ORDER NO. 31848 TCDP CONTRACT #728065 Came to be heard this the 27th day of September, 2010, with a motion made by Commissioner Williams, seconded by Commissioner Baldwin, the Court unanimously approved by a vote of 4 -0 -0 to: Approve TCDP Contract #728065 between Kerr County and Lupe Rubio Construction Company, Inc. in the amount of $308,129.87 (base bid); and $63,634.05 (alternate #1), total bid of $371,763.92 for the construction of Kerrville South Wastewater Project, Phase IV, and authorize County Judge to sign same. I - a COMMISSIONERS' COURT AGENDA REQUEST 31 sly PLEASE FURNISH ONE ORIGINAL AND NINE COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT. MADE BY: Commissioner Williams OFFICE: Precinct Two MEETING DATE: Sept. 27, 2010 TIME PREFERRED: SUBJECT: Consider, discuss and take appropriate action to approve TCDP Contract #728065 between Kerr County and Lupe Rubio Construction Company, Inc., in the amount of $308,129.87 (base bid); and $63,634.05 (alternate #1), total bid $371,763.92 the construction of Kerrville South Wastewater Project, Phase IV, and authorize County Judge to sign same. EXECUTIVE SESSION REQUESTED: NAME OF PERSON(S) ADDRESSING COURT: Commissioner Williams ESTIMATED LENGTH OF PRESENTATION: IF PERSONNEL MATTER - NAME OF EMPLOYEE: Time for submitting this request for Court to assure that the matter is posted in accordance with Title 5, Chapter 551 and 552, Government Code, is as follows: Meeting scheduled for Mondays: 5:00 P.M. previous Tuesday. THIS REQUEST RECEIVED BY: THIS REQUEST RECEIVED ON: @ All Agenda Requests will be screened by the County Judge's Office to determine if adequate information has been prepared for the Court's formal consideration and action at time of Court Meetings. Your cooperation will be appreciated and contribute towards you request being addressed at the earliest opportunity. See Agenda Request Rules Adopted by Commissioners' Court. 1 CONTRACT DOCUMENTS 1 ' For 1 KERRVILLE SOUTH WASTEWATER PROJECT 1 PHASE IV ' TCDP CONTRACT # 728065 1 1 1 Prepared for 1 COUNTY OF KERR / CITY OF KERRVILLE 1 e n v ,,v 1 ar OE rkv,k A *y �� J I 1 S. KELLER DROZDICK t I I ` • . _ 96465 / r j °A ' /`? 1 � S oNAL ENS By TETRA TECH, NC 700 N. St. Mary, Suite 300 San Antonio, Texas 78205 Phone 210.226.2922 / Fax 210.226.8497 Texas Registered Engineering Firm F -3924 1 CONTRACT DOCUMENTS 1 I For KERRVILLE SOUTH WASTEWATER PROJECT 1 PHASE IV TCDP CONTRACT # 728065 1 1 Prepared for 1 COUNTY OF KERR / CITY OF KERRVILLE 1 y4P OF TF so* : %\ * ' I • 5. KELLER DROZDICK # 0 96465 w 2 1 4If LN `i I By I TETRA TECH, INC 700 N. St. Mary, Suite 300 I San Antonio, Texas 78205 Phone 210.226.2922 / Fax 210.226.8497 Texas Registered Engineering Firm F -3924 I CONTRACT DOCUMENTS KERRVILLE SOUTH WASTEWATER PROJECT PHASE IV COUNTY OF KERR / CITY OF KERRVILLE TCDP #728065 Advertisement and Invitation to Bid 1-2 Instruction to Bidders IB 1 -4 Addendum 1 1 Proposal (as submitted in bid package) 1 -2 Bid Sheets (as submitted in bid package) 1 -7 Standard Form of Agreement SA 1 -4 TCDP General Contract Conditions for Construction Contract 1 -15 Wage Rate Decision 1 -3 Federal Labor Standards Provisions 1 -10 Minority /Female Goals 1 -2 Signage Requirements 1 Contractor's Local Opportunity Plan (as submitted in bid package) 1-2 Statement of Bidder's Qualifications (as submitted in bid package) 1 Attorney's Review Certification 1 Appendix E — Supplemental Forms and Conditions 1 -12 Certification of Bidder Regarding Civil Rights Laws and Regulations Recommended Additional Contract Condition RE: Payment Equal Opportunity Guidelines for Construction Contractors Executed Section 3 Policy Section 504 Certification Concerning Labor Standards and Prevailing Wage Requirements Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements Disclosure of Lobbying Activities and Instructions Bid Bond Form (As submitted in bid package) 1 Performance Bond Forms 1 Payment Bond Form 1 Maintenance Bond Form 1 Pre - Construction Checklist 1 Certificate of Construction Completion 1 Contractor's Final Payment Affidavit 1 Certificate of Liability Insurance (as submitted in bid package) 1 TECHNICAL SPECIFICATIONS Division 1 — General Requirements Section 01010 - Summary of the Work 1 -3 Section 01050 - Field Engineering 1 -2 Section 01420 - Subsurface Conditions 1 Section 01620 - Storage and Protection 1 Section 01720 - Project Record Documents 1 -4 Division 2 — Site Work Section 02110 - Clearing 1 -2 { Division 11 — Equipment Section 11180 — Grinder Pump Systems 1 -2 City of Kerrville Standard Specifications 1 -40 Section 400 Wastewater Specifications Section 600 Pipe and Appurtenances 1 -28 Section 700 Separation Distances 1 -3 Section 800 Acceptance Testing 1 -13 Septic Mitigation & Vent Pipe Details 1 -2 ADVERTISEMENT AND INVITATION FOR BIDS FOR CONSTRUCTION The County of Kerr will receive bids for a Phase IV Wastewater Collection System in Kerrville, Texas, until 9:00 A.M. on Monday, July 26` 2010, at 700 Main, Kerrville, Texas 78028. The bids will be publicly opened and read aloud at 9:15 AM on Monday, July 26` 2010, during Commissioner's Court at 700 Main, Kerrville, Texas 78028. This project is being funded by the Texas Community Develoment Program, Texas Department of Rural Affairs, TxCDBG Contract No. 728065. Bids are invited for several items and quantities of work as follows: Construction of 6 -inch and 8 -inch gravity wastewater collection system, service laterals, septic tank mitigation, manholes, bore under pavement, cutting and replacing asphalt, dewatering, testing and all other items included in construction documents and as necessary to complete the project. Each Bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there and should fully inform himself as to the facilities involved, the difficulties and restrictions attending the performance of the contract. The Contractor, by the execution of the contract, shall in no way be relieved of any obligation under it due to his failure to receive or examine any form of legal document or to visit the site to acquaint himself with the conditions there existing. The County will be justified in rejecting any claim based on lack of inspection of the site prior to the bid. Bid /Contract Documents, including Drawings and Technical Specifications are on file at Ridgways, 859 Isom Road, San Antonio Texas (210) 348 -6840 www.ridgways.com. Contact Tetra Tech, Inc., 700 N. St. Mary's, Suite 300, San Antonio, Texas 78205 (210) 226 -2922 for access information. Copies are also available at Copies Plus in Kerrville, (830) 895 -7587, and Lone Star Reprographics in San Antonio, (210) 366 -4808. 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 the County of Kerr or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. Performance and Payment Bonds — construction contracts in excess of $25,000 will require a payment bond and those in excess of $100,000 will also require a performance bond in the full amount of the contract. The failure of the successful bidder to execute the agreement and supply the required bonds within ten (10) days after the prescribed forms are presented for signature, 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 case, the locality may charge against the bidder the difference between the amount of the bid, and the amount for which a contract 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. There will be no pre -bid conference. 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 Rural Affairs 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. The County of Kerr reserves the right to reject any or all bids or to waive any informality in the bidding. Bids may be held by County of Kerr for a period not to exceed 30 days from the date of the bid opening for the purpose of reviewing the bids and investigating the bidder's qualifications prior to the contract award. All contractors /subcontractors who 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 in this project. Kerr County Pat Tinley, County Judge Date: June 14` 2010 1 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 an interpretation shall be made in writing to the locality 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 five (5) days prior to bid opening. It is, however, the bidder's responsibility to make inquiry to any addenda issued. All such addenda shall become part of the contract documents and all bidders bound by such addenda, whether or not received by the bidders. 3. Inspection of Site Each bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there and should fully inform himself as to the facilities involved, the difficulties and restrictions attending the performance of the contract. The bidder should thoroughly examine and familiarize himself 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 his failure to receive or examine any form or legal document or to visit the site or acquaint himself with the conditions there existing. 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 interlineations, excisions or special conditions may be made or included by the bidder. c) Bid documents, including the bid bond, and the statement of the bidders' qualifications shall be sealed in an envelope and clearly labeled with the words "Bid Documents ", project number, name of bidder and the date and time of bid opening. d) The locality may consider as irregular any bid on which there is an alteration of or departure from the bid form and, as 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. IB -1 • 6. Bid Modifications Prior to Bid Opening a) Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the city /county prior to the closing time, and provided further, the city /county is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication 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 city /county until the sealed bid is open. If written confirmation is not received within two (2) days from the closing time, no consideration will be given to the telegraphic modification. b) 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 city /county until the sealed bid is open. 7. 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. A certified check or bank draft payable to the locality or negotiable U.S. Government Bonds (as per 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. 8. Statement of Bidders Qualifications Each bidder shall submit on the form furnished for that purpose a statement of the bidder's qualifications. The locality shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform his obligations under the contract, and the bidder shall furnish the locality 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 locality 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. 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 IB -2 shown to the satisfaction of the locality 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 locality shall, at the time and place fixed for the opening of the 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 his purpose in writing to the locality. Upon receipt of such notice, the unopened bid will return to the bidder. The bid guaranty of any bidder withdrawing his bid will be returned promptly. 14. Award of ContractlReiection 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 locality 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. 15. Execution of Agreement/Performance and Payment Bonds a) Performance and Payment Bonds, requires all :prime contractors which enter into a formal contract in excess of $25,000 with the State, any department, board, agency, municipality, county, school district or any division or subdivision thereof, to obtain a Payment Bond in the amount of the contract before commencing with work and a performance bond for public works contracts in excess of $100,000. b) The failure of the successful bidder to execute the agreement and supply the required bonds within ten (10) days after the prescribed forms are presented for signature, 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 case, the locality may charge against the bidder the difference between the amount of the bid, and the amount for which a contract 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. IB -3 M 17. Equal Employment Opportunity Attention is called to the requirements for ensuring that employees and applicants for employment are not discriminated against because of their race, color, creed, sex, or national origin. 1' IB -4 1 TETRA TECH 1 ADDENDUM PROJECT: Kerrville South Wastewater Phase IV JOB NUMBER: TDCP Contract #728065 (TT# 131 - 09310 - 08098) DATE: July 22 2010 ADDENDUM NO.: 1 This addendum shall be included in and be considered part of the plans and specifications for the above named project. The Contractor is requested to sign an acknowledgment of the receipt of this addendum at the time he /she receives them. FRONT END DOCUMENTS Item 1: Advertisement and Invitation to bid, Bid Submission Deadline is 9:00 AM on Monday July 26, 2010, as stated in the bid documents. Item 2: Proposal, Project duration of 210 calendar days applies to the entire bid, both base bid and either or both alternatives, if selected. Item 3: Proposal, list of bid prices did not include a space for Alternative 2. This has been added in the revised Proposal form attached to this Addendum Item 4: Bid Form, Description of Alternate 1 should be modified as follows (revision in italics): "Items below are for Alternative 1, an additive altemate, on Quail Valley Drive as described in the plans ". Item 5: Bid Form, Description of Altemate 2 should be modified as follows (revision in italics) "Items below are for Alternative 2, an additive altemate, on Ranchero Road as described in the plans ". Item 6: Bid Form, Items 14, 27, and 41, Pavement Repair — These items are estimated based on total length of installed mains and laterals, a trench width of 30 ", a bore pit of 10'x20' and a receiving pit of 10' x 10'. Calculated totals are then listed in Square Yards (S.Y.). Any variation from the quantity in the bid will be assessed at the unit rate ($ /SY) submitted in the bid. Item 7: Bidder's Statement of Qualifications need to be included in the bid package. Item 8: TDCP General Contract Conditions, Section 39 Contract.Period, should be modified to as follows (revision in italics): "...and shall be fully completed within two hundred ten ( 210 ) 0 calendar days thereafter." END OF ADDENDUM NO.1 1 1 Tetra Tech, Inc. 700 N. Sr. Mary's Street, Suite 300, San Antonio, TX 78205 Tel 210.226.2922 Fax 210.226.8497 www.tetatech.com 1 1 1 INSTALL VENT PIPE, SIZE AND MATERIAL PER LOCAL r C, HOUSE WITH GALVANISED AND BRACKETS. ATTACH TO (SEE DETAIL FIGURE 2.) RESIDENCE EXISTING LATERAL TO SEPTIC TANK FILL EXISTING INLET LINE WITH GROUT. I 111111 Wier - 3 ' MIN. EXCAVATION 1 ■ SEPTIC TANK 1 CONNECT NEW SERVICE LINE DOWNSTREAM OF THE EXISTING CLEANOUT, INSTALL NEW CLEANOUT 1 IF NOT PRESENT, ROUTE NEW SERVICE LINE AROUND HOUSE AT MINIMUM SLOPES PER LOCAL CODE TO NEW SANITARY SEWER LINE. N o 0 N 1 GENERAL NOTES: \ co C 1. ALL MATERIALS AND CONSTRUCTION SHALL FOLLOW LOCAL CODE AND T.C.E.Q. ° I REQUIREMENTS INCLUDING SECTION 285.36 FOR ON -SITE SEWAGE FACILITIES MITIGATION. cp 0 I 2. CONTRACTOR IS TO LOCATE ALL EXISTING UTILITIES PRIOR TO CONSTRUCTION TO T O ASSURE THERE WILL BE NO CONFLICTS WITH EXISTING UTILITY LINES AND THE NEW E SERVICE LINES. 1 3. AFTER CONNECTION HAS BEEN MADE TO NEW SEWER LINE AND IS IN GOOD WORKING o CONDITION, PUMP OUT THE SEPTIC TANK COMPLETELY. ALL WASTEWATER SHALL BE '- 0 I REMOVED BY A REGISTERED TRANSPORTER, Q I! 4. EXCAVATE A MINIMUM OF 3' BELOW EXISTING GRADE AROUND THE SEPTIC TANK AND REMOVE AND DISPOSE OF THE TOP. DRILL THREE 6 INCH HOLES IN BOTTOM OF TANK. 1 5. GROUT EXISTING INLET PIPE AND ABANDON IN PLACE. i v 0 6. FILL THE TANK TO EXISTING GRADE WITH COMPACTED FILL MATERIAL (LESS THAN i THREE INCHES IN DIAMETER) WHICH IS FREE OF ORGANIC AND CONSTRUCTION DEBRIS . m m a n o �. KERRVILLE SOUTH WASTEWATER PHASE IV NA Z DETAIL SEPTIC TANK FIGURE 1 Li cc /St TETRA TECH MITIGATION 1 1 r_ ATTACH TO BUILDING EAVES WITH GALVANIZED STRAP .., 45' BENDS • RESIDENCE "' NEW VENT PIPE, SIZE AND MATERIAL PER LOCAL CODE. 10 ATTACH TO BUILDING WITH GALVANIZED STRAPS MAXIMUM 4' SPACING • ii DETAIL VENT PIPE GENERAL NOTES: 1. ALL MATERIALS AND CONSTRUCTION SHALL BE PER LOCAL CODE. CONTRACTOR IS TO LOCATE ALL EXISTING UTILITIES PRIOR TO CONSTRUCTION TO ASSURE THERE WILL BE NO CONFLICTS WITH EXISTING UTILITY LINES AND THE NEW SERVICE LINES. KERRVILLE SOUTH WASTEWATER PHASE IV TETRA TECH DETAIL VENT PIPE FIGURE 2 Proposal 1 Page 1 t PROPOSAL TO 1 KERR COUNTY FOR THE KERRVILLE SOUTH WASTEWATER PROJECT PHASE IV 1 TxCDBG CONTRACT #728065 The undersigned, as bidder, declares that the only person or parties interested in this proposal as I principals are those named herein; that this proposal is made without collusion with any other person, form, corporation; that Bidder has carefully examined the form of contract, instructions to bidders, specifications, and agrees that Bidder will provide all the necessary labor, materials and equipment called for in the contract and specifications in the manner prescribed therein and according to 1 the requirements of the Owner as therein set forth. It is understood and agreed that the work is to be completed in full in 210 calendar days. The work proposed to be done shall be accepted when fully completed and finished to the entire satisfaction of the Owner, and shall include the following: Construction of 6 -inch and 8 -inch gravity wastewater collection system, service laterals, septic tank mitigation, manholes, bore under pavement, cutting and replacing asphalt, dewatering, testing and all other items included in construction documents and as necessary to complete the project. The undersigned certifies that the bid price contained in this proposal has been carefully checked and is submitted as correct and final. If there is a discrepancy between price quoted by written words or figures, the price quoted by written words governs. Bidders for the construction work must submit a satisfactory cashier's or certified check, or bidder's bond, payable without recourse to the order of Kerr County in an amount not less than five percent (5 %) of the total bid based on the bid which check or bond shall be submitted as a guarantee that the bidder will enter into a contract and execute performance and payment bonds within ten (10) days after Notice of Award. Bids without required check or bond will NOT be considered. Amount of Base Bid (Insert Amount in Words and Numbers): � 11 / l/ /1L1 !Aar Leif 2LI' / 1,/� � (� b A a .V4 // - it' 1 ,444 / it Dollars ($ ��` 1 • C J1 ) Amount of Alternate 1 (Insert Amount in Words and Numbers): 1 �.� Ail � _ p � y ' � n /. p f. !< � 02 > Dollars y U a \ f ,)o . and, V.QS Cents per Unit 1 4 650 '"8' SDR 26 Sanitary Sewer Pipe (All Depths) CO L.F. for V4416 – ) Dollars %) W SO • ' UUU _�� __ and Cents per Unit 5 2 "Watertight Manhole 0' - 6' (Excluding Drop Manholes) t� 1 EA for J-b Aatd Y1)NLQa vy Dollars 1I 19 b• p^�, � I and 1 0 Cents per Unit 6 4 "Watertight Manhole 6' - 9' (Excluding Drop Manholes). EA y forThf 00 2 �P AM f'I h1 fl Doi IS, 1 - 1 and NO Cents per Unit 7 6 Manhole Ring Encasement 1 EA for .1 Alt J 1 5 , 411 At. – fill Dollars ' 1 a. s and Cents per Unit 8 23 ""'4" Sch 40 Service Lateral to ROW Line, Complete w/ all Fittings EA and reanouts (per Plumbing Code) ,o . , n /] /1O for t. s...iA:e. - ! .x ' AU, t. t , ._ Dollars jj2_, l 4 lJ I I and Cents per Unit ' BIDDERS SIGNATURE (� } Jose `J Vr Jet lu P� 6 > I` V lu 1 "Ail Cleanouts subject to traffic shall be cast iron with 6" concrete encasement. ""Contractor shall be responsible for all permits, inspections and applicable fees. 1 1 1 • ill PROPOSAL SHEET BASE BID PAGE 2 OF 1 in Kerrville South Sanitary Sewer Project - Phase IV APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY II NO. AND UNIT (Written In Words) (In Figures) 9 23 ""4" Schedule 40 Service Lateral from ROW to Dwelling Connection EA. Complete w /all Fittings and C - <,t,, L (per Plumbng "; - , —, � ! { a il for is/ rl *al . A sAttttSL'! __itt' " a 1 and Cents per Unit 10 1 ' Soh 40 Service Stub Out to ROW Line, Complete w/ all Fittings EA. and Cleanouts (per Piumbl t Code) f o r 1 . 1 ' i. n: l'2 ft..L.S1. t a Dollars Q q 2 00 I vt and h Cents per Unit 11 23 `""Septic Tank Mitigation EA. • � 1 ! ■ 2o 2,� 1. for . �,U ..:/ !l, /. ijii Dollars !� Q, 1 1 and h rs Cents per Unit 12 60 "'Bore and Casing for 6" pipe 1' /] II . L.F. .e( ' V 2,A for ` ' Al Is l _: .1L.l.. • • : s and .41a �q n� . 41°E> Cents per Unit 13 98 "Bore and C ding__ fore" pipe // (� L.F. for \Usq,' ��\�ft`hL ` o vl.o _` B 1 �"" `` '' Dollars / and tx11 a .Pr'1 K Cents per Unit 14 499 "Cut and Replace Pavement S.Y. for TV`sj'� 71 M -F§ 4AA, Dollars 1 9 u(din . and L 1 i(lA n Cents per unit le ill 15 1483 Trench Excavation Safety Prdtection LF. ^�-- for �w Dollars II and ,,Alf 7 Cents per unit 18 1 " "Protect / e ve & epla Pavement, Fencing, & Other L.S. lmpro =menu to 0 nal Condition Oa v . DO IN for ilk ! ! ) 1 A.A..s..la ! Dollars I and nib Cents per Unit BIDDERS SIGNATURE \aye Gt'cxci crtupe R to L o 1 "Contractor shall be responsible for all permits, inspections and applicable fees. $ *" All work to be coordinated with respective property owners 1 PROPOSAL SHEET BASE BID PAGE 3 OF 7 Kerrville South Sanitary Sewer Project - Phase IV APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION 1 ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT (Written In Words) (In Figures) 17 1 Dewalering 1 LS. for \ , 1 S/ As i i 0 A ..A Ili 1 !.0 Dollars '3'a OO QO and VV Cents per Unit 18 600 Trench Bedding Material C .Y. �? for Dollars Cr6/C6D.c. ei andf"i/�., Cents per Unit 19 1 SIgnage for project c3 EA. for Dollars rt� ����a^nnnV^" " ", :.