the Field
b. ASTM C33, Standard Specification for Concrete Aggregates
c. ASTM C39, Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
d. ASTM C42, Standard Test Method for Obtaining and Testing Drilled Cores and
Sawed Beams of Concrete
e. ASTM C94, Standard Specification for Ready-Mixed Concrete
f. ASTM C143/C143A, Standard Test Method for Slump of Hydraulic Cement
Concrete
g. ASTM C150, Standard Specification for Portland Cement
h. ASTM C173, Standard Test Method for Air Content of Freshly Mixed Concrete
by the Volumetric Method
i. ASTM C231, Standard Test Method for Air Content of Freshly Mixed Concrete
by the Pressure Method
j. ASTM C232, Standard Test Methods for Bleeding of Concrete
k. ASTM C260, Standard Specification for Air-Entraining Admixtures for Concrete
l. ASTM C293, Standard Test Method For Flexural Strength of Concrete (Using
Simple Beam With Center - Point Loading)
m. ASTM C494, Standard Specification for Chemical Admixtures for Concrete
n. ASTM C618, Standard Specification for Coal Fly Ash and Raw or Calcined
Natural Pozzolan for use as a Mineral Admixture in Concrete
CONCRETE
03001 - 1
o. ASTM C1107, Standard Specification for Packaged Dry, Hydraulic-Cement
Grout (Nonshrink)
p. ASTM E329, Standard Specification for Agencies Engaged in the Testing and/or
Inspection of Materials Used in Construction
1.04 DEFINITIONS
A. HRWR - High Range Water Reducing Admixture
B. ppm - parts per million
1.05 SUBMITTALS
A. Furnish laboratory reports showing proportions and materials selected will produce
laboratory-mixed concrete of specified quality and having strengths 20 percent higher
than 28-day strength specified, at maximum slump and maximum air content specified.
B. Samples
1. Furnish material samples to approved testing laboratory for review and testing.
2. Provide sufficient material quantities for testing and determining mixes to produce
concrete classes specified.
C. Mix Designs
1. Submit mix designs for each different concrete mix proposed for the project.
2. Secure confirmation of laboratory tests on proposed mix designs prior to submittal.
3. Use only approved mix designs.
4. Make required tests of mix as called for elsewhere in this Specification Section under
Paragraph 1.05 E.
D. Reports: Provide certified mill test reports on cement and sieve analysis on aggregates.
When fly ash is used, provide documentation to confirm fly ash source is approved by
the Texas Department of Transportation for use in concrete for bridges.
E. Tests
1. Make moisture tests of aggregate to ensure proper batching and proportioning.
2. Provide and maintain curing facilities for test specimens conforming to ASTM C31.
3. For Structural Concrete
a. Perform sufficient number of tests to maintain check on quality.
b. Conduct tests as per test procedures ASTM C31 and C39 for Compression Test.
c. When portland cement concrete (other than high-early-strength concrete) is used,
test minimum of two standard 6-inch by 12-inch cylinders at 7 days and minimum
of two 6-inch by 12-inch cylinders at 28 days for each 50 yards of concrete placed,
for each day's placement, or for each structure, whichever results in more
cylinders.
d. When high-early-strength concrete is used, test a minimum of two standard 6-inch
by 12-inch cylinders at 3 days and minimum of two 6-inch by 12-inch cylinders
at 7 days for each 50 cubic yards of concrete placed, for each day's placement, or
for each structure, whichever results in more cylinders. Minimum strengths
normally required at 7 and 28 days will be required at 3 and 7 days, respectively.
4. For paving concrete, test pavement work as required by PLANS and/or as follows:
a. Make one beam for each 1,000 square yards of pavement, or part thereof, for each
day's placement, and/or one beam on each street.
CONCRETE
03001 - 2
b. Size of beams as required by ASTM C31.
c. Core sampling in accordance with requirements as indicated on PLANS. If the
requirements are not shown on PLANS, make one core for each 1,000 square
yards of pavement or at least one core for each street, whichever is least in area.
Core samples to be in accordance with ASTM C42.
d. Fill core hole with nonshrinking grout per ASTM C11 07 at no additional cost to
OWNER.
e. Test core for compressive strength and for thickness in accordance with ASTM
C42.
f. Test for flexural strength in accordance with ASTM C293, "Flexural Strength of
Concrete (using simple beam with center-point loading)."
5. For air entrainment, make two tests, in accordance with ASTM C231 or C173, for
each day's placing.
6. Measure slump, in accordance with ASTM C143, periodically, but not less than one
measurement for each batch of concrete from which specimens are made.
F. Specimen Handling
1. Mark test specimens clearly in a definite sequence.
2. Transport and store specimens to prevent damage.
3. Provide insulated shed for storage of cylinders and beams.
4. Provide records identifying each cylinder with locations from which specimens are
taken.
5. Cure specimens under laboratory conditions. When there is a possibility of
surrounding air temperature falling below 40°F; additional specimens shall be made
and cured under job conditions.
G. Failure to Meet Specifications
1. Concrete failing to meet specifications will be rejected.
2. Should a 3-day (high-early cement) or 7-day (normal cement) test fail to meet
established strength requirements, extended curing, or resumed curing, may be
required.
3. CONTRACTOR to strengthen structures, or replace portions thereof, which fail to
meet established strength requirements, at CONTRACTOR's expense.
4. Test cores, when required, to be in accordance with procedures of ASTM C42, at no
additional cost to OWNER. The OWNER is to select a testing laboratory, conforming
to ASTM E329, to make tests throughout the concrete operations. When requested by
the OWNER, ENGINEER will monitor tests and review results.
1.06 DELIVERY, STORAGE AND HANDLING
A. Cement
1. Store in weather tight enclosures and protect against dampness, contamination, and
warehouse set.
2. Store off ground in a well-ventilated building.
B. Aggregates
1. Stockpile to prevent excessive segregation or contamination with other materials or
other sizes of aggregates.
2. Use only one supply source for each aggregate stockpile.
CONCRETE
03001 - 3
C. Admixtures
1. Store to prevent contamination, evaporation, or damage.
2. Protect liquid admixtures from freezing or harmful temperature ranges.
3. Agitate emulsions prior to use.
1.07 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for work performed under this Section. Include
cost of same in contract price bid for work of which this is a component part.
PART 2 - PRODUCTS
2.01 MATERIALS AND/OR EQUIPMENT
A. Concrete: Ready-mixed concrete conforming to ASTM C94.
1. Cement
a. ASTM C150, Type I or Type 1/11.
b. Allowable weight variations and length of storage to be in accordance with ASTM
C150.
c. Use no caked cement.
d. Deliver in bags for site-mixed concrete.
e. Use only one brand of cement in anyone structure.
2. Admixtures
a. Air-entraining admixtures in accordance with ASTM C260.
b. Water-reducing and retarding admixtures in accordance with ASTM C494, Type
A or Type D admixture, modified as follows:
1) Bleeding water no greater than bleeding water of ASTM C494 reference
concrete when tested as per ASTM C232.
2) Increase durability, decrease permeability, and increase resistance to surface
scaling, when compared to ASTM C494 reference concrete.
3) No chlorides or alkalies added during manufacture of admixture.
c. High-range water-reducing admixture (superplasticizer) in accordance with
ASTM C494, Type F or Type G, modified as follows:
1) Superplasticized concrete to be nonsegregating, have little bleeding, and have
physical properties similar to low water cement ratio concrete.
2) Admixture composed of a synthesized sulfonated polymer to be added to the
concrete mixer with gauge water at the central batch plant.
3) Use only one liquid admixture to achieve the superplasticized concrete, except
where air entrainment is desired, in which case, air entraining admixture to be
compatible with superplasticizer admixture.
4) Treated concrete must be capable of maintaining superplastic state in excess
of 2 hours.
5) Dosage as recommended by the manufacturer.
d. Additional Requirements
1) Manufacturer to provide proof of successful field use of waterreducing and
retarding admixture from recognized laboratories and other authorities.
CONCRETE
03001 - 4
3.
4.
5.
6.
7.
2) Manufacturer to provide local representative and warehouse facilities, when
requested by OWNER.
3) Provide qualified concrete technician to assist in concrete mix design, if
required.
4) If required, CONTRACTOR to acquire approved commercial laboratory
testing, at no cost to OWNER, to furnish certification of compliance with this
specification.
5) Water-reducing and retarding admixtures used in Class A and Class K
concrete only, unless otherwise specified.
6) Use manufacturer's published recommended dosage for optimum results as
minimum requirements. Dosage may be varied by ENGINEER after analysis of
results of local commercial laboratory tests using materials from sources
assigned by CONTRACTOR.
7) Dispensing and mixing equipment and procedures at batch plant are subject
to approval.
Coarse Aggregate
a. Durable particles of crushed blast furnace slag, crushed stone, or combination
thereof, conforming to ASTM C33.
b. Use clean, durable particles, free from frozen materials, clay, salt, alkali,
vegetable matter, or other coating which would adversely affect strength of
concrete or bonding of aggregate to cement paste.
1) Nonprestressed concrete aggregate: ASTM Size No. 467 (1-1/2 In. to No.4)
for liquid containing structural elements 10 inches and thicker, and ASTM Size
No. 57 (1 In. to No.4) for all other concrete.
2) Prestressed concrete aggregate: ASTM Size No. 57 (1 In. to No. 4).
c. The maximum size coarse aggregate to be as indicated above or no greater than
three-fourths of the minimum clear spacing between parallel reinforcing bars or
prestressing tendons, whichever is smaller.
Fine Aggregate
a. Natural sand as per ASTM C33.
b. Fineness modulus between 2.4 and 2.9.
Water
a. Free from oils, acids, alkalis, organic matter, or other deleterious substances and
not containing more than 1,000 parts per million of sulphates.
b. Testing not required from municipal supplies approved by Texas Department of
Health, but from other sources water will be sampled and tested, at no additional
cost to OWNER, before use.
Slump
a. Test method as per ASTM C143.
b. As indicated in Classification Table.
Mix Proportioning
a. Per CLASSIFICATION TABLE, based on maximum water-cement ratio and
minimum strength requirements, with limits set on minimum cement content.
b. Increase cement content above minimum or use approved admixtures, without
additional cost to OWNER, if type, gradation, or sizes of aggregate being supplied
gives concrete mixture not meeting strength and workability requirements.
CONCRETE
03001 - 5
8. Coring Materials: Per Section "Concrete Structures".
B. Nonshrink Grout: Grout to have moderate fluidity and to conform to CRD-C621.
C. Fly Ash
1. ASTM C618, Class F.
2. Compatible with other concrete ingredients.
3. Obtain proposed fly ash from a source approved by the Texas Department of
Transportation for use in concrete for bridges.
4. When fly ash is used, it shall make up from 20% to 25% of the total cementitious
material, by weight.
CLASSIFICATION TABLE
Max. Water Content(1)
Class- Type
A - Structural
A sp Structural(3)
BSlope
Protection
CPipe
Blocking
D- Seal Slab
E- Monolithic
Sewer
F- Prestressed(5)
G- Prestressed(5)
K- Structural(6)
K sp Structural(3)
KwStructural(9)
P- Paving 6Inch(8)
P- Paving 7Inch(8)
Min Comp. Strength Lbs.
(psi)
Water/
Lbs.
Cement
7-Day
28-Day
(W/C)
2,000
3,000
0.55
Min. Cement
per C.Y.(2)(10)
Slump
(Lbs.)
Range (in.)*
494
2 ½ to 4 ½
2,000
3,000
0.50
423
7 to 10(4)
3 to 5
1,200
2,000
0.75
400
2 ½ to 4
2½
----
1,500
0.97
282
3 to 5
3 to 6
----
----
----
376
6 to 8
as needed
2,000
3,000
0.55
564
4 to 6
3 to 5
------2,800
5,000
6,000
4,000
.51
0.49
0.45
635
658
564
2 to 3
2 to 3
3 ½ to 5
as needed
as needed
2 ½ to 4 ½
2, 800
4,000
0.40
517
7 to 10(4)
3 to 5
2,800
4,000
0.40
517
7 to 10(4)
3 to 5
2,000
500(7)
3,000
0.66
470
3 to 5
2 ½ to 4 ½
2,000
3,000
0.66
470
3 to 5
2 ½ to 4 ½
0.66
517
3 to 5
500(7)
P- Paving
Inch(8)
8-
2,100
3,000
(7)
500
CONCRETE
03001 - 6
Total Air
Content
(%)
2 ½ to 4 ½
* All Slump Ranges + ½ -lnch Tolerance
(1) Include in maximum water, free water in aggregate minus absorption of aggregate based on a
30-minute absorption period.
(2) For concrete placed under water, minimum cement per cubic yard shall be 611 pounds (6.5
bags).
(3) Asp, Ksp" and Kw shall contain approved HRWR Admixture.
(4) Maximum 2-inch slump before addition of HRWR Admixture.
(5) For prestressed concrete, water reducing admixture may be used as needed.
(6) Use approved water-reducing and retarding admixture.
(7) Minimum flexural strength at 7 days.
(8) Slump range ½ - 1 ½ inches when slip form method of construction used.
(9) Use Class F Fly Ash in Class Kw concrete.
(10) Total combined weight of portland cement and fly ash, if any is used.
APPLICATIONS OF VARIOUS CONCRETE MIX CLASSES A AND K:
Class K Concrete or Class Ksp Concrete: At Contractor's option, use either Class K or Ksp for any
concrete uses not noted otherwise.
Class Kw Concrete: Use for all concrete elements of environmental (liquid containing) structures~
2.02 SOURCE QUALITY CONTROL
A. To be in accordance with those requirements as specified within Paragraphs 1.06 and 2.01
of this Specification Section.
PART 3 - PART 3· EXECUTION
3.01 ERECTION/INSTALLATION APPLICATION AND/OR CONSTRUCTION
A. Mixing Concrete
1. Ready-mixed and in accordance within the requirements of ACI 304, 304.4, 304.5
and 304.6, measuring, mixing, and transporting of concrete as applicable to type
methods used.
2. Postpone or delay work during adverse weather conditions.
3. Protect dry batch material so it reaches mixer in a dry condition.
4. Use batch mixer having approved and positive water control and measuring device
for all materials.
5. Continue mixing to ensure uniform distribution of materials, but not less than 1%
minutes after all materials have been introduced into mixer drum.
6. Rotate drum at peripheral speed recommended by mixer manufacturer.
7. Mix and deliver as per ASTM C94.
a. . Add mixing water at plant.
b. Mix concrete in quantities required for immediate use, and discharge at jobsite
within 1 hour after introduction of cement to aggregate. If CONTRACTOR can
prove that concrete consistency measured by slump will not be reduced by more
than 2 inches when superplasticized concrete is used, time interval between
mixing and placing may be extended to a maximum of 90 minutes or to a period
in which slump loss will not exceed 2 inches.
CONCRETE
03001 - 7
c. Begin mixing operation within 30 minutes after cement and aggregates
intermingle.
d. Ready-mixed concrete producer to furnish delivery tickets indicating:
1) Delivery date and time dispatched.
2) Name and location of project.
3) Name of CONTRACTOR.
4) Name of ready-mixed concrete producer.
5) Truck number.
6) Number of cubic yards of concrete in load.
7) Class of concrete.
8) Cement content in bags per cubic yard of concrete.
9) Amount of admixture in concrete, if any.
10) Number of gallons of water in mixture.
11) Air content.
8. Job mix concrete in approved type mixer and do not load beyond manufacturer's rated
capacity.
a. Normal Weight Concrete
1) Mix batches of 1 cubic yard or less for minimum of 1% minutes after materials
are placed in mixer.
2) Increase mixing time 15 seconds for each cubic yard increase over one cubic
yard batch.
b. Maintain positive batch control equipment to within 1 percent accuracy.
c. Clean, maintain, and operate equipment so as to thoroughly mix material as
required.
d. Hand-mixing permitted for small placements only as authorized.
e. Hand-mixed batches not to exceed a two-bag batch in volume.
9. Do not mix when air temperature is at or below 40°F (taken in the shade away from
artificial heat) and falling, or if likely to fall below 40°F in next 24 hours.
10. To produce concrete with minimum temperature of 50°F, heat aggregate and/or water
uniformly as follows:
a. Water temperature not to exceed 180°F and/or aggregate temperature not to
exceed 150°F
b. Heat mass of aggregate uniformly.
c. Temperature of aggregates and water to be between 50°F and 85°F before
introduction of cement.
B. Installation
1. In accordance with other Specification Sections which are included within these
Contract Documents.
3.02 3.05 FIELD QUALITY CONTROL
A. As specified under Paragraphs 2.01 and 3.01 of this Specification Section.
END OF SECTION
CONCRETE
03001 - 8
SECTION 03112
CONCRETE STRUCTURES
PART 1 - GENERAL
1.01 SUMMARY
A. This Section includes the construction procedures for all concrete structures which
includes the methods required for the forming, placing, and curing of concrete as shown
on PLANS and as specified elsewhere within the Contract Documents.
1.02 RELATED REQUIREMENTS
A. PLANS show sizes, shapes, thickness, reinforcing requirements, and location of
expansion, contraction, and construction joints for concrete structures.
B. Related work as called for on PLANS, or in this or other Specification Sections.
1.03 REFERENCES
A. The publications listed below form a part of this Specification to the extent referenced.
The publications are referred to in the text by basic designation only.
1. American Society For Testing And Materials (ASTM)
a. ASTM C109, Standard Test Method for Compressive Strength of Hydraulic
Cement Mortars
b. ASTM C309, Standard Specification for Liquid Membrane-Forming Compounds
for Curing Concrete
c. ASTM C579, Standard Test Method for Compressive Strength of Chemical
Resistant Mortars and Monolithic Surfacings
d. ASTM C827, Standard Test Method for Change in Height at Early Ages of
Cylindrical Specimens from Cementitious Mixtures
e. ASTM D412, Standard Test Methods for Vulcanized Rubber and Thermoplastic
Rubbers and Thermoplastic Elastomers-Tension
f. ASTM D1752, Standard Specification for Preformed Sponge Rubber and Cork
Expansion Joint Fillers for Concrete Paving and Structural Construction
g. ASTM D2628, Standard Specification for Preformed Polychloroprene
Elastomeric Joint Seals for Concrete Pavements
h. ASTM E488, Standard Test Methods for Strength of Anchors in Concrete and
Masonry
2. Federal Specifications (FS)
a. FS-TT-S-0277E, Sealing Compound: Elastomeric Type, Multi-Component (For
Caulking, Sealing and Glazing in Building and other Structures) Amendment 3
3. U.S. Army Corps Of Engineers (CRD)
a. CRD-C621, Standard Specification for Packaged Dry, Hydraulic-Cement Grout
(Nonshrink)
CONCRERTE STRUCTURES
03112 - 1
1.04 DEFINITIONS
A. "Curing Day" is any calendar day during which the temperature, taken in the shade away
from artificial heat, is above 50°F for at least 19 hours (on colder days, if satisfactory
provisions are made, maintain the temperature at all surfaces of the concrete above 40°F
for the entire 24-hour day). Required curing period begins when all concrete therein has
attained initial set.