�1L.rt Lail kg 11 � /11i and A �f U Cents per Unit 1 1 1 1 1 1 BIDDERS SIGNATURE 1 \ roe CV A c 1 vi'e Pv f fo "Contractor shall be responsible for all permits, inspections and applicable fees. `"" All work to be coordinated with respective property owners 1 . 1 I PROPOSAL SHEET ALTERNATE 1 PAGE 4 OF 7 1 Kerrville South Sanitary Sewer Project- Phase IV EXTENSION APPROXIMATE DESCRIPTION AND UNIT BID PRICE UNtT PRICE X QUANTITY NO. AND U I NI T Q T (Written in Words) (In Figures) NO. AND U Items below are for Alternative 1, an additive alternate, on Renehecoltaiti as described in the plans " 0444 Vveker Not 20 1 Preparing Right -of -Way L.S. � n ` , �1 p c 2co • OD for 1 � r " rQ /) V 1 r'O P Dollars and r 97 Cents per Unit 21 376 * "8" SOR 26 Sanitary Sewer Pipe (All Depths) )-A pths) L.F. for v � YY� " N,1` Dollars Sri � S and ,/ w (mci Cents per Unit 22 1 Watertight Manhole - 6' (Intl ing Drop Manholes) EA. I j / 2Q for i . Lash �. 9 ' UA r J _ e Dollars and Y\r5-- Cents per Unit 23 1 Manhole Ring Encasement EA. for .. ' 1.. L 1 f l I . .Ili A 1A t• _ � ?° Mars �� • 00 and Y\O Cents per Unit 24 5 **4" Schedule 40 Service Lateral to ROW Line, Complete with EA. all F rigs and Cleano K (per Plumbing Code) D for I .11„ ! . at U i $ 1 . : a -f/. - Li Dollars • 0 and n9 Cents per Unit II 25 5 * * *4" Schedule 40 Service Lateral from ROW to Dwelling Connection EA. Compl to wall Fi • s an Cle uts,(per Plumbing },lme . 4 t� " for a( - 0 1\5(r ,� CO and Cents per Unit I t/ ' w 26 5 **'Septic Tank Mitigation q 0°4° for kts L♦4 IA!' 1A. 1 ' • D ollars Li Lf ( V tl 1 1 A 1 Cents per Unit I land N 9 � BIDDERS SIGNATURE (� 44 L iZ i J L , \D( o * *Contractor shall be responsible for all permits, inspections and applicable fees. * ** All work to be coordinated with respective property owners ��� , I PROPOSAL SHEET ALTERNATE 1 PAGE 5 OF 7 Kerrville South Sanitary Sewer Project- Phase IV I APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT (Written in Words) (In Figures) 27 451 ***Cut and Replace Pavement 11 S.Y. for Iftirl Ally _ .�(7l A A) Dollars 1 S 'C...F, DD I 28 and \Qf Cents per Unit 375 Trench Excavation Safety Protection L.F. `" 1 for ` 1\tk A , :. X, • Dollars i'3 r �'2-� ° Unit 29 23 Hydromulching and A f C ents per Dollars U S.Y. for l J1'vu Dollars and /t.W Cents per Unit 30 1 L.S. Dew(atering ' for 0'_ f ? . L .J.iL/�P,.. / �1 q LA Dollars 1 ,0 Q ' 3 1 5 and ✓ a ' I�/ C, ( Cents per Unit 31 167 Trench Bedding teri2U C.Y. ((�'�,(( �� yy-�� I for __Y Q �, Dollars '2%2 l V and tAri 1 hi? Cents per Unit 1 ll 1 1 1 1 BIDDERS SIGNATURE 1 \oSe_ GvntAckk oPe Kulp( i" I * *Contractor shall be responsible for all permits, inspections and applicable fees. *"* All work to be coordinated with respective property owners 1 1 PROPOSAL SHEET ALTERNATIVE 2 PAGE 6 OF 7 • Kerrville South Sanitary Sewer Project - Phase IV EXTENSION ' APPROXIMATE DESCRIPTION AND UNIT BID PRICE UNIT PRICE X QUANTITY ITEM QUANTITIES NO, AND UNIT ritten in Words In E QUANTITY Items below are for Alternative 2, an additive altemate, on eta- ' as described In the plans Rxw c Roo -tom II 32 1 Preparing Right -of -Way `�,tf--�� L.S. 3 00- ' for 111 ! u►_: /..its. Dollars and Y\ a Cents per Unit 33 902 * *8" SDR 26 Sanitary Sewer Pipe (All Depths) LF. for VA efrkAlin )14-111X Dollars D and NC Cents per Unit 34 4 * *Watertight Manhole 6' - 9' (Excluding Drop Manholes) EA. -.-' , - �I p• /�mayy-� for I.Yi '!..W 1 ..1 u ! ' .,,Atm leis 1 S and e Cents per Unit 35 4 Manhole Ring Encasement 64. r I 0.- V2 00 I for . i . l�l: L. G, W .tLi' i111 _ Dollars and Mr Cents per Unit I 36 7 ***4" Solt 40 Service Lateral to ROW Line, Complete w/ all Fittings EA. and ,pouts (per Plumbing ode) * ` I //,, for L )t..' I . Lit * A 4 ':.t ./•-f/ L . L Dollars L UP' I and I \C5 Cents per Unit 37 3 * * *4" Schedule 40 Service Lateral from ROW to Dwelling Connection EA. Complete Wall F .i ngs and lean (per Plumbing C. • e) bf' � for t.. tr u. --- L ), .0 1 ' ' .LLLA / c %, • tars I • • and KU Cents per Unit 38 4 ** *Residential Grinder Pumps, 2" Service Lateral from Main EA. to Grinder Pump. & 4" from Grinder Pump to Dwelling Complete (� w/ all Fittings and Cleanouts (per Plumbs ode) _I r r 3Q S U. for 3Qit(WW LT'A(AM Ni ln.WW)I fIl4( 1 VCl � I "Mars and n ,fF Cents per Unit BIDDERS SIONA TUBE (� 3 c >Se (r kohl' ii) *All Cleanouts subject to traffic shall be cast Iron with 6" concrete encasement * *Contractor shall be responsible for all permits, inspections and applicable fees. I PROPOSAL SHEET ALTERNATNE 2 PAGE 7 OF 7 Kerrville South Sanitary Sewer Project- Phase IV I APPROXIMATE DESCRIPTION AND UNIT BID PRICE EXTENSION ITEM QUANTITIES UNIT PRICE X QUANTITY NO. AND UNIT (Written in Words) (In Figures) 39 1 *"`*4* Soh 40 Service Stub Out to ROW Line, Complete wl all Fittings I EA. and l= outs perPlu bang nor)) for 1 IL I IL .114 11! t /Y.'.'I/ v Dollars 302- 2, W I and AD Cents per Unit 40 7 ***Septic Tank Mitigation , y ` EA. for I1# u nd vd Veril Dollars e j2 ` `.Q O. OD I and Q 11 Cents per Unit 41 8 * *Cut and Replace Pavement 1 S.Y. for Siatc2OVAA I, UU _ Dollars - ny l B." lo and — ► V ` 1 t$ Yl,111 ' Cents per Unit 1 42 902 Trench Exc S ety Protection ll -- I f� L.F. for " Dollars l lt� - 10 1 nci _— f t t-Q. Cents per Unit 43 1 Pro tect! Re ov & Re lace Pavement, Fencing, & Other L.S. Improvements to Original Cool' n 1 �? 1 for AO,[r' .t t 1,a►..ati. di/ 1,14141 - �Ilars 00 and 1 1y/ Cents per Unit e ' 44 3265 Hydromulching r S.Y. for V t 1AJ , 1 � J Dollars I0, 3LO(Q.0 I and 1 t 7 v Cents per Unit 45 1 Dewatering U L.S. I for &.lw • tii I 1 11 ,11,110 IL Dollars 0;300, W m • and j J Cents per Unit 46 401 Trench Bedding Material C.Y. for (o �k W Dollars ,�- 0 ' and ,L�,� 0 fl kin Cents per Unit 0 BIDDERS SIGNATURE 1 ....\ 0.5e r, pncl oil; Pe Rc\o o I * *Contractor shall be responsible for all permits, inspections and applicable fees. ***All work to be coordinated with respective property owners 1 1 1 1 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the 27t day of August in the year 2010 by and between the County of Kerr (hereinafter called OWNER) and Lune Rubio Construction Co., Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: KERRVILLE SOUTH WASTEWATER PROJECT PHASE IV TxCDBG CONTRACT # 728065 The Project for which the Work under the Contract Documents may be the whole or only apart is generally described as follows: Construction of 6 -inch and 8 -inch gravity wastewater collection system, service laterals, septic tank mitigation, manholes, bore under pavement, cutting and replacing asphalt, dewatering, testing and all other items included in construction documents and as necessary to complete the project. 1 Article 2. ENGINEER The Project has been designed by Tetra Tech, Inc, hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME 3.1 The Work will be substantially completed within one hundred eighty (180) days from the date when the Contract Time commences to run as provided in the General Conditions, and completed and ready for final payment in accordance with the General Conditions within two hundred ten (210) days from the date when the Contract Time commences to run. NOTE: Performance and Payment Bonds will be required. 1 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work 1 1 SA -1 is not completed within the times specified in paragraph 3.1 above. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Five Hundred Dollars ($500.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until -the Work --is - substantially -- complete: After --Substantial Completion if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time differential shown for the original completion time, or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER Five Hundred Dollars ($500.00) for each day that expires thereafter. Article 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds as follows: Three Hundred Seventy-One Thousand, Seven Hundred Sixty-Three Dollars and Ninety-Two Cents (371,763.92), for the Base Bid and Altemative 1, and included in the submitted bid proposal. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. Article 6. Not Applicable Article 7. CONTRACTOR'S REPRESENTATIONS The CONTRACTOR makes the following representations regarding this Agreement: 7.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. 7.2 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and with the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS SA -2 1 The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1 This Agreement (pages 1 to 4, inclusive). 8.2 Exhibits to this Agreement 8.3 Notice of Award 8.4 General Conditions 8.5 Special Conditions 8.6 Specifications 8.7 Addenda 8.8 Contractor's Bid. 8.9 Documentation submitted by CONTRACTOR prior to Notice of Award. Article 9. INSPECTIONS 9.1 The OWNER and the City of Kerrville may inspect the construction of the project at ' any time to assure that: 9.1.1 The contractor is substantially complying with the approved engineering plans of the project. 9.1.2 The contractor is constructing the project in accordance with sound engineering principles. 9.2 Inspection of the project by the OWNER and the City of Kerrville does not subject them to any civil liability. Article 10. MISCELLANEOUS 10.1 Terms used in this Agreement which are defined in the General Conditions will have the meanings indicated in the General Conditions. 10.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 1 1 SA -3 NOTE: ONLY THE COPY OF THIS FORM IN THE BOUND CONTRACTS IS TO BE FILLED OUT. IN WITNESS WHEREOF, OWNER, and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on September 10, 2010. OWNER: CONTRACTOR: COUNTY OF KERR LUPE RUBIO CONSTRUCTION CO., INC. _ T By By (Seal) (Seal) 's. Attest Attest Address for giving notices Address for giving notices 700 Main Street Kerrville, Texas 78028 t' (If OWNER is a public body, attach License No. evidence of authority to sign and resolution or other documents authorizing execution (If CONTRACTOR is a corporation of Agreement.) attach evidence of authority to sign.) • I1' SA -4 r TCDP GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION CONTRACT 1. Contract and Contract Documents a) The project to be constructed pursuant to this contract will be financed with assistance from the Texas Community Development Program (TCDP) and is subject to all applicable Federal, State, and local laws and regulations. b) The Plans, Specifications and Addenda, shall form part of this contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. r 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 Kerr County, hereinafter called the Locality and (Name of Construction Co.), hereinafter called Contractor, of which these GENERAL CONDITIONS, form a part. 1 b) The term "Project Area" means the area within which are the specified Contract limits of the Improvements contemplated to be constructed in whole or in part under this contract. c) The term "Engineer" means Tetra Tech, Inc., Engineer in charge, serving the Locality with architectural or engineering services, his successor, or any other person or persons, employed by the Locality 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 gives his personal supervision to the work, the Contractor shall provide a competent superintendent, satisfactory to the Local Public Agency and the Engineer, on the work at all times during working hours with full authority to act for him. The Contractor shall also provide an adequate staff for the proper coordination and expediting of his work. 1 b) The Contractor shall lay out his own work and he shall be responsible for all work executed by him under the Contract. He 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 he has verified the subcontractor(s) as eligible to participate in federally funded contracts. 1 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 subcontractor(s) and of persons either directly or indirectly employed by them. 1 1 d) The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work and required compliance by each subcontractor with the applicable provisions of the Contract. e) Nothing contained in the Contract shall create any contractual relation between any subcontractor and the Locality. 5. Fitting and Coordination of Work The Contractor shall be responsible for the proper fitting of all work and for the coordination I of the operations of all trades, subcontractors, or material suppliers engaged upon this Contract. 6. Payments to Contractor I a) Partial Payments I • The Contractor shall prepare his 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 his I 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 I 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. • Monthly or partial payments made by the Locality to the Contractor are moneys 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 Locality. Such payments shall not constitute a waiver I of the right of the Locality 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 Locality in all details. b) Final Payment • After final inspection and acceptance by the Locality of all work under.the Contract, I the Contractor shall prepare his 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 Agreement. 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. • The Locality before paying the final estimate, 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, if the Locality deems it necessary in order to protect its interest. The Locality may, if it deems such action advisable, 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. 1 1 1 • Any amount due the Locality under Liquidated Damages, shall be deducted from the 1 final payment duedhe contractor. c) Payments Subject to Submission of Certificates 1 Each payment to the Contractor from the Locality is subject to submission of all written certifications required of the Contractor and his subcontractors. 1 d) Withholding Payments The Locality may withhold from any payment due the Contractor whatever is deemed 1 necessary to protect the Locality, 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 Locality and will not require the Locality to determine or adjust any claims or 1 disputes between the Contractor and his subcontractors or material dealers, or to withhold any moneys for their protection unless the Locality elects to do so. The failure or refusal of the Locality 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 1 this Contract. 7. Changes in the Work a) The Locality 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 of 1 his obligations under the Contract or any guarantee given by him 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 1 otherwise. Additionally, all such change orders must be approved by the TCDP staff prior to execution of same. b) Except for the purpose of affording protection against any emergency endangering 1 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 1 the Contract, unless in pursuance of a written order from the Locality authorizing the Contractor to proceed with the change. No claim for an adjustment of the Contract Price will be valid unless so ordered. 1 c) If applicable unit prices are contained in the Agreement, the Locality 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 1 total amount of the agreement by more than twenty -five percent (25 %) or decrease the original total amount by eighteen percent (18 %) for counties or twenty -five percent (25 %) for cities. 1 d) Each change order shall include in its final form: • A detailed description of the change in the work. 1 • 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. 1 • 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 Locality, 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 Locality and work shall not proceed except at the Contractor's risk, until written instructions have been received by him from the Locality. d) If, on the basis of the available evidence, the Locality 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 Locality to Terminate Contract. In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, the Locality 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 Locality 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 Locality 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 Locality for any excess cost incurred. In such event the Locality 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 Locality as fixed, agreed, and liquidated damages (it being impossible to determine the actual damages occasioned by the delay) the amount of ($ 500.00 ) for each calendar day of delay, until the work is completed. The Contractor and his sureties shall be liable to the Locality for the amount thereof. 1 1 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: • Any acts of the Government, including controls or restrictions upon or requisitioning of materials, equipment, toots, or labor by reason of war, national defense, or any other national emergency; • Any acts of the Locality; • Causes not reasonably foreseeable by the parties to this Contract at the time of the execution of the Contract which are beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, acts of another Contractor in the performance of some other contract with the Locality, fires, floods, epidemics, quarantine, restrictions, strikes, freight embargoes, and weather of unusual severity such as hurricanes, tornadoes, cyclones ' and other extreme weather conditions. • Provided, however, that the Contractor promptly notifies the Locality within ten (10) days in writing of the cause of the delay. Upon receipt of such notification, the Locality 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 Locality shall extend the time for completing the work for a period of time commensurate with the period of excusable delay. 1 10. Assignment or Novation The Contractor shall not assign or transfer, whether by an assignment or novation, any of its rights, duties, benefits, obligations, liabilities, or responsibilities under this Contract without the written consent of the Locality; provided, however, that assignments to banks or other financial institutions may be made without the consent of the Locality. 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, firms, or corporations rendering such labor or services or supplying such materials, tools, or equipment. 11. Disputes a) All disputes arising under this Contract or its interpretation except those disputes covered ' by FEDERAL LABOR STANDARDS PROVISIONS whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall, within ten (10) days of commencement of the dispute, be presented by the Contractor to the Locality for decision. Any claim not presented within the time limit specified in this paragraph shall t be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) days of its commencement, the claim will be considered only for a period commencing ten (10) days prior to the receipt of the Locality. I b) The Contractor shall submit in detail his claim and his proof thereof. c) If the Contractor does not agree with any decision of the Locality, he shall in no case allow the dispute to delay the work but shall notify the Locality promptly that he is proceeding with the work under protest. 1 1 1 12. 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 Locality and/or the City of Kerrville Engineering Department, as applicable, without whose decision, said discrepancy shall not be adjusted by the Contractor, save only at his own risk and expense. 13. Shop Drawings a) All required shop drawings, machinery details, layout drawings, etc. shall be submitted to w the Engineer in five ( 5 ) 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 his 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. 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 a minor adjustment • in the interest of the Locality not involving a change in contract price or time; the engineer may approve the drawing. The approval shall not relieve the Contractor from his responsibility for adherence to the contract or for any error in the drawing. 14. Requests for Supplementary Information It shall be the responsibility of the Contractor to make timely requests of the Locality, and /or the City of Kerrville Engineering Department, as applicable for any additional information not already in his possession which should be furnished by the Locality under the terms of this Contract, and which he will require 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 IP 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. 15. 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 1 1 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 of Kerrville 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 Locality may require the Contractor to dismiss from the work such employee or employees as the Locality or the Engineer may deem incompetent, or careless, or insubordinate. 16. 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 Locality'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: l 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; • The Contractor shall assume all costs of re- testing materials which fail to meet contract requirements; • The Contractor shall assume all costs of testing materials offered in substitution for those found deficient; • The Locality will pay all other expenses. 