B. "Nonshrink" is defined as no plastic or vertical shrinkage at any time when measured in
accordance with ASTM C827.
1.05 SUBMITTALS
A. Furnish in accordance with Specification Section 01300, "Submittals".
1. Shop drawings and Product Data. In addition to the items specified in Section 01300,
"Submittals", furnish the following:
a. Concrete mix designs, samples and test reports in accordance with the
requirements of Specification Section 03001, "Concrete".
b. Drawings showing placement, sizes and materials for reinforcing in accordance
with Specification Section 03210, "Reinforcing Steel".
c. Prior to any construction activities, submit the following information in full or
part as directed by the ENGINEER.
1) Concrete placement schedule.
2) Monolith drawings, in either two dimensions or isometric, clearly identify,
locate, and dimension the following:
a) Construction, contraction, and expansion joints.
b) Embedded items.
c) All concrete penetrations.
d) Key elevations.
e) Electrical conduit.
f) All other items passing through concrete.
3) Tabulation of concrete surfaces indicating types of finish to be provided on
each surface.
1.06 SCHEDULING
A. Time sequence requirements for construction operations are as specified under Paragraph
3.01 of this Specification Section.
1.07 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for work performed under this Section. Include
cost of same in Contract price bid for work of which this is a component part.
PART 2 - PRODUCTS
2.01 MATERIALS AND/OR EQUIPMENT
A. Concrete: In accordance with Specification Section 03001, "Concrete" with class of
concrete as noted on PLANS.
CONCRERTE STRUCTURES
03112 - 2
B. Reinforcing Steel: In accordance with Specification Section 03210, "Reinforcing Steel"
with size and type of reinforcing noted on PLANS.
C. Expansion Joint Filler Material: In accordance with ASTM 01752.
D. Waterstop: Manufactured from virgin polyvinyl chloride plastic compound and
containing no scrap or reclaimed material. Unless otherwise indicated, furnish "Wirestop"
waterstops as manufactured by Paul Murphy Plastics, Roseville, Michigan or equal of the
following types.
1. Expansion Joints: Center-bulb, ribbed, minimum of 0.375" thick, 6-inch width (unless
otherwise shown on PLANS) with integral wire loops for attachment to reinforcing
steel. "Wirestop" Model CR-6380 or equal.
2. Construction Joints: Flat, ribbed, minimum of 0.375" thick, 6-inch width (unless
otherwise shown on PLANS) with integral wire loops for attachment to reinforcing
steel. "Wirestop" Model FR-6380 or equal.
3. When called for on the PLANS furnish flat, dumbbell type, a minimum of 0.375"
thick, 6-inch width (unless otherwise shown on PLANS) with integral wire loops for
attachment to reinforcing steel. "Wirestop" Model FO-6380 or equal.
E. Curing Materials: Unless otherwise indicated, use one of the following.
1. Potable Water.
2. Liquid Membrane - Forming compounds in accordance with ASTM C309.
F. Forms and Falsework
1. Timber:
a. Seasoned, good quality timber free from loose or unsound knots, knot holes,
twists, shakes, decay, and other imperfections which would affect its strength or
impair finished surface of concrete.
b. Wedges, when required, to be hardwood.
2. Metal:
a. Thickness of metal forms as required to maintain true shape without warping or
bulging.
b. Keep metal forms free from rust, grease, or other foreign materials, and use only
those which present a smooth surface and form to alignment.
c. Aluminum is not permitted.
3. All screeds to be made of metal pipe. Plastic or hardened concrete sills not allowed
in work. Maximum screed spacing 8'-0".
G. Grout
1. Nonshrink Grout: Premixed grout which is nonmetallic, noncorrosive, and
nonstaining; containing specially selected silicon sands, cement, shrinkage
compensating agents, plasticizing and water reducing agents.
a. Conform to requirements of CRO-C621.
b. Minimum 28-day compressive strength of 5,000 psi when tested in accordance
with ASTM C109.
c. Maintain grout temperature during placement between 50°F and 90°F.
d. Prepare and place grout according to grout manufacturer's specifications and the
requirements of Paragraph 3.02 of this Specification Section.
2. Nonshrink Epoxy Grout:
CONCRERTE STRUCTURES
03112 - 3
a. Minimum 7-day compressive strength of 16,000 psi when tested in accordance
with ASTM C579.
b. Five Star epoxy grout as manufactured by Five Star Products or equal.
H. Vapor Barrier: Polyethylene film minimum thickness of 0.010-inch (10 mils) with
highimpact strength rating. Provide recommended tape of proper width for sealing joints
in barrier.
1. Acceptable Brands: Stego Wrap 10-mil Class A Vapor Retarder or approved equal.
I. Concrete Bonding Agent - Acceptable manufacturers:
1. "Duraweld-C" as manufactured by W.R. Grace and Company.
2. "Acrylic Bond Crete" as manufactured by Burke Concrete Accessories.
J. Waterproofing:
1. General: Where waterproofing is required on PLANS:
a. Under Slabs: Provide self-adhering polyethylene-waterproofing.
b. Walls: Use the product specified in Section 07160, "Bituminous Dampproofing".
2. Self-adhering polyethylene with a rubberized asphalt mastic material.
a. Minimum 4 mil thickness polyethylene coated on one side with a layer of adhesive
rubberized asphalt with protective membrane.
b. Designed for tensile strength of 250 psi when tested in accordance with ASTM
0412.
c. Thickness to be 60 mils excluding the protective release membrane.
d. Furnish in rolls 36 inches minimal width and 50 feet minimal length.
K. Expansion Bolts and/or Anchors: Expansion bolts and/or anchors are to be of the type,
sizes, shapes, dimensions and/or manufacturer as shown on PLANS.
L. Exterior Concrete Coatings: If exterior concrete coatings are required and are shown on
PLANS, coating to be in accordance with the applicable Painting and Coating
Specification Section.
M. Joint Sealant: Unless otherwise shown on PLANS, liquid joint sealant to be in accordance
with FS-TT-S-0227E and preformed compression seals to be in accordance with ASTM
02628.
N. Concrete Floor Sealant: SON-NO-MAR as manufactured by Sonneborn or equal.
PART 3 - EXECUTION
3.01 GENERAL REQUIREMENTS
A. Time Sequence of Construction Operations
1. Do not place superstructure members, forms, falsework, or erection equipment on
substructure before concrete has cured for minimum 4 days.
2. Erect forms on footings supported by piling or drilled shafts after concrete has cured
for minimum 4 days. Work may begin on spread footings after concrete has aged at
least 2 curing days.
3. Support of tie beam and/or cap forms by falsework placed on previously placed tie
beams is permissible, provided curing requirements are completed and tie beams are
properly supported to eliminate stresses not provided for in design.
CONCRERTE STRUCTURES
03112 - 4
4. Sequence of Pouring Operations: When construction requires the placement of
concrete in successive pours, CONTRACTOR is to submit sketch and schedule for
pouring sequence. Schedule and sequence is to allow a minimum of two days (48
hours) curing of adjacent concrete on all sides prior to placing new concrete in contact
with previously placed concrete. Schedule to be submitted in accordance with the
requirements as specified within Specification Section 01300, "Submittals".
3.02 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTION
A. General Design Requirements - Falsework and Forms
1. Design and construct to carry maximum anticipated loads including wind load, and
provide rigidity to prevent settlement or deformation.
2. Use 150 pounds per cubic foot for concrete and minimum live load of 50 pounds per
square foot of horizontal surface of form work. The maximum unit stresses not to
exceed 125 percent of allowable stresses used for design of structures.
B. Falsework
1. Make timber sills and grillages large enough to support superimposed load without
settlement.
2. Place falsework which cannot be founded on a satisfactory spread footing on piling
or drilled shafts.
3. Cap each falsework bent transversely by a member of proper size, and fasten caps
securely to each pile or column in bent and set at proper elevation, allowing for a
construction camber.
4. Use wedges, if required, in pairs and arrange so as to ensure uniform bearing.
5. Use of wedges to compensate for incorrectly cut bearing surfaces are not permitted.
C. Forms - General Requirements
1. Provide mortar-tight forms sufficient in strength to prevent bulging or sagging.
2. Maintain to proper line and grade, and prevent warping and shrinkage.
3. Clean areas of extraneous material before concrete placement.
4. If bulging or sagging occurs, remove concrete causing such condition and reset forms.
5. Construct forms to permit their removal without damage to concrete.
6. Use metal form ties of a type that permits their easy removal and which will not
require removal of excessive concrete. Tapered form ties are acceptable.
7. Remove metal alignment appliances from forms to a depth of at least 2 inch from
concrete surface without undue chipping or spalling, leaving a smooth opening in the
concrete surface.
8. Burning off of rods, bolts, or ties not permitted.
9. Cut wire ties back at least 2 inch from face of concrete.
10. Metal tie-holding devices to develop strength of ties and to be adjustable for
alignment.
11. Remove spreaders, which are separate from the forms, as concrete is placed.
12. Provide clean-out openings for walls and other locations where access to bottom of
forms is not readily attainable.
13. Prior to erection, treat facing of forms with oil or other bond-breaking coating which
will not discolor or otherwise injuriously affect concrete surface.
CONCRERTE STRUCTURES
03112 - 5
14. Wet surface of forms to be in contact with concrete immediately before placing
concrete.
15. Before concrete placement, align edges and faces of form panels and tape or fill joints
with patching plaster or cold-water putty to prevent leakage; sand lightly with No. 0
sandpaper to make joints smooth.
16. No forms of any kind are to be left in place under permanent structures.
D. Timber Forms
1. Timber for facing or sheathing surfaced on at least one side and two edges.
2. Use nominal 2-inch lumber minimum thickness for forms for bottoms of beams.
3. Use lumber of nominal 1-inch minimum thickness elsewhere, generally, and back by
sufficient number of studs and wales.
4. Provide form linings free of irregularities for concrete surfaces to be given rubbed
finish.
5. Lining not required with plywood forms.
6. Plywood form lining made with waterproof adhesive to be 1/4-inch minimum
thickness, oiled at mill, and re-oiled or lacquered on job before using.
7. Use tempered Masonite Concrete Form Board, 3/16-inch minimum thickness, as
alternate form lining. Keep moist at least 12 hours before applying to sheathing by
moistening screen side of board and stacking boards screen side to screen side. Use
smooth, hard face as concrete contact surface of form.
8. Plywood forms to be minimum 3/4-inch thickness and made with waterproof adhesive
backed by adequate studs and wales, with form lining not required.
9. Molding for chamfer strips, to be Redwood, cypress, or pine. Material is not split
when nailed and will hold true lines. All faces to be mill cut and dressed. Fillet sharp
corners and edges with triangular chamfer strips, 3/4 inch on sides.
E. Metal Forms: Linings are not required. Countersink bolt and rivet heads on facing sides
of metal forms. Design clamps, pins, or other connecting devices to hold forms rigidly
together and to allow removal without injury to the concrete. Straight metal panel forms
may be used for all structures with straight walls and for those structures with curved
walls only below ground level. Curved metal panels may be used for all structures with
curved walls.
F. Expansion Joints: Remove form from formed joints as soon as possible to permit free
expansion of concrete. Anchor expansion joint fillers to concrete on side of joint by means
of copper wire not lighter than No. 12 B&S gage or copper nails of approved size. Ensure
complete separation of concrete sections by joint material.
G. Construction Joints: Other than those indicated on the approved Monolith Drawing, joints
are not permitted without written authorization by the ENGINEER. Thoroughly clean
joint surfaces of previously placed concrete by power water blasting. Keep all concrete
surfaces moist for 12 hours prior to placing adjacent concrete. Immediately prior to
placing concrete, wet surface of joint with clean water.
H. Placing Reinforcement: Concrete reinforcement to be placed as shown on PLANS and in
accordance with approved shop drawing. Materials to be in accordance with Specification
Section 03210, "Reinforcing Steel" and/or as shown on PLANS.
CONCRERTE STRUCTURES
03112 - 6
I. Concrete Placement
1. Seal Slabs:
a. Use in all excavations for structures requiring reinforcing steel in base slab. For
retaining wall footings and bridge footings, use seal slab only if shown on
PLANS.
b. Excavate 2 inches minimum or to the depth as shown on PLANS below bottom
of structural slab and pour seal slab concrete to structural slab bottom elevation.
Surfaces to have a rough float finish.
c. Concrete for seal slabs to be Class D per applicable concrete specification Section
unless otherwise noted. No cylinders or testing is required for seal slab concrete.
No direct payment will be made for seal slab concrete.
2. General Requirements:
a. ENGINEER is to be given 48 hours advanced notice before placing concrete.
Place concrete only after forms and reinforcing placement have been checked.
Pile driving and other causes of vibration are to be discontinued until concrete has
attained an age of at least 18 hours.
b. It is preferable to mix, place, and finish concrete in daylight hours. If necessary to
conduct concrete operations in other than daylight hours, light entire working
area. Do not place concrete when impending weather conditions, such as rain,
sleet, or snow, threaten to impair quality of finished work. If rainfall occurs during
concrete placement, provide covering to protect work.
c. Place concrete in forms or excavations with no apparent moisture therein.
Standing water is not permitted in forms or excavations during concrete
placement.
3. Handling and Transporting of Concrete:
a. Use method and equipment to maintain rate of placement as required to prevent
cold joints. Place concrete by buckets, chutes, buggies, pipes, or troughs, which
prevent separation of concrete ingredients.
b. With prior written approval by the ENGINEER, use belt conveyors or pumps, and
test samples at discharge end. Protect concrete transported by conveyors from sun
and wind to prevent loss of slump and workability. Pipes used to pump concrete
to be shaded and/or wrapped with wet burlap to prevent loss of slump and
workability. Do not transport concrete through aluminum pipes, tubes, or other
aluminum equipment. Use of chutes in excess of 35 feet total length prohibited.
4. Concrete Placement:
a. CONTRACTOR is to provide thermometer to measure temperature of concrete
during placement for the ENGINEER's usage.
b. Equip chutes with baffles for depositing concrete on steep slopes, or make chutes
in short lengths that reverse lateral direction of movement. Provide downpipe at
the end of chute. Use no slope steeper than one vertical to two horizontal.
CONCRERTE STRUCTURES
03112 - 7
c. Discharge concrete from chutes and troughs either vertically down the inside of
forms or into pockets outside of forms from which it may flow through holes left
in forms. Keep chutes, troughs, and pipes clean and free from coatings of hardened
concrete. Deposit concrete in continuous horizontal layers maximum 12 inches in
thickness. Depositing large quantities at one point and running or working of the
concrete along forms not permitted. Limit free-fall of concrete to 5 feet, except in
walls 10-inches or less in thickness, if segregation can be prevented.
d. Use tremies for placing concrete in walls over 10 inches thick. Remove hardened
concrete spatter ahead of plastic concrete. Do not jar forms after concrete has
taken initial set or place any strain on projecting reinforcement. Make tremies in
sections, or provide in several lengths, so outlet may be adjusted to proper heights
during placing operations. Place each layer while preceding layer is still plastic,
but do not allow more than one hour to elapse between placement of successive
layers.
e. Apply vibrators to concrete immediately after depositing and move throughout
mass, through layer of concrete just placed, and several inches into plastic layer
below. Consolidate concrete and flush mortar to form surfaces by continuous
working with immersion-type vibrators. Do not attach vibrators to forms or
reinforcement. Provide one standby vibrator for emergency use.
f. If excessive bleeding causes water to form on surface of concrete in tall forms,
use stiffer mix. In walls and deep beams, place concrete to a point approximately
1 foot below finished elevation of bottom of slab or beam to be poured
monolithically with wall, and allow to settle; but to avoid a cold joint, resume
placement of concrete before initial set occurs. Overfill forms and screed off
excess concrete after partial stiffening.
5. Concrete Placement in Cold Weather Conditions:
a. The minimum temperature of all concrete at time of placement to be not less than
50°F. Maintain slab temperatures at 50°F or above for period of 72 hours from
time of placement and above 40°F for additional 72 hours.
b. Maintain temperature of all other structural elements at 40°F or above for period
of 72 hours from time of placement. Maintain temperature of concrete placed on
or in the ground above 40°F for period of 72 hours from time of placement.
c. Protect concrete against freezing during curing period in accordance with Portland
Cement Association "Design and Control of Concrete Mixtures". Protect concrete
from temperatures below 40°F until it has cured for a minimum of 3 days at 70°F
or 5 days at 50°F. Remove and replace, at CONTRACTOR's expense, all concrete
deemed unsatisfactory by ENGINEER. Protection may consist of additional
covering, insulated forms, artificial heating, or other means approved by
ENGINEER.
6. Concrete Placement in Hot Weather Conditions:
a. When air temperature is above 90°F use approved retarding agent in all exposed
concrete.
b. Reinforcing steel, steel beam flanges, and other surfaces in contact with concrete
to be cooled to below 90°F by means of water spray or other approved methods.
CONCRERTE STRUCTURES
03112 - 8
c. Concrete temperature prior to placement not to exceed 90°F. Reduce concrete
temperature at time of placement to satisfy maximum allowable temperature by
one or more of the following:
1) Addition of cold water with a subsequent addition of cement to maintain
proper water-cement ratio. Tanks or trucks used for storing or transporting
water to be insulated or painted white. Mechanical refrigeration may be used
to reduce water temperatures.
2) Addition of crushed, shaved, or chipped ice directly into the mixer with a
subsequent addition of cement to maintain proper water-cement ratio.
Continue mixing until ice is completely melted.
3) Any other methods that may be incorporated into the work to be approved in
writing by the ENGINEER.
7. Concrete Placement in Water Conditions:
a. Only when approved by the ENGINEER, use concrete mix with minimum 6.5
sacks cement per cubic yard of concrete. Forms, cofferdams, or caissons to be
sufficiently tight to prevent water current passing through space in which concrete
is being deposited. Pumping water not permitted during placing, nor until concrete
has set for at least 36 hours.
b. Place concrete with tremie, closed bottom-dump bucket, or other approved
method to avoid free-fall through water. Do not disturb concrete after depositing,
and maintain horizontal layers at all times. Use watertight tube 10 inches or less
in diameter for tremie and constructed so that bottom can be sealed and opened
after it is in place and fully charged with concrete.
c. Support tremie to allow easy movement horizontally to cover work area and
vertically to control concrete flow. Stop flow by lowering the tremie.
d. Capacity of bottom-dump buckets to be not less than 2 cubic yard. Lower bucket
or tremie gradually and carefully to rest upon concrete already placed and raise
very slowly during upward travel, intent being to maintain still water at point of
discharge and to avoid agitating mixture. Pour concrete continuously until work
is completed.