17. Permits_ an__ _d Codes a) The Contractor shall give all notices required by and comply with all applicable laws, ordinances, and codes of the Local I cable ordinances and codes, including all written III shall comply with all app 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 Locality. Where the requirements o he drawings and technical specifications fail to comply with such applicable or codes, the Locality 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 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 Locality. c) The Contractor shall at his own expense, secure and pay for all permits for street of house pavement, sidewalks, avement cuts, buildings, electrical plumbing, water connection drains, drainin s, , pavement 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 II disposal of surplus excavation, materials, debris private ubbiis any o the Project Area and commit no trespass on any public P 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. 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 Locality, shall moisten the bank and surrounding area to I prevent a dusty condition. 18. Care_ of Work a) result of his fault negligence in conne the pr r osecuti n of the work and shall be responsible for the proper care and protection of all materials delivered and work I performed until completion and final acceptance. 1 b) The. Contractor shall provide sufficient competent watchmen, both day and night, including Saturdays, Sundays, and holidays, from the time the work is commenced until final completion and acceptance. c) In an emergency affecting the safety of life, limb or property, including adjoining property, 1 the Contractor, without special instructions or authorization from the Locality is authorized to act at his discretion to prevent such threatened loss or injury, and he shall so act. He shall likewise act if instructed to do so by the Locality. ' d) 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 he shall at his own expense completely repair any damage ' thereto caused by his operations. e) The Contractor shall shore up, brace, underpin, secure, and protect as may be 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 Locality or other party before the commencement of any work. The Contractor shall indemnify and save harmless the Locality 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 Locality ' may become liable in consequence of such injury or damage to adjoining and adjacent structures and their premises. 19. Accident Prevention 1 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 Secretary 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 Locality with reports concerning these matters. 1 d) The Contractor shall indemnify and save harmless the Locality and the City of Kerrville from any claims for damages resulting from property damage, personal injury and/or 1 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. House Bill 1569 concerning trench safety legislation are made a part ■■ of these contract documents for Contractor's reference. All OSHA Standards for trench safety must be adhered to by the Contractor. f) The Contractor shall at all time conduct his work in such a manner as to insure 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 1 1 businesses by the use of the streets. Barricades, warning signs, and necessary lighting shall be provided to the satisfaction of the Locality at the expense of the Contractor. 20. Sanitary Facilities l The Contractor shall furnish, install and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently I e 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. 11 21. Use of Premises a) The Contractor shall confine his 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 Locality, and shall not unreasonably I encumber the site or public rights of way with his materials and construction equipment. b) The Contractor shall comply with all reasonable instructions of the Locality and all existing state and local regulations regarding signs, advertising, traffic, fires, explosives, I danger signals, and barricades. 22. Removal of Debris, Cleaning, Etc. II 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 II 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. 23. Inspection II a) All materials and workmanship shall be subject to inspection, examination, or test by the Locality, the City of Kerrville, and Engineer at any and all times during manufacture or construction and at any and all places where such manufacture or construction occurs. The Locality and City of Kerrville 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 Locality may by contract or otherwise have the defects remedied or rejected materials II 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 Locality. b) The Contractor shall furnish promptly all materials reasonably necessary for any tests II which may be required. All tests by the Locality 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 of Kerrville Engineering Department 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 of Kerrville Engineering Department, the Contractor shall uncover for inspection and recover such facilities at his own expense, when so requested by the Locality. I 1 1 d) Should it be considered necessary or advisable by the Locality at any time before final 1 acceptance of the entire work to make an examination of work already completed by uncovering the same, 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 his 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 ' allowed the Contractor and he shall, in addition, if completion of the work of the entire Contract has been delayed thereby, be granted a suitable extension of time on account of the additional work involved. ' 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 (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 Locality or its agents shall relieve the Contractor or his sureties of full responsibility for materials furnished or work performed not in strict accordance with the Contract. 24. Review By Locality 1 The Locality and its authorized representatives and agents shall have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, I 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 Locality through its authorized representatives or agents. 1 25. Final Inspection ' When the Improvements included in this Contract are substantially completed, the Contractor shall notify the City of Kerrville in writing that the work will be ready for final inspection on a definite date which shall be stated in the notice. The City of Kerrville will make the arrangements necessary to have final inspection commenced on the date stated in the notice, or as soon thereafter as is practicable. 26. Deduction for Uncorrected Work ' If the Locality 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 Locality and subject to settlement, in 1 case of dispute, as herein provided. 27. Insurance ' a) The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Locality. 1 1 1 b) 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. c) Contractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance: The Contractor shall procure and 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: ($500,000), ($500,000), and ($500,000). d) Proof of Insurance: The Contractor shall furnish the Locality with certificates showing the 1 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 Locality." 28. Warranty of Title t No material, supplies, or equipment to be installed or fumished 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 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 him to the Locality 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, 1 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 in the hands of the Locality. 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. 29. 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 Locality 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 twelve (12) months from the date of final acceptance of the work. 1 1 1 1 1 30. Compliance with Air and Water Acts a) In compliance with the Clean Air Act, as amended, 41 U.S.C. Sec. 7401 et. seq., and the regulations of the Environmental Protection Agency with respect thereto, the Contractor agrees that: ' • Any facility to be utilized in the performance of this contract or any subcontract shall not be a facility listed on the EPA List of Violating Facilities pursuant to 40 CFR 15.20. • He will comply with all requirements of Section 114 of the Clean Air Act, as amended. • Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications, 1 b) If the Contractor encounters existing material on sites owned or controlled by the city /county or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Locality. The Locality will be responsible for testing for and removal or disposition of hazardous materials on sites owned or controlled by the Locality. The Locality may suspend the work, wholly or in part during the testing, removal or dispostion of hazardous materials on sites owned or controlled by the Locality. ' 31. Equal Employment Opportunity i a) The Contractor will not discriminate against any employee or the applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action t� ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national ' origin. Such action shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, 1 including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Locality. b) The Contractor will, in all solicitations or advertisements for employees placed by or on I behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. c) The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this contract so that such provisions will be binding upon each subcontractor, provided that the foregoing provisions shall not apply to contracts or subcontracts for standard commercial supplies or raw materials. 1 d) The goals and timetables for minority and female participation, are as follows: Goals for Minority Participation Goals for Female Participation ' 49.4% for Each Trade 6.9% in Each Trade e) These goals are applicable to all the Contractor's construction work (whether or not it is 1 federal or federally assisted) performed in the covered area. f) The Contractor shall take affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. g) Contractors are encouraged to participate in voluntary associations which assist in fulfilling their affirmative action obligations. 1 h) A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. i) The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. j) The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts. k) Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents. 32. Affirmative Action for Handicapped Workers The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, promotion, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. 33. 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, 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. 34. The Provision of Local Training, Employment, and Business Opportunities a) To the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. b) The Contractor will include this clause in every subcontract for work in connection with the project. 35. Non Segregated Facilities The Contractor certifies that he does not and will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not and will not permit his employees any segregated facilities at any of his establishments, or permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. As used in this paragraph the term "segregated facilities" means any waiting rooms, work areas, rest rooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. 1 36. Job Offices r a) The Contractor and his subcontractors may maintain such office and storage facilities on f 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 Locality shall be consulted with regard to locations. b) Upon completion of the improvements, or as directed by the Locality, the Contractors 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. 37. Partial Use of Site Improvements a) The Locality 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 1 safe, fit, and convenient for the use and accommodation for which it was intended, provided: b) The use of such sections of the Improvements shall in no way impede the completion of the remainder of the work by the Contractor. c) The Contractor shall not be responsible for any damages or maintenance costs due directly to the use of such sections. d) The period of guarantee stipulated in the Section 29 hereof shall not begin to run until the date of the final acceptance of all work which the Contractor is required to construct under this Contract. 38. Contract Documents and Drawings 1 The Local Public Agency 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. 1 39. Contract Period The work to be performed under this contract shall commence within the time stipulated by 1 the Locality in the Notice to Proceed, and shall be fully completed within two hundred seventy ( 210 ) calendar days thereafter. 40. 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 Locality the sum of Five Hundred Dollars ($ 500.00 ) as fixed, agreed and liquidated damages for each calendar day of delay from the above stipulated time for completion. 1 1 1 1 rage L oI General Decision Number: TX100149 03/12/2010 TX149 Superseded General Decision Number: TX20080149 State: Texas • I Construction Type: Heavy Counties: Blanco, Brown, Burnet, Coke, Coleman, Comanche, Concho, Eastland, Fisher, Gillespie, Kerr, Kimble, Llano, Mason, Mills, Mitchell, Nolan, Real, Runnels, San Saba, Schleicher, Shackelford and Stephens Counties in Texas. HEAVY CONSTRUCTION PROJECTS Modification Number Publication Date 0 03/12/2010 SUTX2009 -126 04/21/2009 Rates Fringes CEMENT MASON /CONCRETE FINISHER $ 13.00 0.00 LABORER: Common or General $ 10.67 1.20 LABORER: Pipelayer $ 10.07 0.00 OPERATOR: Backhoe /Trackhoe $ 12.16 0.96 OPERATOR: Bulldozer $ 14.25 0.00 OPERATOR: Front End Loader $ 11.13 0.00 TRUCK DRIVER $ 8.91 0.24 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within • the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1)(ii)). 1 In the listing above, the "SU" designation. means that rates 1 listed under the identifier do not reflect collectively bargained wage and fringe benefit I rates. Other designations indicate unions whose rates have been determined to be. prevailing. http:// www. wdol. gov/ wdol /scafiles /davisbacon/tx149.dvb 5/18/2010 rage t of i WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in he matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal • process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the 1 interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers • relevant to the issue. hit 5/18/2010 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: ' Administrative Review Board • U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 1 1. 1 1 1 1 1 1 1 1 http:// www. wdol. gov/ wdol /scafiles /davisbacon/tx149.dvb 5/18/2010 1 1 contractor and its subcontractors at the site of the work in a prominent and accessible place where it 1 can be easily seen by the workers. (ii)(a) Any class of laborers or mechanics FEDERAL LABOR STANDARDS PROVISIONS which is not listed in the wage determination and which is to be employed under the contract shall be 1 The Project or Program to which the construction classified in conformance with the wage rate and work covered by this contract pertains is being fringe benefits therefore only when the following assisted by the United States of America and the criteria have been met. 1 following Federal Labor Standards Provisions are (1) The work to be performed by the included in this Contract pursuant to the provisions classification requested is not performed by a applicable to such Federal assistance. classification in the wage determination; and A. 1. (I) Minimum Wages. All laborers and (2) The classification is utilized in the 1 mechanics employed or working upon the site of area by the construction industry; and the work (or under the United States Housing Act of (3) The proposed wage rate, including 1937 or under the Housing Act of 1949 in the any bona fide fringe benefits, bears a reasonable 1 construction or development of the project), will be relationship to the wage rates contained in the paid unconditionally and not less than once a week, wage determination. and without subsequent deduction or rebate on any (b) If the contractor and the laborers and account (except such payroll deductions as are mechanics to be employed in the classification Of 1 permitted by regulations issued by the Secretary of known), or their representatives, and HUD or its Labor under the Copeland Act (29 CFR Part 3), the designee agree on the classification and wage rate full amount of wages and bona fide fringe benefits (including the amount designated for fringe benefits (or cash equivalents thereof) due at time of where appropriate), a report of the action taken payment computed at rates not less than those shall be sent by HUD or its designee to the contained in the wage determination of the Administrator of the Wage and Hour Division, Secretary of Labor which is attached hereto and Employment Standards Administration, U.S. I made a part hereof, regardless of any contractual Department of Labor, Washington, D.C. 20210. relationship which may be alleged to exist between The Administrator, or an authorized representative, the contractor and such laborers and mechanics. will approve, modify, or disapprove every additional Contributions made or costs reasonably anticipated classification action within 30 days of receipt and so I for bona fide fringe benefits under Section 1(b)(2) of advise HUD or its designee or will notify HUD or its the Davis -Bacon Act on behalf of laborers or designee or will notify HUD or its designee within mechanics are considered wages paid to such the 30 -day period that additional time is necessary. I laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1 )(iv); also, regular contributions (Approved by the Office of Management and Budget under OMB control number 1215- 0140). made or costs incurred for more than a weekly (c) In the event the contractor, the period (but not less often than quarterly) under laborers or mechanics to be employed in the I plans, funds, or programs, which cover the classification or their representatives, and HUD or particular weekly period, are deemed to be its designee do not agree on the proposed constructively made or incurred during such weekly classification and wage rate (including the amount I period. Such laborers and mechanics shall be paid the designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, appropriate wage rate and fringe benefits on the including the views of all interested parties and the wage determination for the classification of work recommendation of HUD or its designee, to the I actually performed, without regard to skill, except Administrator for determination. The Administrator, as provided in 29 CFR Part 5.5(a)(4). Laborers or or an authorized representative will issue a mechanics performing work in more than one determination within 30 days of receipt and so I classification may be compensated at the rate advise HUD or its designee or will notify HUD or its specified for each classification for the time actually designee within the 30 -day period that additional worked therein: Provided, that the employer's time is necessary. (Approved by the Office of payroll records accurately set forth the time spent in Management and Budget under OMB Control I each classification in which work is performed, The Number 1215 - 0140). wage determination (including any additional (d) The wage rate (including fringe classification and wage rates conformed under 29 benefits where appropriate) determined pursuant to I CFR Part 5.5(a)(1)(ii) and the Davis -Bacon poster subparagraphs (1)(b) or (c) of this paragraph, shall (WH -1321) shall be posted at all times by the be paid to all workers performing work in the 1 . n..,.,, 1 ..4-11 1 classification under this contract from the first day maintained by the contractor during the course of on which work is performed in the classification. the work preserved for a period of three years (iii) Whenever the minimum wage rate thereafter for all laborers and mechanics working at prescribed in the contract for a class of laborers or the site of the work (or under the United States mechanics includes a fringe benefit which is not Housing Act of 1937, or under the Housing Act of expressed as an hourly rate, the contractor shall 1949, in the construction or development of the either pay the benefit as stated in the wage project). Such records shall contain the name, determination or shall pay another bona fide fringe address, and social security number of each such benefit or an hourly cash equivalent thereof. worker, his or her correct classification, hourly rates (iv) If the contractor does not make of wages paid (including rates or contributions or payments to a trustee or other third person, the costs anticipated for bona fide fringe benefits or contractor may consider as part of the wages of an cash equivalents there of the types described in laborer or mechanic the amount of any costs Section 1(b)(2)(B) of the Davis -Bacon Act), daily reasonably anticipated in providing bona fide fringe and weekly number of hours worked, deductions benefits under a plan or program. Provided, that the made and actual wages paid. Whenever the Secretary of Labor has found, upon the written Secretary of Labor has found under 29 CFR request of the contractor, that the applicable (a)(1)(iv) that the wages of any laborer or mechanic standards of the Davis -Bacon Act have been met. include the amount of any costs reasonably The Secretary of Labor may require the contractor anticipated in providing benefits under a plan or to set aside in a separate account assets for the program described in Section 1(b)(2)(B) of the meeting of obligations under the plan or program. Davis -Bacon Act, the contractor shall maintain (Approved by the Office of Management and Budget under OMB records which show that the commitment to provide Control Number 1215 - 0140). such benefits is enforceable, that the plan or 2. Withholding. HUD or its designee shall program is financially responsible, and that the plan upon its own action or upon written request of an or program has been communicated in writing to authorized representative of the Department of the laborers or mechanics affected, and records Labor withhold or cause to be withheld from the which show the costs anticipated or the actual cost 1 contractor under this contract or any other Federal incurred in providing such benefits. Contractors contract with the same prime contractor, or any employing apprentices or trainees under approved other Federally- assisted contract subject to Davis- programs shall maintain written evidence of the Bacon prevailing wage requirements, which is held registration of apprenticeship programs and by the same prime contractor so much of the certification of trainee programs, the registration of accrued payments or advances as may be the apprentices and trainees, and the ratios and considered necessary to pay laborers and wage rates prescribed in the applicable programs. mechanics, including apprentices, trainees and (Approved by the Office of Management and Budget under OMB helpers, employed by the contractor or any Control Numbers 1215 -0140 and 1215 - 0017). subcontractor the full amount of wages required by (ii)(a) The contractor shall submit weekly the contract, in the event of failure to pay any for each week in which any contract work is laborer or mechanic, including any apprentice, performed a copy of all payrolls to HUD or its trainee or helper, employed or working on the site designee if the agency is a party to the contract, but of the work (or under the United States Housing Act if the agency is not such a party, the contractor will of 1937 or under the Housing Act of 1949 in the submit the payrolls to the applicant, sponsor, or construction or development of the project), all or owner, as the case may be, for transmission to part of the wages required by the contract, HUD or HUD or its designee. The payrolls submitted shall its designee may, after written notice to the set out accurately and completely all of the contractor, sponsor, applicant, or owner, take such information required to be maintained under 29 action as may be necessary to cause the CFR Part 5.5(a)(3)(i). This information may be suspension of any further payment, advance, or submitted in any form desired. Optional Form WH- guarantee of funds until such violations have 347 is available for this purpose and may be ceased. HUD or its designee may, after written purchased from the Superintendent of Documents notice to the contractor, disburse such amounts (Federal Stock Number 029- 005 - 0014 -1), U. S. withheld for and on account of the contractor Government Printing Office, Washington, D.C. disburse such amounts withheld for and on account 20402. The prime contractor is responsible for the of the contractor or subcontractor to the respective submission of copies of payrolls by all employees to whom they are due. The Comptroller subcontractors. (Approved by the Office of General shall make such disbursements in the case Management and Budget under OMB Control of direct Davis -Bacon Act contracts. Number 1215- 0149). 