8. Concrete Placement on Ground or Seal Slabs:
a. Place concrete in footings after depth and character of foundation is observed.
Place footing concrete upon seal slabs after caissons, cofferdams, excavations,
forms, etc. are free from water and seal surface cleaned.
b. Locate pumps or bailing equipment in sump outside of forms. Immediately before
placing concrete, moisten subgrade to decrease absorption of moisture, if seal slab
or waterproofing not required.
c. With ENGINEER's approval, side forms in dry excavation may be omitted. Place
column concrete monolithically unless otherwise provided.
J. Curing Concrete: Keep forms tight against concrete, or remove with the approval of the
ENGINEER and start curing operations.
1. Length of Curing: Cure concrete for 6 consecutive curing days. Cure high-early
strength concrete for 3 consecutive curing days
2. Curing Methods: CONTRACTOR to select curing method that is compatible with
protective coatings, sealants, and/or waterproofing materials (if any):
CONCRERTE STRUCTURES
03112 - 9
a. Water Curing: Keep all exposed concrete surfaces wet continuously for the
required curing time.
1) Place wet cotton mats as soon as practical after surface has hardened
sufficiently to prevent damage to concrete.
2) Weight down mats to provide continuous contact with all concrete surfaces.
3) Use over lapping water sprays or sprinklers that keep all unformed surfaces
continuously wet.
4) Use minimum of 2-inches of clean, granular material, kept wet at all times or
minimum 1-inch depth of water.
5) Provide a dam or similar procedure to retain water or saturated sand.
b. Membrane Curing:
1) Flat Concrete: Apply curing material as specified at the rate of coverage
recommended by the manufacturer but not greater than 200 square feet per
gallon using a pump type spray. Apply after concrete is set sufficient to bear
full weight of applicator.
2) Formed Concrete: Apply curing material as specified as soon as practical after
removing forms, at the rate of coverage recommended by the manufacturer
but not greater than 200 square feet per gallon.
3) Formed concrete that is to be rub-finished: Apply curing material as specified
as soon as rUbbing is finished.
4) Formed or flat concrete that is to be painted or waterproofed should be treated
with curing material as specified as soon as possible after finishing and prior
to application of paint or waterproofing material.
K. Removal of Forms and Falsework:
1. Remove forms from surface to receive rubbed finish when concrete has attained
adequate strength to prevent damage, and remove only as rapidly as rubbing operation
progresses.
2. Re-wet wood forms or form lining left in place longer than 24 hours as required to
keep them moist.
3. Remove forms and falsework from portions of structures that do not require rubbed
finish, after the following number of curing days.
a. Forms for falsework under slabs, beams, or girders - 7 days.
b. Forms for walls, columns and piers - 2 days.
4. If cold weather continues below 40°F, form and falsework may be removed at the end
of a period of calendar days equal to twice the number of curing days specified.
L. Defective Work: Any defective work discovered after form removal to be repaired or
replaced immediately at CONTRACTOR's expense.
M. Concrete Surface Finish: For concrete having no special finish indicated, remove ties, fill
holes, and remove fins and rough edges. Exposed concrete surfaces, other than floors, to
have a rubbed finish except where noted on PLANS.
1. Monolithic Finish: Finish slabs, platforms, and steps monolithically between joints.
Set screeds prior to concrete placement, and make sufficiently rigid to withstand
impact of concrete being placed. Tamp concrete thoroughly to force coarse aggregate
away from surface of slab, then float to secure hard surface.
2. Provide light broom finish unless otherwise directed by the ENGINEER.
CONCRERTE STRUCTURES
03112 - 10
3. "Dusting" floor surfaces with dry material not permitted. Round edges at all
expansion joints with suitable jointing or edging tools.
4. Unless otherwise noted, all interior concrete floor slabs are to be sealed with a
concrete floor sealant.
N. Exposed Aggregate Panels:
1. Forms for exposed aggregate panels to be sandblasted may be removed on the day
following concrete placement (about 18 hours). Continue curing after sandblasting.
Immediately after form removal, sandblast to a depth of from 3/8inch to 5/8-inch.
Protect smooth surfaces adjacent to sandblasted panels during sandblasting. Coarse
aggregate for raised panels range from Standard No.4 to 1%-inch gradation.
2. Exposed aggregate sandblasted surfaces are to receive a coat of curing material as
specified. Preparatory work, application, and precautions in strict compliance with
manufacturer's recommendations.
O. Rub-Finished Surfaces:
1. General Requirements: Rub-finish exposed vertical and battered surfaces from 6inches below ground surface or from 6-inches below normal water level to top, except
for small plinths and similar structures which extend less than 12-inches above
finished grade.
2. Procedure:
a. Start rubbing operations when concrete has attained adequate strength for form
removal. Continue curing afterwards.
b. Do necessary pointing as forms are removed. Remove forms only as rubbing
progresses in order to prevent rapid hardening of surface to be rubbed.
c. After pointing has set, wet surface with brush and give first surface rubbing with
No. 16 Carborundum stone or equal. Rub sufficiently to bring surface to paste and
to produce smooth dense surface without irregularities. Add no cement to form
surface paste.
d. Spread or brush material, which has been ground to paste, uniformly over surfaces
and allow to take reset. Do not rub chamfered corners in first rubbing. Complete
first rubbing within 36 hours after completion of concrete placement.
e. For final acceptance, clean surfaces of structure and give final finish rubbing with
No. 30 Carborundum stone or equal. After rubbing, strip surfaces with brush and
allow mortar on surface to take reset; then wash surface with clean water. Leave
structure with clean, neat, and uniform appearing finish.
f. Apply a coat of curing material as specified. Preparatory work, application, and
precautions in strict compliance with manufacturer's recommendations.
P. Patching and Filling Holes:
1. Tie and Bolt Holes:
a. Fill holes with cement mortar to which has been added white cement so that
patches will not appear darker than adjacent concrete surface. Use mortar as dry
as possible and pack into holes.
b. Fill holes, entirely through concrete, with nonshrink grout from inside structure
with a pressure gun or other device that will force mortar through to outside face.
Strike off excess mortar flush and finish surface to make filled holes as
inconspicuous as possible.
CONCRERTE STRUCTURES
03112 - 11
c. Tapered form ties holes shall be filled as follows:
1) Heavy sandblast and clean tie holes.
2) After cleaning, drive neoprene plug into each of taper tie holes with a steel
rod. Locate plugs within middle third of the wall thickness. Bond neoprene
plugs to the concrete with epoxy.
3) Coat tie hole surfaces with epoxy and fill with cement mortar as specifed in
paragraph a above. Place mortar in heavily compacted thin layers.
4) At tie holes on the water-side of water containing structures and on the outside
of below grade walls, cover with an epoxy coating extending a minimum of 2
inches beyond the tie hole.
2. Honeycomb and Minor Defects:
a. Patch slight honeycomb and minor defects in concrete with cement mortar mixed
one part cement to two parts fine aggregate. Match color of adjacent concrete.
b. Repair area by cutting out unsatisfactory material by chipping or other approved
methods and replace with new concrete, securely keyed and bonded to old
concrete, and finish so as to make joints as inconspicuous as possible. Use stiff
mixture and thoroughly tamp into place.
c. Use nonshrink grout for large honeycomb and for hydraulic structures with
honeycomb sufficient to cause leakage through concrete.
Q. Waterstops and Waterproofing:
1. Waterstops:
a. Secure each edge of waterstop by tying with clean steel wire to reinforcing steel
at intervals not to exceed one foot.
b. Make waterstops continuous by heat sealing at splices as recommended by
manufacturer. Minimum requirements are:
1) Only splicing of straight runs allowed in forms. Butt weld straight splices.
2) Fabricate all other waterstop joints at central location on jobsite or use factory
fabricated joint intersections furnished by the waterstop manufacturer.
3) Miter and weld splices in expansion joint waterstops at directional changes
bulb to bulb. Puncturing waterstops not allowed.
2. Waterproofing:
a. Apply approved primer, as recommended by manufacturer of membrane, to clean,
dry surface at rate of not more than 250 square feet per gallon, and allow to dry
to tack-free condition before applying membrane.
b. Apply membrane within 12 hours of priming, or re-prime surface. Apply
membrane vertically or horizontally, wrinkle free, with a minimum of 2%inch
overlaps and staggered. For horizontal application, upper course to lap over lower
course.
c. Repair accidental damage to membrane by spot application of material to
damaged areas with minimum of 6-inch overlap in all directions. Exercise special
care to ensure protection of waterproofing membrane from damage during
backfill operations.
R. Grouting:
1. 1. General Grouting:
CONCRERTE STRUCTURES
03112 - 12
a. For general purposes, use mixture of one part Portland cement and two parts sand
by weight. If space to be grouted is 1 inch or less in thickness and cannot be tamp
grouted, use a mixture of one part Portland cement and one part sand by weight.
If space to be grouted is large, use original concrete mixture. For grout to be
tamped, use stiff mixture produced by prolonged mixing.
b. To obtain stiff grout, mix mortar using amount of water required to thoroughly
mix ingredients, then continue mixing without additional water until grout is stiff
enough to be compacted by tamping when placed.
c. For grouting blockouts for embedded pipes and similar items, use nonshrink grout
as per Paragraph 2.01 G of this Specification Section.
d. Prior to grout application remove curing material from concrete surface to assure
bonding of grout to concrete. Apply curing material as specified to the grout after
application.
2. Setting New Equipment: Use nonshrink epoxy grout as specified in Paragraph 2.02
G of this Specification Section.
a. Clean surface to receive grout of laitance, grease, oil, organic matter, curing
compound, and loose particles. Blowout bolt holes. Chip concrete to obtain a firm
bond.
b. Set grout forms true, level, tight, and well braced. Assemble equipment to be
grouted before grouting. Clean baseplates and all items to be embedded and set in
final position. Shim equipment bases for easy removal of shims. Moisten area to
receive grout. Do not mix more grout than can be placed in 20 minutes.
c. Place grout from one end or side only to avoid excessive air entrapment and to
ensure good compaction. Work and rod grout continuously while it is being
placed.
d. After grout has attained full strength, remove shims. Replace grout damaged by
shim removal with like material.
e. Steel trowel exposed grout, and protect exposed area from drying out rapidly. Do
not stress items embedded in grout, and do not operate equipment for 36 hours
after grout is placed.
3.03 CLEANING
A. Clean up area and remove excess material, dismantled forms and falsework, and debris
during construction, and clean area completely and thoroughly after completion of the
work herein described.
3.04 PROTECTION
A. Protect finished concrete from damage or discoloration until final acceptance by the
ENGINEER.
END OF SECTION
CONCRERTE STRUCTURES
03112 - 13
THIS PAGE INTENTIONALLY LEFT BLANK
CONCRERTE STRUCTURES
03112 - 14
SECTION 03210
REINFORCING STEEL
PART 1 - GENERAL
1.01 SUMMARY
A. This Section includes the furnishing and subsequent placing of reinforcing steel,
deformed and smooth, chairs, ties, splicing devices, and other reinforcing accessory items
required to complete work as shown on PLANS and specified in other Specification
Sections.
1.02 RELATED REQUIREMENTS (NOT USED)
1.03 REFERENCES
A. The publications listed below form a part of this specification to the extent referenced.
The publications are referred to in the text by basic designation only.
1. American Concrete Institute (ACI)
a. ACI315, ACI Detailing Manual Publication SP-66
2. American Society for Testing and Materials (ASTM)
a. ASTM A82, Standard Specification for Steel Wire, Plain for Concrete
Reinforcement
b. ASTM A185, Standard Specification for Steel Welded Wire Fabric, Plain for
Concrete Reinforcement
c. ASTM A615/A615M, Standard Specification for Deformed and Plain Billet-Steel
Bars for Concrete Reinforcement
1.04 SUBMITTALS
A. Submit the following in accordance with Specification Section 01300, "Submittals".
B. Product data for all materials used.
C. Shop drawings indicating location, placement, sizes, and bending.
D. Certificate of Compliance: Submit certified copy of mill certificates of compliance with
requirements herein specified.
E. Special Equipment: Submit information on mechanical splicing devices, couplers, and all
other reinforcing accessories.
1.05 QUALITY ASSURANCE
A. Reinforcement and placement to be in accordance with the requirements and guidelines
as specified within ACI 315.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Deliver to jobsite free from dirt, loose scale and rust, paint, oil, or other foreign material.
B. Store above surface of ground upon platforms, skids, or other supports, and protect from
mechanical injury and surface deterioration caused by exposure to conditions producing
rust or other damage.
REINFORCING STEEL
03210 - 1
C. Handle so as not to sustain crimping, bending, or warping before and during placement.
1.07 MEASUREMENT AND PAYMENT
A. No separate measurement or payment for work performed under this Section. Include
cost of same in Contract price bid for work of which this is a component part.
PART 2 - PRODUCTS
2.01 MATERIALS AND/OR EQUIPMENT
A. General Requirements
1. Nominal size, area, and theoretical weight in accordance with ASTM A615/615M
Table(s) 1a/1b.
2. Bending: Bends to be completed in shop, cold, true to shapes shown on PLANS. Any
irregularities in bending are cause for rejection. Bars to be detailed in accordance with
ACI 315. The inside diameter of bar bends, in terms of nominal bar diameter (d) of
bar which is bent, to be in accordance with ACI 315.
3. Fabrication tolerances in accordance with ACI 315 except as necessary to satisfy
clearance requirements indicated within Paragraph 3.01 A.2 of this Specification
Section.
4. Splices
a. Except where shown on PLANS, splices are not permitted without ENGINEER's
prior written approval.
b. Not permitted in main reinforcement at points of maximum stress, unless shown
otherwise on PLANS.
c. When not indicated on PLANS, but permitted with prior ENGINEER's written
approval, subject to the following:
1) Not larger than NO.8 bars.
2) Not permitted in bars 30 feet or less in length, except vertical.
3) Splices center to center not less than 30 feet.
4) Maintain specified concrete cover.
5) Stagger main bar splices in adjacent bars a minimum of two splice lengths.
d. Lap Splices
1) Lap bars in accordance with table shown on PLANS.
2) Lap bars so that both bars will be in the same plane parallel with the nearest
concrete surface.
e. All splices, whether mechanical, or coupler, to develop full strength of bar.
B. Reinforcing Steel
1. Deformed, conforming to ASTM A615/A615M Grade 60.
2. Welded wire fabric conforming to ASTM A185.
3. Cold drawn steel wire conforming to ASTM A82.
4. Spiral reinforcement to be deformed bars conforming to ASTM A615/A615M, or
smooth bars or wire conforming to ASTM A82.
5. Smooth dowels for expansion joints, conforming to ASTM A615/A615M Grade 60.
C. Bar Supports:
1. Plastic Protected Bar Supports: CRSI Bar Support Specifications, Class 1Maximum
Protection.
REINFORCING STEEL
03210 - 2
2. Stainless Steel Bar Supports: CRSI Bar Support Specifications, Class 2Moderate
Protection.
3. Bright Basic Wire Bar Supports: CRSI Bar Support Specifications, Class 3-No
Protection.
4. Precast Concrete Block Bar Supports: CRSI Bar Support Specifications. Strength
shall be equal to or greater than surrounding concrete.
5. Plastic Bar Supports: CRSI Bar Support Specifications.
D. Epoxy: Unless otherwise specified or shown, the epoxy for grouting reinforcement into
existing concrete to conform to the materials as specified in the Concrete Specification
Section within these Contract Documents or as shown on PLANS.
PART 3 - EXECUTION
3.01 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTION
A. Place reinforcing steel in positions indicated on PLANS and approved shop drawings.
1. Dimensions shown on PLANS are to centers of bars, unless otherwise noted.
2. Hold bars securely in place with tie wires and other approved means during placement
of concrete.
a. In plane of steel parallel to nearest surface of concrete, bars not to vary from
placement shown on PLANS, by more than one-twelfth of spacing between bars.
b. In plane of steel perpendicular to nearest surface of concrete, bars not to vary from
placement shown on PLANS, by more than 3-inch.
3. Looped wire bar ties ("pig tails") will be permitted for concrete pavement only. Do
not use looped wire bar ties ("pig tails") for structural concrete.
4. Do not tack weld reinforcing.
5. Space steel required distance from forms or earth by chairs or spacers as approved by
the ENGINEER
6. Use precast concrete blocks or or steel chairs with sand plates to support reinforcing
steel supported over soil.
7. Use stainless steel bar supports or steel chairs with stainless steel tips where the chairs
are set on forms for concrete surfaces that will be exposed to weather, high humidity,
or liquid. This includes soffits of concrete structural members over liquid containing
areas. Plastic bar supports may be used in walls to provide required concrete cover on
reinforcing bars.
8. Use plastic tipped metal chairs for all other applications unless otherwise noted or
shown.
9. For pavement use plastic chairs as manufactured by Sheplers (or approved equal) or
metal chairs to support all reinforcing steel. Space plastic or metal chairs 24-inch,
center-to-center each way to support reinforcing in concrete pavement. Metal chairs
to be secured with wire to the reinforcing steel.
10. Use heavy bolster to support bottom layer of reinforcing in abutment caps, bent caps,
and other beams.
11. In bridge deck slab, use two rows of supports for bottom layer of reinforcing parallel
to beams for each bay between beams. Use high chairs to support top layer.
12. Clean all mortar, mud, dirt, etc. from reinforcement before placing concrete.
13. Protect exposed steel from corrosion or other damage.
REINFORCING STEEL
03210 - 3
14. Correct placement of steel to be verified by CONTRACTOR before concrete is
placed.
15. Provide adequate support for reinforcement extending out of formwork to ensure
proper alignment.
16. Tie reinforcing steel for all structural slabs at all intersections, except where spacing
is less than one foot in each direction, alternate intersections only need to be tied. Tie
reinforcing steel in concrete pavement at a minimum of alternate intersections.
17. For reinforcing steel cages for other structural members, tie steel at enough
intersections to provide a rigid cage of steel.
B. Grout reinforcing steel into existing concrete when shown on PLANS.
1. Holes to receive reinforcement may be wet or dry drilled using rotating machines
only.
2. Drill holes within 3 inch of the location shown on PLANS.
3. Flush wet drilled holes with clean water to remove residue and blowout using oil free
compressed air.
4. Blowout dry drilled holes with oil-free compressed air.
5. Clean oil-contaminated hole using appropriate solvents and bottle brush. Solvents to
be flushed and hole blown out with oil-free compressed air.
6. Backfill over-drilled holes with epoxy grout.
7. Reinforcement grouted in place to be free of contaminants. Use the appropriate
solvents and wire brushing to remove contaminants.