3. (i) Payrolls and basic records. Payrolls (b) Each payroll submitted shall be and basic records relating thereto shall be accompanied by a "Statement of Compliance," 56 7 signed by the contractor or subcontractor or his or Training Administration. Bureau of Apprenticeship her agent who pays or supervises the payment of and Training, or with a State Apprenticeship the persons employed under the contract and shall Agency recognized by the Bureau, or if a person is certify the following: employed in his or her first 90 days of probationary (1) That the payroll for the payroll employment as an apprentice in such an period contains the information required to be apprenticeship program, who is not individually maintained under 29 CFR Part 5.5(a)(3)(i) and that registered in the program, but who has been such information is correct and complete; certified by the Bureau of Apprenticeship and (2) That each laborer or mechanic Training or a State Apprenticeship Agency (where (including each helper, apprentice, and trainee) appropriate) to be eligible for probationary employed on the contract during the payroll period employment as an apprentice. The allowable ratio has been paid the full weekly wages earned, of apprentices to journeymen on the job site in any without rebate, either directly or indirectly, and that craft classification shall not be greater than the ratio no deductions have been made either directly or permitted to the contractor as to the entire work indirectly from the full wages earned, other than force under the registered program. Any worker permissible deductions as set forth in 29 CFR Part listed on a payroll at an apprentice wage rate, who 3; is not registered or otherwise employed as stated (3) That each laborer or mechanic has been paid not less than the applicable wage rates above, shall be paid not less than the applicable wage rate on the wage determination for the and fringe benefits or cash equivalents for the classification of work actually performed. In classification of work performed, as specified in the addition, any apprentice performing work on the job applicable wage determination incorporated into the site in excess of the ratio permitted under the contract. registered program shall be paid not less than the (c) The weekly submission of a properly applicable wage rate on the wage determination for executed certification set forth on the reverse side the work actually performed. Where a contractor is of Optional Form WH -347 shall satisfy the performing construction on a project in a locality requirement for submission of the "Statement of other than that in which its program is registered, Compliance" required by paragraph A.3.(ii)(b) of the ratios and wage rates (expressed in this section. (d) The falsification of any of the above percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's certifications may subject the contractor or registered program shall be observed. Every subcontractor to civil or criminal prosecution under apprentice must be paid at not less than the rate Section 1001 of Title 18 and Section 231 of Title 31 specified in the registered program for the of the United States Code. apprentice's level of progress, expressed as a The contractor or subcontractor shall percentage of the journeymen hourly rate specified (iii) in the applicable wage I make the records required under paragraph A.3.(i) PP a determination. Apprentices 9 of this section available for inspection, copying, or shall be paid fringe benefits in accordance with the transcription by authorized representatives of HUD provisions of the apprenticeship program. If the or its designee or the Department of Labor, and apprenticeship program does not specify fringe I shall permit such representatives to interview benefits, apprentices must be paid the full amount employees during working hours on the job. If the of fringe benefits listed on the wage determination contractor or subcontractor fails to submit the for the applicable classification. If the Administrator I required records or to make them available, HUD or its designee may, after written notice to the determines that a different practice prevails for the applicable apprentice classification, fringes shall be contractor, sponsor, applicant, or owner, take such paid in accordance with that determination. In the action as may be necessary to cause the event the Bureau of Apprenticeship and Training, or I suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship the required records upon request or to make such program, the contractor will no longer be permitted ' records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. to utilize apprentices at less than the applicable predetermined rate for the work performed until an (4) Apprentices and Trainees. acceptable program is approved. (i) Apprentices. Apprentices will be Trainees. Except as provided in 29 ' permitted to work at least than the predetermined CFR 5.1 ) trainees will not be permitted to work at rate for the work they performed when they are least than the predetermined rate for the work employed pursuant to and individually registered in performed unless they are employed pursuant to ' a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and and individually registered in a program which has received prior approval, evidenced by formal I 57 7 certification by the U.S. Department of Labor, debarment as a contractor and a subcontractor as Employment and Training Administration. the ratio provided in 29 CFR 5.12. of trainees to journeymen on the job site shall not 8. Compliance with Davis -Bacon and be greater than permitted under the plan approved Related Act Requirements. All rulings and by the Employment, and Training Administration. interpretations of the David -Bacon and Related Every trainee must be paid at not less than the rate Acts contained in 29 CFR Parts 1, 3, and 5 are specified in the approved program for the trainee's herein incorporated by reference in this contract. level of progress, expressed as a percentage of the 9. Disputes concerning labor standards. journeyman hourly rate specified in the applicable Disputes arising out of the labor standards wage determination. Trainees shall be paid fringe provisions of this contract shall not be subject to the benefits in accordance with the provisions of the general disputes clause of this contract. Such trainee program. If the trainee program does not disputes shall be resolved in accordance with the mention fringe benefits, trainees shall be paid the procedures of the Department of Labor set forth in full amount of fringe benefits listed on the wage 29 CFR Parts 5, 6, and 7. Disputes within the determination unless the Administrator of the Wage meaning of this clause include disputes between and Hour Division determines that there is an the contractor (or any of its subcontractors) and apprenticeship program associated with the HUD or its designee, the U.S. Department of Labor, corresponding journeyman wage rate on the wage or the employees or their representatives. determination which provides for less than full 10. (i) Certification of Eligibility. By entering fringe benefits for apprentices. Any employee listed into this contract, the contractor certifies that neither on the payroll at a trainee rate who is not registered it (nor he or she) nor any person or firm who has an and participating in a training plan approved by the interest in the contractor's firm is a person or firm Employment and Training Administration shall be ineligible to be awarded Government contracts by paid not less than the applicable wage rate on the virtue of Section 3(a) of the Davis -Bacon Act or 29 wage determination for the work actually CFR 5.12(a)(1) or to be awarded Government ■ performed. In addition, any trainee performing work contracts by virtue of Section 3(a) of the Davis- on the job site in excess of the ratio permitted under Bacon Act or 29 CFR 5.12(a)(1) or to be awarded the registered program shall be paid not less than HUD contracts or participate in HUD programs the applicable wage rate on the wage determination pursuant to 24 CFR Part 24. for the work actually performed. In the event the (ii) No part of this contract shall be Employment and Training Administration withdraws subcontracted to any person or firm ineligible for approval of a training program, the contractor will award of a government contract by virtue of Section no longer be permitted to utilize trainees at less 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or than the applicable predetermined rate for the work to be awarded HUD contracts or participate in HUD performed until an acceptable program is approved. programs pursuant to 24 CFR Part 24. (iii) Equal employment ual em to ment opportunity. The (iii) The penalty for making false utilization of apprentices, trainees and journeymen statements is prescribed in the U.S. Criminal Code, under this part shall be in conformity with the equal 18 U.S.C. 1001. Additionally, U.S. Criminal Code, employment opportunity requirements of Executive Section 1010, Title 18, U.S.C., "Federal Housing Order 11246, as amended, and 29 CFR Part 30. Administration transactions ", provides in part ll 5. Compliance with Copeland Act "Whoever, for the purpose of ... influencing in any requirements. The contractor shall comply with way the action of such Administration... makes, the requirements of 29 CFR Part 3 which are utters or publishes any statement, knowing the II incorporated by reference in this contract. same to be false... shall be fined not more than 6. Subcontracts. The contractor or $5,000 or imprisoned not more than two years, or subcontractor will insert in any subcontracts the both." Ell clauses contained in 29 CFR 5.5(a)(1) through (10) 11. Complaints, Proceedings, or Testimony Ell and such other clauses as HUD or its designee by Employees. No laborer or mechanic to whom may be appropriate instructions require, and also a the wage, salary, or other labor standards clause requiring the subcontractors to include these provisions of this Contract are applicable shall be ll clauses in any lower tier subcontracts. The prime discharged or in any other manner discriminated contractor shall be responsible for the compliance against by the Contractor or any subcontractor by any subcontractor or lower tier subcontractor because such employee has filed any complaint or with all the contract clauses in 29 CFR Part 5.5. instituted or caused to be instituted any proceeding 7. Contract termination; debarment. A or has testified or is about to testify in any breach of the contract clauses in 29 CFR 5.5 may proceeding under or relating to the labor standards be grounds for termination of the contract, and for applicable under this Contract to his employer. II 58 II 7 1 I B. Contract Work Hours and Safety Standards be responsible for compliance by any subcontractor A ct. As used in this paragraph, the terms or lower tier subcontractor with the clauses set forth "laborers" and "mechanics" include watchmen and in subparagraphs (1) through (4) of this paragraph. I guards. C. Health and Safety (1) Overtime requirements. No contractor (1) No laborer or mechanic shall be or subcontractor contracting for any part of the required to work in surroundings or under working contract work which may require or involve the conditions which are unsanitary, hazardous, or I employment of laborers or mechanics shall require dangerous to his health and safety as determined or permit any such laborer or mechanic in any under construction safety and health standards workweek in which he or she is employed on such promulgated by the Secretary of Labor by I work to work in excess of eight hours in any regulation. calendar day in excess of forty hours in such (2) The Contractor shall comply with all workweek unless such laborer or mechanic regulations issued by the Secretary of Labor receives compensation at a rate not less than one pursuant to Title 29 Part 1926 (formerly part 1518) I and one -half times the basic rate of pay for all and failure to comply may result in imposition of hours worked in any calendar day or in excess of sanctions pursuant to the Contract Work Hours and forty hours in such workweek, whichever is greater. Safety Standards Act (Public Law 91 -54, 83 I (2) Violation; liability for unpaid wages; Stat.96). liquidated damages. In the event of any violation (3) The Contractor shall include the of the clause set forth in subparagraph (1) of this provisions of this Article in every subcontract so paragraph, the contractor and any subcontractor that such provisions will be binding on each I responsible therefor shall be liable for the unpaid subcontractor. The contractor shall take such action wages. In addition, such contractor and with respect to any subcontract as the Secretary of subcontractor shall be liable to the United States (in Housing and Urban Development or the Secretary I the case of work done under contract for the District of Labor shall direct as a means of enforcing such of Columbia or a territory, to such District or to such provisions. territory), for liquidated damages. Such liquidated damages shall be computed with respect to each I individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the I sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the I overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and I liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any I moneys payable on account of work performed by the contractor with the same prime contract, or any other Federally- assisted contract subject to the I Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or I subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. I (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the c lauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the I subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall I 59 7 ' � PART 3 — CONTRACTORS AND SUBCONTRACTORS ON PUBLIC Title 29 —LABOR BUILDING FINANCED OR PUBLIC WOR WHOLE OR IN K PART BY LOANS OR GRANTS Subtitle A — Office of the FROM THE UNITED STATES Secretary of Labor ii . part by loans or grants from the United States. The part is intended to aid in the enforcement Sec. 3.1 Purpose and scope of the minimum wage provisions of the Davis - 3.2 Definitions Bacon Act and the various statutes dealing 3.3 Weekly statement with respect to payment with Federally- assisted construction that of wages contain similar minimum wage provisions, 3.4 Submission of weekly statements and the including those provisions which are not preservation and inspection of weekly subject to Reorganization Plan No. 14 (e.g., payroll records. the College Housing Act of 1950, the Federal 3.5 Payroll deductions permissible without Water Pollution Control Act, and the Housing 1 o to or approval of the Secretary . Act of 1959), and in the enforcement of the of f L Labor 3.6 Payroll overtime provisions of the Contract Work ' permissible of Labor. with the P approval al l o of f the he e Se Secrret et aary of Labor. Hours Standards Act whenever they are 3.7 Applications for the approval of the applicable to construction work. The part Secretary of Labor details the obligation of contractors and 3.8 Action by the Secretary of Labor upon subcontractors relative to the weekly ' th the applications. submission of statements regarding the wages 3.9 Prohibited payroll deductions. paid on work covered thereby; sets for 3.10 Methods of payment of wages. circumstances and procedures governing the I 3.11 Regulations part of contract. making of payroll deductions from the wages of AUTHORITY: The provisions of this Part 3 those employed on such work; and delineates the methods of payment permissible on such issued under R.S. 161, sec. 2, 48 Stat. §48; Reorg. I Plan No. 14 of 1950, 64 Stat. 1267, 5 U.S.C. work. I Appendix; 5 U.S.C. 301; 40 U.S.C. 276c. Section 3.2 Definitions. I SOURCE: The provisions of this Part 3 appear As used in the regulations in this part: at 29 F.R. 97, Jan. 4, 1964, unless otherwise noted. (a) The terms "building" or "work° Section 3.1 Purpose and Scope. generally include construction activity as distinguished from manufacturing, furnishing of This part prescribes "anti- kickback" materials, or servicing and maintenance work. regulations under section 2 of the Act of June The terms include, without limitation, buildings, 13, 1934, as amended (40 U.S.C. 276c), structures, and improvements of all types, such popularly known as the Copeland Act. This as bridges, dams, plants, highways, p part applies to any contract which is subject to streets, subways, tunnels, sewers, mains, p Federal owerlines, pumping stations, railways, wage standards and which is for repair a the airports, terminals, docks, piers, wharves, construction, prosecution, completion, or repair of public buildings, public works or buildings or way s, lighthouses, buoys, j etties, breakwaters, works financed in whole or in levees, and canals; dredging, shoring, scaffolding, drilling, blasting, excavating, 60 clearing, and landscaping. Unless conducted furnishing of materials, articles, supplies, or in connection with and at the site of such a equipment (whether or not a Federal or State I building or work as is described in the agency acquires title to such materials, foregoing sentence, the manufacture or articles, supplies, or equipment during the subcontractor; a corporation closely connected course of the manufacture or furnishing, or with the contractor or subcontractor as parent, owns the materials from which they are subsidiary or otherwise, and an officer or agent manufactured or fumished) is not a "building" of such corporation. I or "work" within the meaning of the regulations in this part. (g) The term "Federal agency" means the United States, the District of Columbia, and (b) The terms "construction," all executive departments, independent I "prosecution," "completion," or "repair" mean all establishments, administrative agencies, and types of work done on a particular building or instrumentality's of the United States and of work at the site thereof, including, without the District of Columbia, including corporations, limitation, altering, remodeling, painting and all or substantially all of the stock of which is I decorating, the transporting of materials and supplies to or from the building or work by the beneficially owned by the United States, by the District of Columbia, or any of the foregoing employees of the construction contractor or departments, establishments, agencies, and I construction subcontractor, and the instrumentality's. manufacturing or furnishing of materials, {29 FR 97, Jan. 4, 1964, as amended at 33 FR 32575, Nov. 27, 1973} articles, supplies, or equipment on the site of I the building or work, by persons employed at Section 3.3 Weekly statement with the site by the contractor or subcontractor. respect to payment of wages. (c) The terms "public building" or "public work" include building or work for (a) As used in this section, the term whose construction, prosecution, completion, °employee" shall not apply to persons in or repair, as defined above, a Federal agency classifications higher than that of laborer or ' is a contracting party, regardless of whether title thereof is in a Federal agency. mechanic and those who are the immediate supervisors of such employees. (d) The term "building or work financed (b) Each contractor or subcontractor in whole or in part by loans or grants from the engaged in the construction, prosecution, I Unites States" includes building or work for completion, or repair of any public building or whose construction, prosecution, completion, public work, or building or work financed in or repair, as defined above, payment or part whole or in part by loans or grants from the ' payment is made directly or indirectly from United States, shall furnish each week a funds provided by loans or grants by a Federal statement with respect to the wages paid each agency. The term includes building or work for of its employees engaged on work covered by ' which the Federal assistance granted is in the form of loan guarantees or insurance. 