8. Provide adequate support for reinforcement to ensure alignment and maintain
reinforcement in the center of the drilled hole.
END OF SECTION
REINFORCING STEEL
03210 - 4
APPENDIX A – DAVIS BACON WAGE RATE
(THIS PAGE INTENTIONALLY LEFT BLANK)
APPENDIX B – REQUIRED CONTRACT PROVISIONS
(THIS PAGE INTENTIONALLY LEFT BLANK)
APPENDIX B
REQUIRED CONTRACT PROVISIONS
REQUIRED CONTRACT PROVISIONS
Table of Contents
For all contracts
1.
2.
3.
4.
5.
Debarment and Suspension
Access to Records
Retainage of Records – 3 Years
Termination for Cause (>$10K)
Admin., Contractual, Legal Remedies (>$150K)
Pg. 1
Pg. 1
Pg. 1
Pg. 1
Pg. 2
In addition to preceding, provisions for construction contracts
6. HUD 4010
7. Davis Bacon and Copeland Anti-Kickback (>$2K)
8. Equal Opportunity Clause (>$10K)
9. Recovered Materials (Purchases>$10K)
10. Byrd Anti-Lobbying (≥$100K)
11. Contract Work Hours and Safety Standards Act
12. Section 3 Clause (>$100K & federal funding $200K)
13. Clean Air and Water Act (>$150K)
Effective: 10/15/15 Pg. 3
Pg. 3
Pg. 4
Pg. 7
Pg. 7
Pg. 8
Pg. 8
Pg. 9
1 REQUIRED CONTRACT PROVISIONS
Italics – Explanatory; not contract language
§ 200.326 Contract provisions. The non-Federal entity’s contracts must contain the applicable provisions
described in Appendix II to Part 200—Contract Provisions for non-Federal Entity Contracts Under Federal
Awards.
All Contracts
THRESHOLD
None
None
None
>$10,000
>$150,000
PROVISION
(H) Debarment and Suspension (Executive Orders 12549
and 12689)—A contract award (see 2 CFR 180.220) must
not be made to parties listed on the governmentwide
Excluded Parties List System in the System for Award
Management (SAM), in accordance with the OMB
guidelines at 2 CFR 180 that implement Executive Orders
12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR
Part 1989
Comp., p. 235), ‘‘Debarment and Suspension.’’ SAM
Exclusions contains the names of parties debarred,
suspended, or otherwise excluded by agencies, as well as
parties declared ineligible under statutory or regulatory
authority other than Executive Order 12549.
The grantee, the subgrantee, the Federal grantor agency,
the Comptroller General of the United States, or any of their
duly authorized representatives must have access to any
books, documents, papers, and records of the contractor
which are directly pertinent to that specific contract for the
purpose of making audit, examination, excerpts, and
transcriptions.
Grantees or subgrantees must retain all required records
for three years after grantees or subgrantees make final
payments and all other pending matters are closed.
(B) All contracts in excess of $10,000 must address
termination for cause and for convenience by the nonFederal entity including the manner by which it will be
effected and the basis for settlement.
(A) Contracts for more than the simplified acquisition
threshold currently set at $150,000, which is the inflation
adjusted amount determined by the Civilian Agency
Acquisition Council and the Defense Acquisition
Regulations Council (Councils) as authorized by 41 U.S.C.
1908, must address administrative, contractual, or legal
remedies
in instances where contractors violate or breach contract
terms, and provide for such sanctions and penalties as
appropriate.
CITATION
2 CFR 200
APPENDIX II (H)
Formerly 24 CFR
§85.36(i)(10)
Formerly 24 CFR
§85.36(i)(11)
2 CFR 200
APPENDIX II (B)
2 CFR 200
APPENDIX II (A)
2 Construction Contracts
THRESHOLD
>$2,000 for
Davis Bacon
and Copeland
“Anti-Kickback”
Act;
>$100,000 for
Contract Work
Hours and
Safety
Standards Act
>$2,000
(Satisfied with
inclusion of
HUD 4010)
PROVISION
HUD 4010 Federal labor standards provisions include:
CITATION
1. Davis Bacon Act (40 U.S.C. 276a to 276a-7) as
supplemented by DOL regulations (29 CFR part
5);
2. Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as
supplemented by Department of Labor regulations
(29 CFR Part 3); and
3. Contract Work Hours and Safety Standards Act
See HUD 4010 contract language in Appendix F.
Inclusion of this language into the construction contract
satisfies contract requirements of the separate acts noted.
Compliance with the Davis-Bacon Act (40 U.S.C. 276a to
276a-7) as supplemented by Department of Labor
regulations (29 CFR part 5) and with the Copeland “AntiKickback” Act (18 U.S.C. 874) as supplemented in
Department of Labor regulations (29 CFR part 3):
(D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148).
When required by Federal program legislation, all prime
construction contracts in excess of $2,000 awarded by
non-Federal entities must include a provision for
compliance with the Davis-Bacon Act (40 U.S.C. 31413144, and 3146-3148) as supplemented by Department of
Labor regulations (29 CFR Part 5, “Labor Standards
Provisions Applicable to Contracts Covering Federally
Financed and Assisted Construction”). In accordance with
the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the
prevailing wages specified in a wage determination made
by the Secretary of Labor. In addition, contractors must be
required to pay wages not less than once a week. The
non-Federal entity must place a copy of the current
prevailing wage determination issued by the Department
of Labor in each solicitation. The decision to award a
contract or subcontract must be conditioned upon the
acceptance of the wage determination. The non-Federal
entity must report all suspected or reported violations to
the Federal awarding agency. The contracts must also
include a provision for compliance with the Copeland
“Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3,
“Contractors and Subcontractors on Public Building or
Public Work Financed in Whole or in Part by Loans or
Grants from the United States”). The Act provides that
each contractor or subrecipient must be prohibited from
inducing, by any means, any person employed in the
construction, completion, or repair of public work, to give
2 CFR 200
APPENDIX II (D)
3 up any part of the compensation to which he or she is
otherwise entitled. The non-Federal entity must report all
suspected or reported violations to the Federal awarding
agency.
(C) Equal Employment Opportunity. Except as otherwise
provided under 41 CFR Part 60, all contracts that meet the
definition of ‘‘federally assisted construction contract’’
in 41 CFR Part 60–1.3 must include the equal opportunity
clause provided under 41 CFR 60–1.4(b), in accordance
with Executive Order 11246, ‘‘Equal Employment
Opportunity’’ (30 FR 12319, 12935, 3 CFR Part, 1964–
1965 Comp., p. 339), as amended by Executive Order
11375, ‘‘Amending Executive Order 11246 Relating to
Equal Employment Opportunity,’’ and implementing
regulations at 41 CFR part 60, ‘‘Office of Federal Contract
Compliance Programs, Equal Employment Opportunity,
Department of Labor.’’
Therefore, include the following EO clause (not in italics)
in construction contracts > $10,000:
§60-1.4(b) Equal opportunity clause.
>$10,000
(b) Federally assisted construction contracts. Except
as otherwise provided, each administering agency shall
require the inclusion of the following language as a
condition of any grant, contract, loan, insurance, or
guarantee involving federally assisted construction which
is not exempt from the requirements of the equal
opportunity clause:
The applicant hereby agrees that it will incorporate or
cause to be incorporated into any contract for construction
work, or modification thereof, as defined in the regulations
of the Secretary of Labor at 41 CFR chapter 60, which is
paid for in whole or in part with funds obtained from the
Federal Government or borrowed on the credit of the
Federal Government pursuant to a grant, contract, loan
insurance, or guarantee, or undertaken pursuant to any
Federal program involving such grant, contract, loan,
insurance, or guarantee, the following equal opportunity
clause:
2 CFR 200
APPENDIX II (C)
and
41 CFR §60-1.4(b)
During the performance of this contract, the
contractor agrees as follows:
(1) The contractor will not discriminate against any
employee or applicant for employment because of race,
color, religion, sex, sexual orientation, gender identity, or
national origin. The contractor will take affirmative action
to ensure that applicants are employed, and that
employees are treated during employment without regard
to their race, color, religion, sex, sexual orientation, gender
identity, or national origin. Such action shall include, but
not be limited to the following: Employment, upgrading,
4 demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and
applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or
advertisements for employees placed by or on behalf of
the contractor, state that all qualified applicants will
receive considerations for employment without regard to
race, color, religion, sex, sexual orientation, gender
identity, or national origin.
(3) The contractor will send to each labor union or
representative of workers with which he has a collective
bargaining agreement or other contract or understanding,
a notice to be provided advising the said labor union or
workers' representatives of the contractor's commitments
under this section, and shall post copies of the notice in
conspicuous places available to employees and applicants
for employment.
(4) The contractor will comply with all provisions of
Executive Order 11246 of September 24, 1965, and of the
rules, regulations, and relevant orders of the Secretary of
Labor.
(5) The contractor will furnish all information and
reports required by Executive Order 11246 of September
24, 1965, and by rules, regulations, and orders of the
Secretary of Labor, or pursuant thereto, and will permit
access to his books, records, and accounts by the
administering agency and the Secretary of Labor for
purposes of investigation to ascertain compliance with
such rules, regulations, and orders.
(6) In the event of the contractor's noncompliance
with the nondiscrimination clauses of this contract or with
any of the said rules, regulations, or orders, this contract
may be canceled, terminated, or suspended in whole or in
part and the contractor may be declared ineligible for
further Government contracts or federally assisted
construction contracts in accordance with procedures
authorized in Executive Order 11246 of September 24,
1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order 11246 of
September 24, 1965, or by rule, regulation, or order of the
Secretary of Labor, or as otherwise provided by law.