29 CFR Parts 3 and 5 during the preceding weekly payroll period. This statement shall be (e) Every person paid by a contractor executed by the contractor or subcontractor or ' or subcontractor in any manner for his labor in by an authorized officer of employee of the the construction, prosecution, completion, or contractor or subcontractor who supervises the repair of a public building or public work or payment of wages, and shall be on form WH building or work financed in whole or in part by 348, "Statement of Compliance," or on an I loans or grants from the United States is identical form on the back of WH 347, "Payroll "employed" and receiving "wages," regardless (For Contractors Optional Use)" or on any form of any contractual relationship alleged to exist with identical wording. Sample copies of WH ' between him and the real employer. (f) The term "any affiliated person" 347 and WH 348 may be obtained from the Government contracting or sponsoring agency, includes a spouse, child, parent, or other close and copies of these forms may be purchased ' relative of the contractor or subcontractor; a at the Government Printing Office. partner or officer of the contractor or 61 7 (c) The requirements of this section shall not apply to any contract of $2,000 or Deductions made under the circumstances or less. in the situations described in the paragraphs of (d) Upon a written finding by the head this section may be made without application of a Federal agency, the Secretary of Labor to and approval of the Secretary of Labor: may provide reasonable limitations, variations, (a) Any deduction made in compliance tolerances, and exemptions from the with the requirements of Federal, State, or requirements of this section subject to such local law, such as Federal or State withholding conditions as the Secretary of Labor may income taxes and Federal social security specify. taxes. {29 F.R. 95, Jan. 4, 1964, as amended at 33 F.R. 10186, July 17, (b) Any deduction of sums previously 1968} paid to the employee as a bona fide prepayment of wages when such prepayment p Section 3.4 Submission of weekly is made without discount or interest. A "bona statements and the preservation and fide prepayment of wages" is considered to inspection of weekly payroll records. have been made only when cash or its so equivalent has been advanced to the person (a) Each weekly statement required employed in such manner as to give him under §3.3 shall be delivered by the contractor complete freedom of disposition of the or subcontractor, within seven days after the advanced funds. regular payment date of the payroll period, to a ( Any deduction of amounts required IP representative of a Federal or State agency in by court process to be paid to another, unless, charge at the site of the building or work, or if the deduction is in favor of the contractor, II there is no representative of a Federal or State subcontractor or any affiliated person, or when agency at the site of the building or work, the collusion or collaboration exists. statement shall be mailed by the contractor or (d) Any deduction constituting a subcontractor, within such time, to a Federal or contribution on behalf of the person employed State agency contracting for or financing the to funds established by the employer or building or work. After such examination and representatives of employees, or both, for the check as may be made, such statement, or a purpose of providing either from principal or copy thereof, shall be kept available, or shall income, or both, medical or hospital care, be transmitted together with a report of any pensions, or annuities on retirement, death violation, in accordance with applicable benefits, compensation for injuries, illness, procedures prescribed by the United State accidents, sickness, or disability, or for Department of Labor. insurance to provide any of the foregoing, or Each contractor or subcontractor (b ) t unemployment benefits, vacation pay, savings shall preserve his weekly payroll records for a accounts, or similar payments for the benefit of period of three years from date of completion employees, their families and dependents: of the contract. The payroll records shall set Provided, however, That the following out accurately and completely the name and standards are met: (1) The deduction is not address of each laborer and mechanic, his otherwise prohibited by law; (2) it is either: (i) correct classification, rate of pay, daily and Voluntarily consented to by the employee in weekly number of hours worked, deductions writing and in advance of the period in which made, and actual wages paid. Such payroll the work is to be done and such consent is not records shall be made available at all times for a condition either for the obtaining of or for the inspection by the contracting officer or his continuation of employment, or (ii) provided for authorized representative, and by authorized in a bona fide collective bargaining agreement representatives of the Department of Labor. between the contractor or subcontractor and representatives of its employees; (3) no profit Section 3.5 Payroll deductions or other benefit is otherwise obtained, directly permissible without application to or or indirectly, by the contractor or subcontractor approval of the Secretary of Labor. or any affiliated person in the form of HUD -4010 (2-84) 1 1 1 commission, dividend, or otherwise; and (4) employer where the equipment is purchased the deductions shall serve the convenience from a third person, and if the deduction is I and interest of the employee. either (1) voluntarily consented to be the (e) Any deduction contributing toward employee in writing and in advance of the the purchase of United States Defense Stamps period in which the work is to be done and and Bonds when voluntarily authorized by the such consent is not a condition either for the I employee. obtaining of employment or its continuance; or (f) Any deduction requested by the (2) provided for in a bona fide collective employee to enable him to repay loans to or to bargaining agreement between the contractor ' purchase shares in credit unions organized or subcontractor and representatives of its and operated in accordance with Federal and employees. State credit union statutes. {36 F.R. 9770, May 28, 1971.} I (g) Any deduction voluntarily authorized by the employee for the making of Section 3.6 Payroll deductions contributions to governmental or quasi- permissible with the approval of the I governmental agencies, such as the American Secretary of Labor. Red Cross. (h) Any deduction voluntarily Any contractor or subcontractor may apply to authorized by the employee for the making of the Secretary of Labor for permission to make I contributions to Community Chests, United any deduction not permitted under §3.5. The Givers Funds, and similar charitable Secretary may grant permission whenever he organizations. finds that: I (i) Any deductions to pay regular union (a) The contractor, subcontractor, or initiation fees and membership dues, not arty affiliated person does not make a profit or including fines or special assessments: benefit directly or indirectly from the deduction I Provided, however, That a collective bargaining agreement between the contractor either in the form of a commission, dividend, or otherwise; or subcontractor and representatives of its (b) The deduction is not otherwise I employees provides for such deductions and prohibited bylaw; the deductions are not otherwise prohibited by (c) The deduction is either (1) law. voluntarily consented to by the employee in Q) Any deduction not more than for the writing and in advance of the period in which I "reasonable cost" of board, lodging, or other the work is to be done and such consent is not facilities meeting the requirements of section a condition either for the obtaining of 3(m) of the Fair Labor Standards Act of 1938, employment or its continuance, or (2) provided I as amended, and Part 531 of this title. When for in a bona fide collective bargaining such a deduction is made the additional agreement between the contractor or records required under §516.27(a) of this title subcontractor and representatives of its I shall be kept. employees; and (k) Any deduction for the cost of safety (d) The deduction serves the equipment of nominal value purchased by the convenience and interest of the employee. I employee as his own property for his personal protection in his work, such as safety shoes, Section 3.7 Applications for the approval safety glasses, safety gloves, and hard hats, if of the Secretary of Labor. I such equipment is not required by law to be furnished by the employer, if such deduction is Any application for the making of payroll not violative of the Fair Labor Standards Act or deductions under §3.6 shall comply with the prohibited by other law, if the cost on which the requirements prescribed in the following I deduction is based does not exceed the actual paragraphs of this section: cost to the employer where the equipment is (a) The application shall be in writing purchased from him and does not include any and shall be addressed to the Secretary of I direct or indirect monetary return to the Labor. HUD -4010 (2-84) 1 (b) The application need not identify the additional forms of compensation for which the contract or contracts under which the work deductions are permissible under this part. No in question is to be performed. Permission will other methods of payment shall be recognized ' be given for deductions on all current and on work subject to the Copeland Act. future contracts of the applicant for a period of 1 year. A renewal of permission to make such Section 3.11 Regulations part of contract. ' payroll deduction will be granted upon the submission of an application which makes All contracts made with respect to the reference to the original application, recites the construction, prosecution, completion, or repair date of the Secretary of Labor's approval of of any public building or public work or building ' such deductions, states affirmatively that there or work financed in whole or in part by loans or is continued compliance with the standards set grants from the United States covered by the forth in the provisions of §3.6, and specifies regulations in this part shall expressly bind the ' any conditions which have changed in regard contractor or subcontractor to comply with to the payroll deductions. such of the regulations in this part as may {36 F.R. 9770, May28, 1971.} applicable. In this regard, see §5.5(a) of this (c) The application shall state subtitle affirmatively that there is compliance with the standards set forth in the provisions of §3.6. ' The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shall include a 1 description of the proposed deduction, the purpose to be served thereby, and the classes of laborers or mechanics from whose wages the proposed deduction would be made. (e) The application shall state the name and business of any third person to whom any • funds obtained from the proposed deductions are to be transmitted and the affiliation of such person, if any, with the applicant. Section 3.8 Action by the Secretary of Labor upon applications. The Secretary of Labor shall decide whether I or not the requested deduction is permissible under provisions of §3.6; and shall notify the t applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided for by this part and which are not found to be permissible under §3.6 are prohibited. 1 Section 3.10 Methods of payment of wages. The payment of wages shall be by cash, negotiable instruments payable on demand, or 1 HUD -4010 (2-84) 1 I MINORITY /FEMALE GOALS AND TIMETABLES The female employment goal is effective as of April 1980 and is currently 6.9 %. The percentages for I minority participation in Texas are: Texarkana Area: I Texarkana & Bowie Co. 19.7 Nor1 -MSA Counties of Camp, Cass, Lamar, Morris, Red River & Titus 20.2 Tvler- Longview Area: I Longview, Gregg Co. & Harrison Co. 22.8 Tyler & Smith Co. 23.5 Non -MSA Counties of Anderson, Angelina, Cherokee, Henderson, Marion, Nacogdoches, Panola, 22.5 I Rusk, San Augustine, Shelby, Upshur & Wood Beaumont -Port Arthur Area: Beaumont, Port Arthur, Orange, Hardin Co., Jefferson Co., & Orange Co. 22 I Non -MSA Counties of Jasper, Houston, Newton, Sabine, & Tyler 22 Houston Area: I Bryan, College Station & Brazos Co. 23.7 Galveston, Texas City & Galveston Co. 28.9 Houston, Brazoria Co., Fort Bend Co., Harris Co., Liberty Co., Montgomery Co. & Waller Co. 27.3 Non -MSA Counties of Austin, Burleson, Calhoun, Chambers, Colorado, DeWitt, Fayette, Goliad, 27.4 I Grimes, Jackson, Lavaca, Leon, Madison, Matagorda, Polk, Robertson, San Jacinto, Trinity, Victoria, Walker, Washington, & Wharton Austin Area: Austin, Hays Co., Travis Co., & Williamson Co. 24.1 Non -MSA Counties of Bastrop, Blanco, Burnet, Caldwell, Lee & Llano 24 I Waco, Killeen, Temple Area: Killeen, Temple, Bell Co. & Coryell Co. 16.4 Waco & McLennan Co. 20.7 Non -MSA Counties of Bosque, Falls, Freestone, Hamilton, Hill, Lampasas, Limestone, Milam & Mills 18.6 Dallas, Fort Worth Area: Dallas, Fort Worth, Collin Co., Dallas Co., Denton Co., Ellis Co., Hood Co., Johnson Co., Kaufman 18.2 I Co., Parker Co., Rockwall Co., Tarrant Co. & Wise Co. Sherman, Denison & Grayson Co. 9.4 Non -MSA Counties of Cooke, Delta, Erath, Fannin, Franklin, Hopkins, Hunt, Jack, Montague, 17.2 Navarro, Palo Pinto, Rains, Somervell, & Van Zandt 1 Wichita Falls Area: Wichita Falls, Clay Co. & Wichita Co. 12.4 I Non -MSA Counties of Archer, Baylor, Cottle, Foard, Hardeman, Wilbarger & Young 11.0 Abilene Area: Abilene, Callaghan Co., Jones Co. & Taylor Co. 11.6 I Non -MSA Counties of Brown, Coleman, Comanche, Eastland, Fisher, Haskell, Kent, Knox, Mitchell, 10.9 Nolan, Scurry, Shackleford, Stephens, Stonewall & Throckmorton I San Angelo Area: San Angelo & Tom Green Co. 19.2 Non -MSA Counties of Coke, Concho, Crockett, Irion, Kimble, McCullough, Mason, Menard, Reagan, 20.0 Runnels, San Saba, Schleicher, Sterling, Sutton & Terrell I San Antonio Area: I Laredo & Webb Co. 87.3 San Antonio, Bexar Co., Corral Co. & Guadalupe Co. 47.8 Non -MSA Counties of Atascosa, Bandera, Dimmit, Edwards, Frio, Gillespie, Gonzales, Jim Hogg, 49.4 Karnes, Kendall, Kerr, Kinney, La Salle, McMullen, Maverick, Medina, Real, Uvalde, Val Verde, I Wilson, Zapata & Zavala Corpus Christi Area: Corpus Christi, Nueces Co. & San Patricio Co. 41.7 Non -MSA Counties of Aransas, Bee, Brooks, Duval, Jim Wells, Kenedy, Kleburg, Live Oak & 44.2 Refugio Brownsville, McAllen, Harlingen Area: Brownsville, Harlingen, San Benito & Cameron Co. ?71.0 McAllen, Pharr, Edinburg & Hidalgo Co. 72.8 Non -MSA Counties of Starr & Willacy 72.9 Odessa. Midland Area: Midland & Midland Co. : 19.1 Odessa & Ector Co. 15.1 Non -MSA Counties of Andrews, Crane, Glasscock, Howard, Loving, Martin, Pecos, Reeves, Upton, 18.9 Ward & Winkler El Paso Area: El Paso & El Paso Co. 57.8 Non -MSA Counties of Brewster, Culbertson, Hudspeth, Jeff Davis & Presidio 49.0 Lubbock Area: Lubbock & Lubbock Co. 19.6 Non -MSA Counties of Bailey, Borden, Cochran, Crosby, Dawson, Dickens, Floyd, Gaines, Garza, 19.5 Hale, Hockley, King, Lamb, Lynn, Motley, Terry & Yoakum Amarillo Area: Amarillo, Potter Co. & Randall Co. 9.3 Non -MSA Counties of Armstrong, Briscoe, Carson, Castro, Childress, Collingsworth, Dallam, Deaf 11.0 Smith, Donley, Gray, Hall, Hansford, Hartley, Hemphill, Hutchinson, Lipscomb, Moore, Ochiltree, Oldham, Parmer, Roberts, Sherman, Swisher, & Wheeler 1 1 1 1 1 p 1 1 1 1 1 * NEW SIGNAGE REQUIREMENTS FOR COMMUNITY DEVELOPMENT PROJECTS * Below is the exact section regarding the new signage requirements from the Special Conditions section of the 2003 ORCA contracts. Section 22.F: 1 Public buildings, facilities, centers, constructed with ORCA CDBG assistance shall have permanent signaqe placed in a prominent visible ' public area with the wording provided below. The formatting of such signage will be at local discretion to best fit the architectural design of the facility constructed but should be legible from at least three feet 1 distance. Other construction projects, e.g., water transportation lines, sewer collection lines, drainage, roadways, housing rehabilitation, etc. utilizing ORCA CDBG funding shall have temporary signaqe erected in a prominent location at the construction project site or along a major thoroughfare within the locality as directed by the owner. Project Sign Wording: "This project is funded by the Texas Department of Rural Affairs of the State of Texas, to strengthen and enhance the quality of life in smaller and rural communities with funds allocated by the United States Department of Housing and Urban Development through the Community Development Block Grant Program." Please include this wording and an estimated cost of this sign in your bid package. 1 1 1 1 1 1 1 CONSTRUCTION CONTRACTOR'S LOCAL OPPORTUNITY PLAN 1 The 1 lv 1 2*LO (MaW n i N t >J\f' agrees to implement the following specific affirmative action st s directed at increasing the ut111Yatlon of lower income residents and businesses within the 1 (County) of Kt i f • To ascertain from the Locality's TX 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. • 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 industrialization e r Center (010), Service Employment nLeague,t Redevelopment Program, 1 Hometown Plan, or the U.S. Employment Service. • To maintain a list of all lower income residents who have applied either on their own or on I referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. • 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. • To Insure that subcontracts (greater than $10,000), which are typically let on a negotiated I 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. ' • To formally contact unions, subcontractors, and trade association to secure their cooperation in this effort. • To Insure that all appropriate project area business concems are notified of pending sub- 1 contractual opportunities. • To maintain records, including copies of correspondence, memoranda, etc., which document 1 that all of the above affirmative action steps have been taken. • To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. 1 • To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. ' • 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. have read 1 l officers and representatives of i f i y ( f t s the fuN ementat'ron of thepfog m and its a nd fully agree to this Plan, and • :come a party provisions. r� `` cklo Pe (7 j n/ 1 J c.a bvocd t�tt v / tefiD Signature Date 1 1 1 PROPOSED CONTRACTS BREAKDOWN Estimated % to Estinated $ Amount to ' Type of Contracts No. of Contracts Estimated Total Roller Amount Local Businsss Local Business - I 1 • Totals: 1 ESTIMATED PROJECT WORKFORCE BREAKDOWN No. Positions. No. Positions No. Positions to Fill with ' Work Classifications Total Estimated Positions Currently Filled Not Fltisd _ LIM Residents - 1 1 1 "1 • Totals: • I I 1 - . 1 STATEMENT OF BIDDER'S QUALIFICATIONS 1 All questions must be answered and the data given must be dear 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. II Name o f B i d d e r . L _ . I l i I 1 1/11 I, ,1 I _I . Address: it) , 7( , ■ 1 y.i∎nocl A / - ry `Nlo g 1 Date Organized: &n� i q (I /\ Date Incorporated: Ob I a Number of Years in contracting siness under present name: 9 ‘ 1 CONTRACTS ON HAND: Contracts Dollar Amount Completion Date I UP, 1 ItteArym o,in -f- Type of work performed by your company: i l 1 . h i . II G11' / : 1 4 .'tiler Have you ever failed to complete. any work awarded to you? it Int Have you ever defaulted on a contract? ` i i r List the projects most recently completed by your firm (include project of similar importance): 1 pact Dollar Amount MolYr Completed 1 i C Q Q. etAtA64 A4120t 1 Major equipment available for this contract: I � P o. ot VaO�rn� Attach resume(s) for the principal member(s) of your organization, Including the officers as well as the proposed superintendent for the project. n n (� ( (� Credit available: $ �7��. I )f) i Bank reference: Q{ u r(+ V JAit (pan 4 Trutt The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information I requested by the comprising this Statement of Bidder's Qualifications. in verification of the recitals h Executed this II(� dayof (\k A 14,49- (r�iib1 () . I by: J c , 5e Gu adcz `v�e .0 b; 0 Pit I lAhr (Signature) (Title) I Lupe Rubio Construction Co., Inc. P.O. Box 1838, Kingsland, TX. 78639 325 -388- 85001325 388 8822 (faxi CONTRACTORS QUALIFICATIONS: 1.- Type of Construction: Underground Utilities 2.- Date Organized: 6/1992 I 3.- Date Incorporated: 6/2002 4. - Credit Available: $3,000,000.00 ' 5. - Bank Reference: Steve Rodgers, Security State Bank & Trust 325 388 3535 I 6. - List of available equipment: See attachment 7. - Total number of permanent personnel: 54 President: Jose Guadalupe Rubio Secretary: Guillermina Sanchez ' 8. —Lupe Rubio Construction Co., Inc. has never defaulted nor failed to complete any work awarded. 9. -. - List of projects within the past ten years including type of work, value, date started and completed, owner's name, address, and the phone number of person to contact: See below: ' Current Contracts: • Project Name: Blockhouse Creek Wastewater Interceptor Segment 3 Owner: City of Leander Location: Leander Total Contract Cost: $ 286,649.40 Completion Date: Present Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -645 Subcontractor: Lupe Rubio Construction Co., Inc. Phone Number: (830) 613 -1143 • Project Name: Front Gate at Fair Oaks Ranch Approach Ml Contract CostOv Oversize .24 Owner: San Antonio Water System (SAWS) Location: San Antonio Completion Date: Present Subcontractor: Mendez Excavation & Road Boring Phone Number: (512) 804 -5335 Eng: Alamo Consulting Engineers & Surveying, Inc. Phone Number: (210) 828 -0691 1 I • Project Name: Whitewood from Medina Base Rd to SW Military Dr Water Main Project I Owner: San Antonio Water System (SAWS) Total Contract Cost: $ 469,391.00 Location: San Antonio Completion Date: Present Project Manager: Ralph Garcia Phone Number: (210) 233 -3341 I • Project Name: Eastside Wastewater Line Phase 1 I Owner: City of Copperas Cove Total Contract Cost: $ 685,658.00 Location: Copperas Cove Completion Date: Present Eng: River City Engineering, Ltd. Phone Number: (254) 547 -4301 Contact: Brandon Mettler Phone Number: (512) 442 -3008 • Project Name: Proposed Wastewater Improvements Phase I - Unit B I Owner: City of Ingram Total Contract Cost: $ 561,582.00 Location: Ingram Completion Date: Present I Project Manager: Randy Winston Phone Number: (956) 968 -2194 Eng: Sigler, Winston, Greenwood & Assoc. Phone Number: (956) 968 -2194 1 • Project Name: Hospital Utilities Services- Contract No. 6 Owner: City of Marble Falls Total Contract Cost: $ 897,660.00 Location: Marble Falls Completion Date: Present Project Manager: John G. Fowler Eng: KC Engineering, Inc. Phone Number: (830) 693 -5635 • Project Name: Ingram Gravity Waterline Wastewater Imp. Ph. 1 Owner: City of Ingram Total Contract Cost: $ 1,590,832.12 Location: Ingram Completion Date: Present Project Manager: Randy Winston Phone Number: (956) 968 -2194 Eng: Sigler, Winston, Greenwood & Assoc. Phone Number: (956) 968 -2194 1 • Project Name: Ingram Lift Station No. 1 and 2 Owner: City of Ingram Total Contract Cost: $ 732,372.66 Location: Ingram Completion Date: Present Project Manager: Randy Winston Phone Number: (956) 968 -2194 Eng: Sigler, Winston, Greenwood & Assoc. Phone Number: (956) 968 -2194 I Completed Contracts: • Project Name: Drainage Project Owner: City of Highland Haven Total Contract Cost: $ 34233.68 Location: Highland Haven Completion Date: Present Phone Number: (830) 265 -4366 I I 1 I • Project Name: Clearwater Landing Owner: Clearwater Landing 2007, LLC Total Contract Cost: $ 50,400.00 Project Manager: Rajeev Puri Completion Date: Present 1 Phone Number: (646) 331 -4549 1 • Project Name: Clearing for the Rio Vista Terrace Subdivision Reconstruction Phase 2 Owner: City of San Marcos Total Contract Cost: $ 35,580.00 Location: San Marcos Completion Date: Present 1 Project Manager: Steve Guajardo Phone Number: (210) 508 -3567 1 • Project Name: Aviation Heights Water Line- Phase 2 Owner: City of Schertz Total Contract Cost: $ 245,889.22 Location: Schertz Completion Date: Present 1 Eng: Ford Engineering Inc. Phone Number: (210) 590 -4777 I • Project Name: Blockhouse Creek WW Interceptor Segment 2 Owner: City of Leander Total Contract Cost: $ 600,335.17 Location: Leander Completion Date: 12/22/09 I Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 1 • Project Name: Annexation Waterline Loop Project Owner: City of Harker Heights Total Contract Cost: $ 683,342.00 1 Location: City of Harker Heights Completion Date: 11/28/09 Project Manager: Mark Hyde Phone Number: (254) 953 -5641 Eng: Walker Wiederhold & Associates LLC Phone Number (254) 699 -0737 1 • Project Name: City of Seguin, 16" Water Main Replacement 1 Owner: City of Seguin Total Contract Cost: $ 173,487.24 Location: Seguin Completion Date: 10/16/09 AG Hodges Phone Number: (830) 379 -3212 1 TRC Engineering, Beau Perry Phone Number: (512) 454 -8716 1 • Project Name: City of Seguin, Geronimo Creek Phase III Sunrise Acres & Subdivision Sewer Owner: City of Seguin Total Contract Cost: $ 1,623,689.00 f Location: Seguin Completion Date: 10/16/09 AG Hodges Phone Number: (830) 379 -3212 TRC Engineering, Beau Perry Phone Number: (512) 454 -8716 1 1 1 • Project Name: Lampasas Water and Sewer for High School Tract Owner: City of Lampasas Total Contract Cost: $ 758,167.49 Location: Lampasas Completion Date: 9/11/09 Contact: Randy Clark Phone Number: (512) 556 -6831 • Project Name: Lampasas Sulphur Creek Stabilization Project Owner: City of Lampasas Total Contract Cost: $ 122,615.64 Location: Lampasas Completion Date: 2/28/10 Contact: Randy Clark Phone Number: (512) 556 -6831 Eng: HDR Engineering, Inc. Phone Number (512) 912 -5100 • Project Name: Westlake Hill Phase III South Sewer Owner: LCRA Total Contract Cost: $ 1,863,055.65 Location: Westlake Hills Completion Date: 8/30/09 Prime: Keystone, Inc. Contact: Larry Vinklarek 1 Phone Number: (512) 288 -6457 • Project Name: Highland Haven Low Water Crossings CR328A Owner: Burnet County Total Contract Cost: $ 178,067.00 Location: Burnet Completion Date: 7/15/09 Contact: Larry Wilkie Phone Number: (830) 693 -9566 • Project Name: Hollywood/SueAnn Sewer Line Replacement Owner: City of Lampasas Total Contract Cost: $ 625,634.00 Location: Lampasas Completion Date: 05/15/09 Contact: Randy Clark Phone Number: (512) 556 -6831 • Project Name: McCarty Lane Waterline Phase II Owner: City of San Marcos Total Contract Cost: $ 1,301,736.00 Location: San Marcos Completion Date: 3/25/09 Contact: Steve Guajardo Phone Number: (210) 508 -3567 • Project Name: Blockhouse Creek WW Interceptor Segment 1 Owner: City of Leander Total Contract Cost: $ 2,475,984.58 Location: Leander Completion Date: 2009 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: Burnet County Low Water Crossings I CR328 A Owner: Burnet County Total Contract Cost: $ 189,658.00 Location: Bumet Completion Date: 1/30/09 I Contact: Larry Wilkie Phone Number: (830) 693 9566 1 • Project Name: Burnet County Low Water Crossings CR328 B Owner: Burnet County Total Contract Cost: $ 216,535.00 1 Location: Burnet Completion Date: 1/30/09 Contact: Larry Wilkie Phone Number: (830) 693 9566 1 • Project Name: Burnet County Low Water Crossings CR343 1 Owner: Burnet County Total Contract Cost: $ 133,189.00 Location: Burnet Completion Date: 1/30/09 Contact: Larry Wilkie Phone Number: (830) 693 9566 • Project Name: Bastrop- Eskew, Perkins, Higgins, Street Reconstruction ' Owner: City of Bastrop Total Contract Cost: $ 1,800,761.00 Location: Bastrop Completion Date: 1/03/09 Jim Rebecek Phone Number: (512) 848 -6916 1 Befco Engineering, Gene Kruppa Phone Number (979) 968 -6474 1 • Project Name: Rio Vista Reconstruction Phase 1 Owner: City of San Marcos Total Contract Cost: $ 702,621.00 Location: San Marcos Completion Date: 12/15/08 1 Contact: Steve Guajardo Phone Number: (210) 508 -3567 1 • Project Name: City of Harker Heights FM348I Waterline Imp. Owner: CTWSC Total Contract Cost: $ 470,869.28 Location: Harker Heights Completion Date: 09/13/08 1 S.D. Kaltman, PE, Steve Kaltman Phone Number: (512) 218 -4404 1 • Project Name: Comanche Trace Ph 11 Owner: Comanche Trace Golf & Ranch Club- Total Contract Cost: $ 2,948,168.09 Location: Kerrville, TX Completion Date: 08/30/08 1 Trevor Hyde Phone Number: (830) 370 -9627 1 1 • Project Name: Old Town Helotes Water Line Project Owner: City of Helotes Total Contract Cost: $ 674,179.77 Location: Helotes Completion Date: 2/28/08 Description of Work: Water System Improvements Contact: Rick Schroder Phone Number: (210) 695 -8877 Prime: Lupe Rubio Construction Contact: Lupe Rubio Phone Number: (830) 613 -1143 • Project Name: Sanitary Sewer Main Replacement Project Project No. 06- 040 -KSH Kerrville State Hospital Owner: Texas Health and Human Services Dept. Contract Cost: $ 900,750.54 Location: Kerrville Completion Date: 2/28/08 Hector Carrisalez Phone Number: (210) 340 -2322 • Project Name: Sonoma Verde 16 & 24- Inch Oversize Approach Mains. Owner: City of San Antonio Total Contract Cost: $ 953,139.06 Location: San Antonio Completion Date: 01/09/08 Description of' Work: Water System Improvements Contact: Phone Number: (830) 660 -9093 Prime: Lupe Rubio Construction Contact: Lupe Rubio Phone Number: (830) 613 -1143 • Project Name: Lonestar Drive Drainage & Water Improvements Owner: City of Cedar Park Total Contract Cost: $ 628,279.28 Location: Cedar Park Completion Date: 12/31/07 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 Eng. The Wallace Group Phone Number (512) 248 -0065 • Project Name: Comanche Trace Ph 9 Off -site Sewer Improvement Owner: Comanche Trace Golf & Ranch Club Total Contract Cost: $ 340,235.86 Location: Kerrville Completion Date: 10/30/07 Trevor Hyde Phone Number: (830) 370 -9627 • Project Name: Chisholm Trail Water System Upgrades Owner: Chisholm Trail S.U.D. Total Contract Cost: $ 234,305.27 Location: Florence Completion Date: 9/17/07 Don Rauschuber Phone Number: (254) 793 -3103 HDR Consulting, Inc. Timothy Haynie Phone Number (512) 837 -2446 • Project Name: Ronald Reagan Blvd. Waterline I Owner: City of Cedar Park Total Contract Cost: $ 686,005.73 Location: Cedar Park Completion Date: 09/04/07 Prime: Keystone, Inc. U Contact: Larry Vinklarek Phone Number: (512) 288 -6457 Eng. TBC Phone Number (512) 472 -4519 I • Project Name: 16" Water Main Replacement -Phase III Milam Street Owner: City of Seguin Total Contract Cost: $ 534,850.02 I Location: Seguin Completion Date: 05/31/07 Contact: Craig Bell, TRC Eng. Phone Number: (512) 454 -8716 Project Inspector: Randy Rabe Phone Number: (830) 660 -9093 I • Project Name: Capital Improvements Project 16" Waterline I Owner: City of Kyle Total Contract Cost: $ 427,678.81 Location: Kyle Completion Date: 05/31/07 Faris Abboushi, PE Phone Number: (512) 327 -1180 1 Project Coordinator: Jimmy Haverda Phone Number: (512) 262 -5953 I • Project Name: Water Distribution System Improvements 2005 Owner: City of Granite Shoals Total Contract Cost: $ 140,697.16 Location: Granite Shoals Completion Date: 01/07/07 I Ricky Rowe Phone Number: (830) 613 -8696 Engineer: S.D. Kallman LP (512) 218 -4404 11 • Project Name: Kerrville Schreiner City Park Gravity Sanitary Sewer Owner: City of Kerrville Total Contract Cost: $ 651,549. Location: Kerrville Completion Date: 12/1/06 Charlie Hastings Phone Number: (830) 792 -8312 • Project Name: Comanche Trace Ph 5 &8 I Owner: Comanche Trace Golf & Ranch Club Total Contract Cost: $ 1,059,871. Location: Kerrville Completion Date: 11/30/06 Trevor Hyde Phone Number: (830) 370 -9627 • Project Name: Kerrville Sanitary Sewer I Owner: Kerr County Total Contract Cost: $ 744,093. Location: Kerrville Completion Date: 11/27/06 Kamran Kaviani, Tetra Tech Phone Number: (210) 226 -2922 1 1 ■S I • Project Name: SH123 Sewer Project Owner: City of Seguin Total Contract Cost: $ 706,360. Location: Seguin Completion Date: 09/15/06 II Contact: Craig Bell Phone Number: (512) 454 -8716 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 1 • Project Name: City of Fredericksburg Pump Station I Owner: City of Seguin Total Contract Cost: $ 706,360. Location: Seguin Completion Date: 09/15/06 I Contact: Craig Bell Phone Number: (512) 454 -8716 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: Windcrest Sanitary Sewer Main jI Owner: City of Windcrest Total Contract Cost: $ 578,382. 1 Location: Windcrest Completion Date: 7/30/06 Contact: Richard Frenzel Phone Number: (210)- 655 -2888 it • Project Name: Chisholm Trail 18" Approach Main it Owner: Chisholm Trail S.U.D. Total Contract Cost: $ 941,490. Location: Liberty Hill Completion Date: 05/15/06 Don Rauschuber Phone Number: (254) 793 -3103 !) • Project Name: Liberty Hill Interceptor II Owner: LCRA Total Contract Cost: $ 857,762. Location: Liberty Hill Completion Date: 3/22/06 Contact: David Smith Phone Number: 800 - 776 -5272 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 1 • Project Name: Granite Shoals Water Improvements Owner: City of Granite Shoals Total Contract Cost: $ 217,611. Location: Granite Shoals Completion Date: 03/06/06 Ricky Rowe Phone Number: (830) 613 -8696 • Project Name: Westlake Hill Phase III South Sewer Owner: LCRA Total Contract Cost: $ 702,621.00 L ocation: West Hills Completion Date: 10/15/05 Contact: Clinton Rohde Phone Number: (512) 517 -7064 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 WINIIIIIIIIrenSISHINIIII 1111111S11111111•11111111111111111111111 1 • Project Name: 2004 Street/Water /Sewer Improvements Townewood Subdivision Ashby/Moss Street, Bluebonnet Street Owner: City of Seguin Total Contract Cost: $ 861,085.82 1 Location: Seguin Contact: Randy Rabe Completion Date: 09/25/05 Phone Number: (830) 660 -9093 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: 16" Northwest Transmission Main Owner: City of Burnet Total Contract Cost: $ 670,930. Location: Burnet Completion Date: 7/15/05 Contact: Phone Number: (512) 517 -7064 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 1 • Project Name: Bexar County Water Control Improvements Owner: City of Windcrest Total Contract Cost: $ 145,481. Location: Windcrest Completion Date: 8/17/04 Contact: Richard Frenzel Phone Number: (210)- 655 -2888 1 • Project Name: City of Seguin Baxter Street Water line Owner: City of Seguin Total Contract Cost: $ 737,162.04 Location: Seguin Completion Date: 5/10/04 Contact: Randy Roby Phone Number: (830) 660 -9093 ' Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 • Project Name: City of Seguin Water /Sewer Systems Imp. Owner: City of Seguin Total Contract Cost: $ 794,946.26 Location: Seguin Completion Date: 5/01/04 Contact: Randy Roby Phone Number: (830) 660 -9093 Prime: Keystone, Inc. Contact: Larry Vinklarek Phone Number: (512) 288 -6457 1 • Project Name: City of Lockhart Twin Island Owner: City of Lockhart Total Contract Cost: $ 249,094.93 Location: Lockhart Completion Date: 9/30/03 1 Description of Work: Sewer Installation Contract: Charles Chiller Phone Number: (512) 454 -8716 1 1 1 1 ATTORNEY'S REVIEW CERTIFICATION I, the undersigned, , the duly authorized and acting legal representative of Kerr County, do hereby certify as follows: I 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. 1 Attorney's signature: Date: I Print Attorney's name: 1 1 1 1 1 1 1 1 1 1 1 1 Appendix E Supplemental Forms and Conditions for Bid Documents /Construction Contracts 1. Certification of Bidder Regarding Civil Rights Laws and Regulations 1 2. Recommended Additional Contract Condition RE: Payment 3. Equal Opportunity Guidelines for Construction Contractors 4. Executed Section 3 Policy to be signed by Kerr County 1 5. Section 504 Certification 6. Concerning Labor Standards and Prevailing Wage Requirements ' 7. Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements 1 8. Disclosure of Lobbying Activities and Instructions 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACTOR CERTIFICATIONS U.S. Department of Housing and Urban Development Chapter 2: CERTIFICATION OF BIDDER REGARDING CIVIL RIGHTS LAWS AND REGULATIONS i INSTRUCTIONS CERTIFICATION OF BIDDER REGARDING Executive Order 11246 and Federal Laws Requiring Federal Contractor to 11 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 ?'.l ❑ Yes ❑ No NAME AND TITLE OF SIGNER (Please type) SIGNATURE DATE 1 I PAYMENT INFORMATION STATEMENT Payment under this contract must be processed through the Texas Department of Rural Affairs. Receipt of I payment from the Grant Recipient will take at least 45 days from the time of pay estimate approval by the project engineer. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i A1001 -reel 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 insure equal employment opportunity? 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 insure a comfortable 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 minority and female recruitment sources? Yes, construction contractors must establish a current list of 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 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 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 TXCDBG. 7. What efforts are made by construction contractors to create entry-level positions for 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 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 1 personnel employees of a decision - making status. A record of the meeting including date, time, location, I persons present, subject matter discussed, and disposition of the subject matter should be maintained. 10. What recruitment efforts are made for minorities and women? The construction contractor must notify, both orally and in writing, minority and female recruitment sources one month prior to the date of acceptance for apprenticeship or other training programs. 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 1 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 insure privacy. 14. What efforts are made to utilize minority and female contractors and suppliers? None, however records are kept 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 affirmative action standards, does that show his /her failure to comply? No, the construction contractor is responsible for its own compliance. 16. Will a construction contractor be in violation of EEO policy and affirmative action if he sets up one ' set of goals to include minorities and women? Yes. There is a separate goal for minorities and a separate single goal for women. The construction contractor is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women both minority and non - minority. 1 17. 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 1 is in violation of the EEO policy. 18. 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. 1 1 • 1 1 1 1 • 1 1A1002 -rev KERR COUNTY Section 3 Policy In accordance with 12 U.S.C. 1701u, (Section 3), the Kerr County agrees to implement the following steps, which, to the greatest extent feasible, will provide job training, employment and contracting opportunities for Section 3 residents and Section 3 businesses of the areas in which the program /project is being carried out. A. Introduce and pass a resolution adopting this plan as a policy to strive to attain goals for compliance to Section 3 regulations by increasing opportunities for employment and contracting for Section 3 residents and businesses. B. Assign duties related to implementation of this plan to the designated Equal Rights Officer. C. Notify Section 3 residents and business concerns of potential new employment and contracting opportunities as they are triggered by TxCDBG grant awards through the use of: Public Hearings and related advertisements; public notices; bidding advertisements and bid documents; notification to local business organizations such as the Chamber(s) of Commerce or the Urban League; local advertising media including public signage; project area committees and citizen advisory boards; local HUD offices; regional planning agencies; and all other appropriate referral sources. Include Section 3 clauses in all covered solicitations and contracts. D. Maintain a list of those businesses that have identified themselves as Section 3 businesses for utilization in TxCDBG funded procurements, notify those businesses of pending contractual opportunities, and make this list available for general Grant Recipient procurement needs. E. Maintain a list of those persons who have identified themselves as Section 3 residents and contact those persons when hiring /training opportunities are available through either the Grant Recipient or contractors. F. Require that all Prime contractors and subcontractors with contracts over $100,000 commit to this plan as part of their contract work. Monitor the contractors❑ performance with respect to meeting Section 3 requirements and require that they submit reports as may be required by HUD or TDRA to the Grant Recipient. G. Submit reports as required by HUD or TDRA regarding contracting with Section 3 businesses and /or employment as they occur; and submit reports within 20 days of calendar year end which identify and quantify Section 3 businesses and employees. H. Maintain records, including copies of correspondence, memoranda, etc., which document all actions taken to comply with Section 3 regulations. As officers and representatives of (Kerr County), we the undersigned have read and fully agree to this plan, and become a party to the full implementation of this program. Signature Title Date 1 1 SECTION 504 CERTIFICATION 1 1 POLICY OF NONDISCRIMINATION ON THE BASIS OF DISABILITY 1 The does not discriminate on the basis of disability in the admission I or access to, or treatment or employment in, its federally assisted programs or activities. 