(7) The contractor will include the portion of the
sentence immediately preceding paragraph (1) and the
provisions of paragraphs (1) through (7) in every
5 subcontract or purchase order unless exempted by rules,
regulations, or orders of the Secretary of Labor issued
pursuant to section 204 of Executive Order 11246 of
September 24, 1965, so that such provisions will be
binding upon each subcontractor or vendor. The
contractor will take such action with respect to any
subcontract or purchase order as the administering
agency may direct as a means of enforcing such
provisions, including sanctions for noncompliance:
Provided, however, That in the event a contractor
becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by
the administering agency the contractor may request the
United States to enter into such litigation to protect the
interests of the United States.
The applicant further agrees that it will be bound by
the above equal opportunity clause with respect to its own
employment practices when it participates in federally
assisted construction work: Provided, That if the applicant
so participating is a State or local government, the above
equal opportunity clause is not applicable to any agency,
instrumentality or subdivision of such government which
does not participate in work on or under the contract.
The applicant agrees that it will assist and cooperate
actively with the administering agency and the Secretary
of Labor in obtaining the compliance of contractors and
subcontractors with the equal opportunity clause and the
rules, regulations, and relevant orders of the Secretary of
Labor, that it will furnish the administering agency and the
Secretary of Labor such information as they may require
for the supervision of such compliance, and that it will
otherwise assist the administering agency in the discharge
of the agency's primary responsibility for securing
compliance.
The applicant further agrees that it will refrain from
entering into any contract or contract modification subject
to Executive Order 11246 of September 24, 1965, with a
contractor debarred from, or who has not demonstrated
eligibility for, Government contracts and federally assisted
construction contracts pursuant to the Executive order and
will carry out such sanctions and penalties for violation of
the equal opportunity clause as may be imposed upon
contractors and subcontractors by the administering
agency or the Secretary of Labor pursuant to Part II,
Subpart D of the Executive order. In addition, the applicant
agrees that if it fails or refuses to comply with these
undertakings, the administering agency may take any or
all of the following actions: Cancel, terminate, or suspend
in whole or in part this grant (contract, loan, insurance,
guarantee); refrain from extending any further assistance
to the applicant under the program with respect to which
the failure or refund occurred until satisfactory assurance
6 of future compliance has been received from such
applicant; and refer the case to the Department of Justice
for appropriate legal proceedings.
(c) Subcontracts. Each nonexempt prime contractor
or subcontractor shall include the equal opportunity clause
in each of its nonexempt subcontracts.
(d) Incorporation by reference. The equal opportunity
clause may be incorporated by reference in all
Government contracts and subcontracts, including
Government bills of lading, transportation requests,
contracts for deposit of Government funds, and contracts
for issuing and paying U.S. savings bonds and notes, and
such other contracts and subcontracts as the Deputy
Assistant Secretary may designate.
(e) Incorporation by operation of the order. By
operation of the order, the equal opportunity clause shall
be considered to be a part of every contract and
subcontract required by the order and the regulations in
this part to include such a clause whether or not it is
physically incorporated in such contracts and whether or
not the contract between the agency and the contractor is
written.
(f) Adaptation of language. Such necessary changes
in language may be made in the equal opportunity clause
as shall be appropriate to identify properly the parties and
their undertakings.
Purchase price
> $10,000
≥$100,000
[43 FR 49240, Oct. 20, 1978, as amended at 62 FR
66971, Dec. 22, 1997; 79 FR 72993, Dec. 9, 2014]
Per 2CFR 200.322 Procurement of Recovered Materials,
Grantees, subgrantees, and their contractors must comply
with section 6002 of the Solid Waste Act, as amended by
the Resource Conservation and Recovery Act. The
requirements of Section 6002 include procuring only items
designated in guidelines of the Environmental Protection
Agency (EPA) at 40 CFR part 247 that contain the highest
percentage of recovered materials practicable, consistent
with maintaining a satisfactory level of competition, where
the purchase price of the item exceeds $10,000 or the value
of the quantity acquired by the preceding fiscal year
exceeded $10,000; procuring solid waste management
services in a manner that maximizes energy and resource
recovery; and establishing an affirmative procurement
program for procurement of recovered materials identified
in the EPA guidelines.
(I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—
Contractors that apply or bid for an award of $100,000 or
more must file the required certification. Each tier certifies
to
2 CFR 200
APPENDIX II (J)
and
2 CFR 200.322
2 CFR 200
APPENDIX II (I)
and
24 CFR §570.303
7 the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or
employee
of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of
Congress in connection with obtaining any Federal
contract, grant or any other award covered by 31 U.S.C.
1352. Each tier must also disclose any lobbying with nonFederal funds that takes place in connection with obtaining
any Federal award.
Such disclosures are forwarded from tier to tier up to the
non-Federal award.
>$100,000
(Satisfied with
inclusion of
HUD 4010)
>$100,000 for
contracts
(And federal
assistance
>$200,000)
(E) Contract Work Hours and Safety Standards Act (40
U.S.C. 3701–3708). Where applicable, all contracts
awarded by the non-Federal entity in excess of $100,000
that involve the employment of mechanics or laborers
must include a provision for compliance with 40 U.S.C.
3702 and 3704, as supplemented by Department of Labor
regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the
Act, each contractor must be required to compute the
wages of every mechanic and laborer on the basis of a
standard work week of 40 hours. Work in excess of the
standard work week is permissible provided that the
worker is compensated at a rate of not less than one and
a half times the basic rate of pay for all hours worked in
excess of 40 hours in the work week. The requirements of
40 U.S.C. 3704 are applicable to construction work and
provide that no laborer or mechanic must be required to
work in surroundings or under working conditions which
are unsanitary, hazardous or dangerous. These
requirements
do not apply to the purchases of supplies or materials or
articles ordinarily available on the open market, or
contracts for transportation or transmission of intelligence.
§135.38 Section 3 clause
All section 3 covered contracts shall include the following
clause (referred to as the section 3 clause):
A. The work to be performed under this contract is subject
to the requirements of section 3 of the Housing and Urban
Development Act of 1968, as amended, 12 U.S.C. 1701u
(Section 3). The purpose of section 3 is to ensure that
employment and other economic opportunities generated
by HUD assistance or HUD-assisted projects covered by
section 3, shall, to the greatest extent feasible, be directed
to low- and very low-income persons, particularly persons
who are recipients of HUD assistance for housing.
2 CFR 200
APPENDIX II (E)
24 CFR §135.38
B. The parties to this contract agree to comply with HUD’s
regulations in 24 CFR part 135, which implement section
3. As evidenced by their execution of this contract, the
parties to this contract certify that they are under no
8 contractual or other impediment that would prevent them
from complying
with the part 135 regulations.
C. The contractor agrees to send to each labor
organization or representative of workers with which the
contractor has a collective bargaining agreement or other
understanding,
if any, a notice advising the labor organization or workers’
representative of the contractor’s commitments under this
section 3 clause, and will post copies of the notice in
conspicuous places at the work site where both
employees and applicants for training and employment
positions can see the notice. The notice shall describe the
section 3 preference, shall set forth minimum number and
job titles subject to hire, availability of apprenticeship and
training positions, the qualifications for each; and the
name and location of the person(s) taking applications for
each of the positions; and the anticipated date the work
shall begin.
D. The contractor agrees to include this section 3 clause in
every subcontract subject to compliance with regulations
in 24 CFR part 135, and agrees to take appropriate action,
as provided in an applicable provision of the subcontract
or in this section 3 clause, upon a finding that the
subcontractor is in violation of the regulations in 24 CFR
part
135. The contractor will not subcontract with any
subcontractor where the contractor has notice or
knowledge that the subcontractor has been found in
violation of the regulations in 24 CFR part 135.
E. The contractor will certify that any vacant employment
positions, including training positions, that are filled (1)
after the contractor is selected but before the contract is
executed, and (2) with persons other than those to whom
the regulations of 24 CFR part 135 require employment
opportunities to be directed, were not filled to circumvent
the contractor’s obligations under 24 CFR part 135.
F. Noncompliance with HUD’s regulations in 24 CFR part
135 may result in sanctions, termination of this contract for
default, and debarment or suspension from future HUD
assisted contracts.
G. With respect to work performed in connection
with section 3 covered Indian housing assistance, section
7(b) of the Indian Self-Determination and Education
Assistance Act (25 U.S.C. 450e) also applies to the work
to be performed under this contract. Section 7(b) requires
that to the greatest extent feasible (i) preference and
opportunities for training and employment shall be given
to Indians, and (ii) preference in the award of contracts
and subcontracts shall be given to Indian organizations
9 >$150,000
and Indian-owned Economic Enterprises. Parties to this
contract
that are subject to the provisions of section 3 and section
7(b) agree to comply with section 3 to the maximum extent
feasible, but not in derogation of compliance with section
7(b).
(G) Clean Air Act (42 U.S.C. 7401–7671q.) and the
Federal Water Pollution Control Act (33 U.S.C. 1251–
1387), as amended—Contracts and subgrants of amounts
in excess of $150,000 must contain a provision that
requires the
non-Federal award to agree to comply with all applicable
standards, orders or regulations issued pursuant to the
Clean Air Act (42 U.S.C. 7401–7671q) and the Federal
Water Pollution Control Act as amended (33 U.S.C. 1251–
1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the
Environmental Protection Agency (EPA).
2 CFR 200
APPENDIX II (G)
10