1 (Name) 1 (Address) 1 City State Zip 1 1 Telephone Number ( ) _ Voice ( ) TDD has been designated to coordinate compliance with the nondiscrimination requirements contained in the 1 Department of Housing and Urban Development's (HUD) regulations implementing Section 504 (24 CFR Part 8. dated June 2, 1988). 1 1 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION Chapter 3: CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO (appropriate recipient) DATE PROJECT NUMBER (if any) Il C/O PROJECT NAME II 1. The undersigned, having executed a contract with for the construction of the above - identified project, acknowledges that: (a) The Labor Standards, provisions are included in the aforesaid contract, IPI (b) Correction of any infractions of the aforesaid conditions, including infractions by any of his subcontractors and any lower tier subcontractors, I � is his responsibility. 2. He certifies that: (a) Neither he nor any firm, partnership or association in which he 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 I pursuant to Section 3(a) of the Davis -Bacon Act, as amended. (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, i� 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. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, including those executed p by his subcontractors and any lower tier subcontractors, a Subcontractor's Certification Conceming Labor Standards and Prevailing Wage Requirements executed by the subcontractors. 4. He certifies that: 111 (a) The legal name and the business address of the undersigned are: (b) The undersigned is: I ll (1) A SINGLE PROPRIETORSHIP (3) A CORPORATION ORGANIZED IN THE STATE OF (2) A PARTNERSHIP (4) OTHER ORGANIZATION (Describe) 1111 (c) The name, title and address of the owner, partners or officers of the undersigned are: NAME TITLE ADDRESS p i1 1 1 (d) The names and addresses of all other persons having a substantial interest in the undersigned, and the nature of the interest are: 111 NAME ADDRESS _ NATURE OF INTEREST 1 1 1 (e) 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 1 1 1 1 (Contractor) Date 1 By 1 1 1 1 1 '. 1 MIL Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements The undersigned of certifies, to the best of its knowledge and belief, that: • 1) 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 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 an Federal contract, grant, loan or cooperative agreement. 2) 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, NI 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. 3) 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. 1 This certification is a material representation of fact upon which reliance was placed when this transaction was • made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. ' D Signed: Date: 1 Title: 1 INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES II This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a I form is required for each payment or agreement to make payment to any lobbying entity 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 m connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. I 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. I 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the 1 information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. U 4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 1 5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 1 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for I Proposal (RFP) number; Invitations for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Included prefixes, e.g., "RFP- DE -90- 001." ' 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. I 10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. I (b) Enter the full names of the individual(s) performing services, and include full address if different from 10(a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB control Number. The valid OMB control number for this information collection is OMB No. 0348 -0046. Public reporting burden for this I collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348- 0046), Washington, DC 20503 1 Approved by OMB 0348 -0046 Disclosure of Lobbying Activities Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer /application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post -award d. loan e. loan guarantee f. loan insurance 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee, Enter Prime Subawardee Name and Address of Prime: Tier , if Known: Congressional District, if known: Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: 7. Federal Action Number, if /mown: 9. Award Amount, if known: $ j 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, MI): different from No. 10a) (last name, first name, MI): 11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying Signature: activities is a material representation of fact upon which reliance was placed by the tier above when this transaction Print Name: was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported Title: to the Congress semi - annually and will be available for public inspection. Any person who fails to file the required Telephone No.: Date: disclosure shall be subject to a civil penalty of not less than - _ $10,000 and not more than $100,000 for each such failure. Federal Use Only Authorized for Local Reproduction Standard Form - LLL (Rev. 7 -97) I 4 1 . crfilta, INSCO INSURANCE SERVICES, INC. ir 15C %ico Underwriting Manager for: C2R O P Developers Surety and Indemnity Company ' Indemnity Company of California 77780 Fitch, Suite 200 • Irvine, California 92614 • (800) 782 -1546 www.InscoDieo.cem Bond No. III . BID BOND KNOW ALL PERSONS BY THESE PRESENTS, 1 That we Lupe Rubio Construction Company, Inc. , as Principal, and Developers Surety and Indemnity Company ,a corporation 1 authorized to transact a general surety business in the State of Texas, as Surety, are held and firmly bound unto Kerr County 700 Main Street Kerrville, TX 78028 1 (hereinafter called the Obligee) in the full and just sum of Five Percent of Greatest Amount Bid 1 I Dollars. ($ 5% GAB ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. 1 WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Kerrville South Wastewater Project - Phase IV TxCDBG Contract # 728065 1 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, if the Principal shall I pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. • Signed and Sealed this 26th day of July 20 ar Yeaz 1 Lupe Rubio Construction Company, Inc 7 Jc e C-O' -cScc ,/p? pu 6t O Principal 1 Developers Surety and Indemnity Company Surety 1 By: i A . - Lell--- / • . bert Jame• fi tsche Attorney-in-Fact Robert James Nitsche Attorney -in- Fact Authorized Re aenlative (Name and Titte) By: 1 t /__4— -.ben Jame itsche Signature of Authorized Representative ID -1195 l TX) (01D HOND) (9/01) 1 • v • POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE. CA 92623 (949) 263.3300 KNOW ALL MEN BY THESE PRESENTS, that as except as expressly ginned, DEVELOPERS SURETY AND INDEMNITY COMPANY, do each, hereby make, oons6Nde and appoint ** *Robert James Nitsche, Robert K. Nitsche, David P. Ferguson, Violet Frosch, Nina K. Smith, Craig Parker, Gary Allen Nitsche, jointly or severally * ** as their We and lawful Attaney(syn -Fact, to make, execute, deliver and acknowledge for and an be of said corporations, as sureties, bonds, undertakings and contracts of surety- ship gMng and granUng unto said Attorney(s)-in- Factfull power and autodry to do and to perform every act necessary, requisite ar proper to be done in carulec8m therevah as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocaticn, and all at the ads of said Attomey(s)-i0Fad, pursuant to these presents, are hereby ratified and confirmed. This Power el Attorney Is granted and Is signed by facsimile under and by authority of the folowing resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY, effective as of January 1st. 2008. RESOLVED, that the chairman of the Board, the President and any Vice President of the coryaradon be, and that each of diem hereby Is, authorized to execute Powers of Attorney, qualifying the atto named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be. and each of them hereby Is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures al such officers may be affixed to any such Power of Attorney or to any certificate relatig thereto by facsimile, and any such Power of Attorney or certificate bearing such (=kale signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any band, taidertaking or contract of suretyship to which it Is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary Nis January 1st, 2008. ( ' i e ,,,,, ,,,,,, ,,,,,. Daniel Young, Vice President , � P 3 DN d r -e £ IIIM Vria O L'11 9y. s 7 " e :to 1 1 1936 i?i Stephen T. Pate, Senior Vice President o;,9 G""^0'AA,.`: + J 4, Stale of California - '" ;k,...• County of Orange On August 13th, 2008 before me, Jenny TT Nguyen, Notary Public Dale Here Insert Name and Tite of the Officer II personally appeared Darnel Young and Stephen T. Pate Name(s) of Sgner(s) ,i. who proved 10 me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within Instrument and acknowledged to me that hdshetthey executed the same In hlsfierlthek authorized NY TT NGUYEN capacitates), and that by hksrherithed slgnature(s) on die instrument the person(s). or the entity upon behalf of i . " " { `- COMM. # 1781840 which die cements) acted, executed the Instrument • ♦ ir' w NOTARY PUNK cAOPM ORANGE I ceNfy under PENALTY OF PERJURY under the laws of the State of California alifornia that the (oregano paragraph Is `, true and correct Aycanun, fsa61p2019 '1 i I� • WITNESS mil' hand and official seal. V' Place Notary Seal Aboie Signature ��/��/ '- - 4 , i t TTNg CERTIFICATE III The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing Power of ABanley remains in tuft force and has not been revoked, and furthermore, that the provisions of be resolutians al the respective Boards of Directors of said corporations set IoM n the Power of Attorney, am In force as of the date of this Certificate. �xx/�TTJhis Certificate is executed in the City of IMne, California, Ole 26 t hd of Jill • 2010 - Gr Okk� ' tart Secretary 17 1438(Wet)(Rev.I0f11) II 1 1 1 1 IMPORTANT NOTICE AVISO IMPORTANCE To obtain information or make a complaint: Para obtener informacion o para someter una queja: 1 You may call the Surety's toll free telephone number Usted puede Hamar al numero de telefono gratis de for information or to make a complaint at: para information o para someter una queja al: 1 1 -800- 782 -1546 1- 800 -782 -1546 You may also write to the Surety at: Usted tanbien puede escribir a Surety at: I P.O. Box 19725 P.O. Box 19725 Irvine, CA 92623 -9725 Irvine, CA 92623 -9725 1 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies, de Texas para obtener information acerca de compa- 1 coverage, rights or complaints at: nias, coberturas, derechos o quejas al: 1- 800 -252 -3439 1- 800 -252 -3439 1 You may write the Texas Department of Insurance at: Puede escribir al Departmento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 1 Austin, TX 78714 -9104 Fax# 512 - 475 -1771 Austin, TX 78714 -9104 Fax# 512 -475 -1771 web: http: / /www.tdi.state.tx.us web: http: / /www.tdi.state.tx.us I PR E -mail: ConsumerProtection @tdi.state.tx.us E -mail: ConsumerProt ection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you DISPUTAS SOBRE PRIMAS 0 RECLAMOS: have a dispute concerning your premium or about a Si tiene una disputa concerniente a su prima o a un I claim you should contact the Surety first. If the reclamo, debe comunicarse con el Surety primero. Si dispute is not resolved, you may contact the Texas no se resuelve la disputa, puede entonces comuni- Department of Insurance. carrse con el departamento (TIM). 1 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does not para proposito de informacion y no se convierte en become a part or condition of the attached document. parte o condition del documento adjunto. 1 1 jnsC %moo Insco Insurance Services, Inc. I Underwriting Manager for: Developers Surety and Indemnity Company • Indemnity Company of California 17780 Fitch, Suite 200 Irvine, CA 92614 I 1 - 800 - 782 -1546 www.InscoDico.com 1 ID -1404 (TX) (Rev. 7/07) 1 1 1 PERFORMANCE BOND ' Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business): I OWNER (Name and Address): 1 CONTRACT I Date: Amount: Description (Name and Location): 1 BOND I Bond Number: Date (Not earlier than Contract Date): Amount: Modifications to this Bond Form: ' Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent, or representative. I CONTRACTOR AS PRINCIPAL SURETY Company: • I Signature: (Seal) (Seal) Name and Title: Surety's Name and Corporate Seal I By: Signature and Title (Attach Power of Attorney) (Space is provided below for signatures of additional I parties, if required.) Attest: Signature and Title I CONTRACTOR AS PRINCIPAL SURETY Company: I Signature: (Seal) (Seal) Name and Title: Surety's Name and Corporate Seal Si g I Signature and Title (Attach Power of Attorney) I Attest: Signature and Title: I EJCDC No. C -610 (2002 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, and the American Institute of Architects. 00610 -1 1 L Contractor and Surety, jointly and severally, bind themselves, their heirs, 6. After Owner has terminated Contractor's right to complete the Contract, and if executors, administrators, successors, and assigns to Owner for the performance of the Surety elects to act under Paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of Contract, which is incorporated herein by reference. Surety to Owner shall not be greater than those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner under • 2. If Contractor performs the Contract, Surety and Contractor have no obligation the Contract. To a limit of the amount of this Bond, but subject to commitment by under this Bond, except to participate in conferences as provided in Paragraph 3.1. Owner of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for: 3. If there is no Owner Default, Surety's obligation under this Bond shall arise after: 6.1. The responsibilities of Contractor for correction of defective Work and 3.1. Owner has notified Contractor and Surety, at the addresses described in completion of the Contract; 0 Paragraph 10 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with 6.2. Additional legal, design professional, and delay costs resulting from Contractor and Surety to be held not later than 15 days after receipt of Contractor's Default, and resulting from the actions or failure to act of such notice to discuss methods of performing the Contract. If Owner, Surety under Paragraph 4; and Contractor and Surety agree, Contractor shall be allowed a reasonable tine to perform the Contract, but such an agreement shall not waive 6.3. Liquidated damages, or if no liquidated damages are .specified in the PI Owner's right, if any, subsequently to declare a Contractor Default; and Contract, actual damages caused by delayed performance or non- performance of Contractor. 3.2. Owner has declared a Contractor Default and formally terminated Contractor's right to complete the Contract. Such Contractor Default shalt 7. Surety shall not be liable to Owner or others for obligations of Contractor that are Ill not be declared earlier than 20 days after Contractor and Surety have unrelated to the Contract, and the Balance of the Contract Price shall not be reduced or received notice as provided in Paragraph 3.1; and set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Owner or its heirs, executors, 3.3. Owner has agreed to pay the Balance of the Contract Price to: administrators, or successors. 1. Surety in accordance with the terms of the Contract; 8. Surety hereby waives notice of any change, including changes of time, to Contract MI or to related subcontracts, purchase orders, and other obligations. 2. Another contractor selected pursuant to Paragraph 4.3 to perform the Contract. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or part of the Work is 4. When Owner has satisfied the conditions of Paragraph 3, Surety shall promptly and located and shall be instituted within two years after Contractor Default or within two at Surety's expense take one of the following actions: years after Contractor ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of 4.1. Arrange for Contractor, with consent of Owner, to perform and complete this paragraph are void or prohibited by law, the minimum period of limitation the Contract; or available to sureties as a defense in the jurisdiction of the suit shall be applicable. 4.2. Undertake to perform and complete the Contract itself, through its agents 10. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the address or through independent contractors; or shown on the signature page. 4.3. Obtain bids or negotiated proposals from qualified contractors acceptable 1l. When this Bond has been furnished to comply with a statutory requirement in the to Owner for a contract for performance and completion of the Contract, location where the Contract was to be performed, any provision in this Bond arrange for a contract to be prepared for execution by Owner and conflicting with said statutory requirement shall be deemed deleted herefron and Contractor selected with Owner's concurrence, to be secured with provisions conforming to such statutory requirement shall be deemed incorporated •� performance and payment bonds executed by a qualified surety equivalent herein. The intent is that this Bond shall be construed as a statutory bond and not as a to the bonds issued on the Contract, and pay to Owner the amount of common law bond. damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by Owner resulting from Contractor Default; or 12. Definitions. • 4.4. Waive its right to perform and complete, arrange for completion, or obtain 12.1 Balance of the Contract Price: The total amount payable by Owner to a new contractor and with reasonable promptness under the circumstances: Contractor under the Contract after all proper adjustments have been made, including allowance to Contractor of any amounts received or to be 1. After investigation, determine the amount for which it may be liable to received by Owner in settlement of insurance or other Claims for damages Owner and, as soon as practicable after the amount is determined, to which Contractor is entitled, reduced by all valid and proper payments j� tender payment therefor to Owner; or made to or on behalf of Contractor under the Contract. 2. Deny liability in whole or in part and notify Owner citing reasons 12.2. Contract: The agreement between Owner and Contractor identified on the therefor. signature page, including all Contract Documents and changes thereto. i ' 5. If Surety does not proceed as provided in Paragraph 4 with reasonable promptness, 12.3. Contractor Default: Failure of Contractor, which has neither been Surety shall be deemed to be in default on this Bond 15 days after receipt of an remedied nor waived, to perform or otherwise to comply with the terms of additional written notice from Owner to Surety demanding that Surety perform its the Contract. obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surety proceeds as provided in Paragraph 4.4, and Owner 12.4. Owner Default: Failure of Owner, which has neither been remedied nor refuses the payment tendered or Surety has denied liability, in whole or in waived, to pay Contractor as required by the Contract or to perform and • part, without further notice Owner shall be entitled to enforce any remedy available to complete or comply with the other terms thereof. Owner. 1 FOR INFORMATION ONLY — Name, Address and Telephone Surety Agency or Broker ii Owner's Respresentative (engineer or other party) 1 00610 -2 1 ' PAYMENT BOND ' Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Address of Principal Place of Business): 1 OWNER (Name and Address): ' CONTRACT Date: I Amount: Description (Name and Location): I BOND Bond Number: Date (Not earlier than Contract Date): I Amount: Modifications to this Bond Form: I Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative. 1 CONTRACTOR AS PRINCIPAL SURETY Company: Signature: (Seal) (Seal) ' Name and Title: Surety's Name and Corporate Seal By: I Signature and Title (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.) I Attest: Signature and Title 1 CONTRACTOR AS PRINCIPAL SURETY Company: Signature: (Seal) _ (Seal) Name and Title: Surety's Name and Corporate Seal By: 1 Signature and Title (Attach Power of Attorney) Attest: 1 Signature and Title: EJCDC No. C -6I5 (2002 Edition) I Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors. 00615 -1 1 I. Contractor and Surety, jointly and severally, bind themselves, their heirs, 8. Amounts owed by Owner to Contractor undcr the Contract shall be used for I executors, administrators, successors, and assigns to Owner to pay for labor, the performance of the Contract and to satisfy claims, if any, under any materials, and equipment furnished by Claimants for use in the performance of performance bond. By Contractor furnishing and Owner accepting this Bond, the Contract, which is incorporated herein by reference. they agree that all funds earned by Contractor in the performance of the Contract are dedicated to satisfy obligations of Contractor and Surety under this Bond, 2. With respect to Owner, this obligation shall be null and void if Contractor. subject to Owner's priority to use the funds for the completion of the Work. 2.1. Promptly makes payment, directly or indirectly, for all sums due Claimants, and 9. Surety shall not be liable to Owner, Claimants, or others for obligations of Contractor that are unrelated to the Contract. Owner shall not be liable for 2.2. Defends, indemnifies, and holds ham Owner from all claims, payment of any costs or expenses of any Claimant under this Bond, and shall demands, liens, or suits alleging non - payment by Contractor by any have under this Bond no obligations to make payments to, give notices on behalf person or entity who furnished labor, materials, or equipment for use in of, or otherwise have obligations to Claimants under this Bond. the performance of the Contract, provided Owner has promptly notified ' Contractor and Surety (at the addresses described in Paragraph 12) of 10. Surety hereby waives notice of any change, including changes of time, to the any claims, demands, liens, or suits and tendered defense of such Contract or to related Subcontracts, purchase orders and other obligations. claims, demands, liens, or suits to Contractor and Surety, and provided there is no Owner Default. 11. No suit or action shall be commenced by a Claimant under this Bond other l than in a court of competent jurisdiction in the location in which the Work or 3. With respect to Claimants, this obligation shall be null and void if Contractor part of the Work is located or after the expiration of one year from the date (1) promptly makes payment, directly or indirectly, for all sums due. on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4.2.3, or (2) on which the last labor or service was performed by anyone or the 4. Surety shalt have no obligation to Claimants under this Bond until: last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph 4.1. Claimants who are employed by or have a direct contract with are void or prohibited by law, the minimum period of limitation available to Contractor have given notice to Surety (at the addresses described in sureties as a defense in the jurisdiction of the suit shall be applicable. Paragraph 12) and sent a copy, or notice thereof, to Owner, stating that I a claim is being made under this Bond and, with substantial accuracy, 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the the amount of the claim. addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance as 4.2. Claimants who do not have a direct contract with Contractor: of the date received at the address shown on the signature page. 1. Have furnished written notice to Contractor and sent a copy, or 13. When this Bond has been furnished to comply with a statutory requirement notice thereof, to Owner, within 90 days after having last performed in the location where the Contract was to be performed, any provision in this labor or last furnished materials or equipment included in the claim Bond conflicting with said statutory requirement shall be deemed deleted stating, with substantial accuracy, the amount of the claim and the hercfrom and provisions conforming to such statutory requirement shall be name of the party to whom the materials or equipment were deemed incorporated herein. The intent is that this Bond shall be construed as a furnished or supplied, or for whom the labor was done or statutory Bond and not as a common law bond. performed; and 14. Upon request of any person or entity appearing to be a potential beneficiary I 2. Have either received a rejection in whole or in part from Contractor, of this Bond, Contractor shall promptly furnish a copy of this Bond or shall or not received within 30 days of furnishing the above notice any permit a copy to be made. communication from Contractor by which Contractor had indicated the claim will be paid directly or indirectly; and 15. DEFINITIONS 3. Not having been paid within the above 30 days, have sent a written 15.1. Claimant: An individual or entity having a direct contract with notice to Surety and sent a copy, or notice thereof, to Owner, stating Contractor, or with a first -tier subcontractor of Contractor, to fumish that a claim is being made under this Bond and enclosing a copy of labor, materials, or equipment for use in the performance of the the previous written notice furnished to Contractor. Contract. The intent of this Bond shall be to include without limitation in the teens "labor, materials or equipment" that part of water, gas, 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner to power, light, heat, oil, gasoline, telephone service, or rental equipment Contractor or to Surety, that is sufficient compliance. used in the Contract, architectural and engineering services required for Performance of the Work of Contractor and Contractor's 6. WI'. n i Claimant has satisfied the conditions of Paragraph 4, the Surety shalt Subcontractors, and all other items for which a mechanic's lien may be promptly and at Surety's expense take the following actions: asserted in the jurisdiction where the labor, materials, or equipment were furnished. 6.1. Send an answer to that Claimant, with a copy to Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and 15.2. Contract: The agreement between Owner and Contractor identified on the basis for challenging any amounts that are disputed. the signature page, including all Contract Documents and changes thereto. 6.2. Pay or arrange for payment of any undisputed amounts. 15.3. Owner Default: Failure of Owner, which has neither been remedied nor 7. Surety's total obligation shall not exceed the amount of this Bond, and the waived, to pay Contractor as required by the Contract or to perform and amount of this Bond shall be credited for any payments made in good faith by complete or comply with the other terms thereof. Surety. FOR INFORMATION ONLY — Name, Address and Telephone Surety Agency or Broker: Owner's Representative (engineer or other party): 00615 -2 1 1 MAINTENANCE BOND 1 THE STATE OF TEXAS § COUNTY OF KERR § KNOW ALL BY THESE PRESENTS: That , hereinafter called Contractor, as principal, and , a corporation organized under the laws of the State of , as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Kerrville, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, at Kerrville, in Kerr County, Texas, the sum of ($ ), lawful money of the United States, (which is 100% of the construction cost) for payment of which sum well and truly be made unto said City of Kerrville and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. WHEREAS, said Contractor has this day entered into a written Contract with , the Developer, dated the _ of , 20, a copy of which is hereto attached and made a part hereof, for the construction of ' designated as project, such project and construction in the City of Kerrville, together with the necessary grading and excavation, being hereafter referred to as the "Work ", and such Agreement and Contract and the Specifications therein mentioned adopted by the City are expressly made a part hereof, as though written herein in full; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the Work that it will remain in good repair and condition for and during the period one (1) year after the date of the final acceptance of the Work by the City; and WHEREAS, said Contractor binds itself to maintain said Work in good repair and condition for ' said term of one (1) year; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any ' time within said period, if in the opinion of the Director of the City of Kerrville Department of Public Works, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefor to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, ' repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these 1 1 presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and said City shall have and recover from the said Contractor and its surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, the Contractor has caused these presents to be executed in counterparts and , as surety, has caused these presents to be executed in counterparts by its duly authorized Attorney -in -Fact, and attested by its corporate seal, this _ day of , A.D. 20_ 1 Contractor By: 1 Surety 1 By: 1 Address 1 1 ATTEST: (S E A L) Secretary j !I 1 1 Maintenance Bond Page 2 of 2 1 1 Iii rII PRE - CONSTRUCTION ,f,.41, tit3,4i . 1 PROJECT NAME: Kerrville South Wastewater Proiect Phase IV i . Public Works No. 08 -0070 i CRY' OF KERRt7LLE 1 CHECK LIST Received: Date: Requirement: I YES Executed Contract Documents and Technical Specifications County N/A Executed Notice to Proceed Letter NO List of Contractors 1 N/A Letter from Planning Department stating that Site Plan has been approved. I NO N/A Filed Easements for Off -site work (if applicable): Coordination Letter from Adjacent Property Owners NO Unit Breakdown of Construction Cost (must be in City format) N/A Payment of 3.5% Inspection Fee I NO Certificate of Insurance N/A County Performance Bond (must be in City format) N/A County Payment Bond (must be in City format) Maintenance Bond - Note: One bond must be submitted in City NO format covering all public improvements (water, sanitary sewer, drainage, excavation, paving, etc.). Bond typically from GC or I Developer. YES City Approved Construction Documents: N/A Approved Concrete Batch Design: I -1 for Machine Finish -1 for Hand Finish N/A TCEQ Permit for Batch Plant or Letter stating that no on -site Batch I N/A Plant will be utilized for this development. Sealed Geotechnical Report for Lime Stabilization under City Paving (must test for sulfates) ' N/A N/A TX -DOT Coordination Permit (if applicable) C.L.O.M.R. (if applicable) NO Trench Safety Affidavit / Plan (Max. Allowable Slope = 1:1) NO Traffic Control Plan I N/A 2 Copies of TCEQ N.O.I. & C.S.N.: NO Install Phase 1 BMPs for Erosion Control. YES TBD Pre- Construction Meeting ' Other: 1 1 1 1 1 A709 Certificate of Construction Completion SUBMIT ONE FOR EACH PRIME CONSTRUCTION CONTRACT Contractor Locality: Kerr County TxCDBG Contract No: II 728065 I This is to certify that a final inspection of the project described below was conducted on the day of I Contract was entered into on the for the day of between the city /county of and construction of This is to further certify that: 1. The work has been completed in accordance with the plans and specifications and all addenda, change orders and supplemental agreements thereto, with the following exceptions: 1 2. The sum of $ , deducted from the final payment to the Contractor is a fair and 1 equitable settlement for the foregoing excepted work. 3. The Contractor has presented on behalf of itself and its sureties, satisfactory evidence that I he or she will repair, replace and make good any faulty workmanship and /or materials discovered in the work within a period of months from this date, as provided in the Contract. 4. Amount of Original Contract $ 1 Cumulative Change Orders $ Final Amount of Contract $ Less Previous Payments $ 1 Less Deductions (from #2 above) $ FINAL PAYMENT (Balance) $ 1 5. The Final Payment in the amount above is now due and payable. 1 Certified by: I Engineer Contractor Chief Executive Officer Title Title Title Firm Firm City / County of 1 1 1 nom @ /u CONTRACTOR'S FINAL PAYMENT AFFIDAVIT Locality: Kerr County TX CDBG 1 728065 Contractor: Date: BEFORE ME, THE UNDERSIGNED AUTHORITY, on this day personally appeared who being duly sworn, on oath, says that he is a duly authorized representative of Contractor, and that all terms of the Contract for the completion of certain public works described as ; County of Texas have been satisfactorily completed and that ALL sums of money for payrolls, bills for material and equipment, and other indebtedness connected with the Work for the Owner or its's property might in any way be responsible to the best of my knowledge and belief, have been paid or will be paid or otherwise satisfied within sixty days after receipt of final payment from the Owner, or within the period of time required by Article 601f, Vernon's Civil Statutes. Payments not made in full at the time of this affidavit are listed below. FINAL PAYMENTS pending as of this date hereof are: None Pending As Listed Below Individual or Co. Name Mailing Address Amount Owed 1 1 Signature Title Affidavit must be signed by an individual owner or partner in partnership, or by a person authorized by by -laws or Board of Driectors to sign for a corporation. If Contractor is a joint venture or partnership of individuals, either may sign, but if a joint venture in which a corporation is a party, separate affidavits must be executed by each corporation and by each individual owner or partnership. In the event subcontractors, laborers, or material suppliers have not ' been paid in full, the Contractor shall list hereon the amount owed and the name and address of each subcontractor, laborerer, or material supplier to whom such payment is owed. Sworn and Subscribed before me this, the day of , 20 1 (SEAL) Notary Public in and for County, Texas 1 1 . Client*: 43856 LUPERUB ACORDn CERTIFICATE OF LIABILITY INSURANCE o$ /2;/ I PR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Insurance Network of Texas ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 143 East Austin ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I Giddings, TX 78942 -3299 979 542 -3666 INSURERS AFFORDING COVERAGE NAIC N INSURED INSURER A: Bituminous Casualty Corporation 20095 Lupe Rubio Construction Co., Inc. INSURER B: Rockhill Insurance Company 28053 806 Diliey St. INSURER C: Kingsland,TX 78639 4232 INSURER O: INSURER E: I COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH I POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1NSR \0131. POLICY EFFECTIVE POLICY EXPIRATION CHARS LTR NSRG TYPE OF INSURANCE POLICY NUMBER DATE IMWDOP/T) DATE IMMIDOMfl A GENERAL LIABILITY CLP3273851 05/29/10 05/29/11 EACH OCCURRENCE S1,OD0,000 X COMMERCIAL GENERAL LIABILITY PRFMI.F51Fa $100,000 I I CLAIMS MADE © OCCUR so MED EKP (Airy ono perm") 35,0130 X PD Ded:1,000 PERSONAL S AOV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENt AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /0P AGO 62,000000 POLICY I I j F C 7 I I LOC A AUTOMOBILE DABILRY CAP3538284 05/2911/3 135/29/11 COMBINED SINGLE LIMIT 11,0013,131313 (Ea accident) X ANY AUTO 1 _ ALL OWNED AUTOS _ SCHEDULED AUTOS BODILY INJURY 5 (Pm person) X HIRED AUTOS BODILY INJURY 5 (Per=Nang X NON -OWNED AUTOS ' PROPERTY DAMAGE S (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ' ANY AUTO AUTO OTHER ONLY: EA ACC S AUTO ONLY: AGG S ■ A EXCESSIUMBRELLA LIABILITY CUP2585552B 05/29/10 05/29/11 EACH OCCURRENCE $2,000,000 OCCUR n CLAIMS MADE AGGREGATE $2,000,000 $ $ DEDUCTIBLE 5 X RETENTION $ 10000 $ WC STATU- - 0TH A WORKERS COMPENSATION AND WC3538286 05/29/10 05/29/11 X TORY!IMnS PA I E.L. EACH ACCIDENT 11,000,000 ANY PROPRIETORPARTNER!EXECUTW E OFFICERIMEMBER EXCLUDED? YES EL. DISEASE- EA EMPLOYEE $1,000,000 SP Ye CIAL PROVISIO dncrib• under NS Wow EL. DISEASE - POLICY LIMIT 51,000,00{1 ' A O THER Equipment B Pollution Lfab CLP3273859 05/29/10 - 05129111 Rent/Leased $500,000 RCPLE00227400 09/09109 09/09/10 $2,000,000 ' • DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS - ' FOR BID PURPOSES ONLY' • CERTIFICATE HOLDER CANCELLATION 10 Days for Non- Payment SHOULO ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION INSURED DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 111 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR in pit, rf3C A L... AUTHORIZED REPRESENTATIVE % O ACORD 25 (2001/08) 1 ' f 2 #S288897/M288870 Z'''---..c 089 @ ACORD CORPORATION 1988 1 • IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 1 • 1 1 1 1 • 1 1 1 1 ACORC"25 S. r.)001/08) - 2 of 2 #S288897/M288870 1 DIVISION 1 1 SUMMARY OF THE WORK — 01010 Page 1 ' Section 01010 - SUMMARY OF THE WORK Part I - General I 1.1 - Summary A. Furnish labor, materials, tools, appliances, services and facilities; perform work and services for accomplishment and completion of all work of construction indicated on I drawings and described in these specifications, in accordance with all portions of Contract Documents, Change Orders issued thereto, and The City of Kerrville Standard Specifications for subdivision Construction. 1. Items of work or materials indicated on drawings as "Not in Contract (NIC)" or I mentioned in specifications to be furnished by Owner, are not to be included in proposal. 2. Contractor cooperates with others employed separately by Owner for particular I equipment installation or performing special work relating to this project, and shall protect all such installation or materials in accordance with General Conditions. I 3. Owner retains right at all times to deliver, place, and install materials as work progresses where there is no interference with Contractor. Such preliminary occupancy shall not be construed as acceptance of such portions. I B. Drawings will indicate dimensions, position and kinds of construction. 1. Indication of the drawings or mention in the specifications of articles, operations or methods requires that the Contractor provide each item indicated or mentioned I of the quality, or subject to the qualifications noted; perform according to conditions stated for each operation described; and provide all necessary labor, equipment services, and incidentals. C. Scope 1 I. This project consists of furnishing all labor, materials, services, and equipment required with, or properly incidental to all construction work for this contract. 2. Work by Others: Work on project which will be executed along with work for I this Contract and which is specifically excluded from this Contract is as follows: N/A D. Scheduling of the Work I 1. Prior to any construction work, Contractor shall first obtain City approval for yard storage fencing and establish vehicular and pedestrian access. 1 1.2 - LAYING OUT WORK, MEASUREMENTS A. Other Contractors shall lay out their work and be responsible therefore. B. Before ordering any materials or doing any work, each Contractor shall verify all measurements at the site and shall be responsible for the correctness of same. No extra 1 charge or compensation will be allowed on account of differences between actual dimensions and the measurements indicated on the drawings. Any difference that may be found shall be submitted to the Engineer for consideration before proceeding with the 1 work. Do not scale drawings. 1.3 - PROJECT PROCEDURES I A. Coordinate work of trades and schedule elements of work by procedures and methods to expedite completion of Work. B. In addition to any demolition specified and that specifically shown; cut, move or remove 1 1 DIVISION 1 SUMMARY OF THE WORK — 01010 Page 2 items as necessary to allow new work to proceed including items as follows: 1. Repair or removal of hazardous or unsanitary conditions. 2. Removal of abandoned items and items serving no useful purpose, such as abandoned piping, conduit and wiring. 3. Removal of unsuitable or extraneous materials such as abandoned slabs, foundations and debris. 1.4 - SCHEDULES AND REPORTS A. Standard Forms - Standard Forms to be used in the administration of Contract and furnished by the Engineer: 1. Notice to Proceed. 2. Certificate for Payment. 3. Change Order. 4. Substantial Completion 5. Release of Liens. 1 1.5 - REGULATORY REQUIREMENTS A. Perform work in accordance with federal, state, and local barrier -free access laws, codes, regulations and ordinances. 1.6 - QUALITY CONTROL A. An independent testing laboratory will perform testing services: 1. Testing Laboratory shall be approved by Engineer. 2. Test reports will be sent directly to the Engineer by the Testing Laboratory on the laboratory's standard form. 3. All testing will be made in accordance with the latest method of ASTM for specific item of construction. B. Contractor shall furnish nominal labor, assistance and working space. C. Limits of Laboratory Authority: 1. Laboratory may not release, revoke, alter or enlarge requirements of Contract Documents. 1 2. Laboratory may not stop, approve, or accept any portion of Work. 3. Laboratory may not assume any duties of Contractor. 1.7 - PROTECTION OF LIVES AND HEALTH 1 The Contractor shall comply with the U.S. Department of Labor Safety and Health Regulations for constriction promulgated under the Occupational Safety and Health Act of 1970 (Public Law 91 -596 and all subsequent amendments) and under Section 107 of the Contract Work Hours and Safety Standards Act (Public Law 91 -54 and all subsequent amendments). The Contractor shall have a competent person or persons, as required under the Occupational 1 Safety and Health Act, on the site to inspect the work and to supervise the conformance of the Contractor's operations with the regulations of the Act. This project is subject to all of the Safety and Health Regulations (CFR 29, Part 1926 and all subsequent amendments) as promulgated by the U.S. Department of Labor on June 24, 1974 and CFR 29, Part 1910 and all subsequent amendments. General Industry Safety and Health r Regulations Identified As Applicable to Construction. Contractors are urged to become familiar r 1 DIVISION 1 1 SUMMARY OF THE WORK.— 01010 Page 3 with the requirements of these regulations. - END OF SECTION - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DIVISION 1 1 FIELD ENGINEERING — 01050 Page 1 1 Section 01050 — FIELD ENGINEERING PART 1 - GENERAL 1 1.1 SUMMARY A. Provide such field engineering services as are required for proper completion of the Work I including, but not necessarily limited to: 1. Establishing and maintaining lines and levels; 2. Structural design of shores, forms, and similar items provided by the Contractor I B. Related as part of his means and methods of construction. work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of 1 2. these Specifications. Additional requirements for field engineering also may be described in other Sections of these Specifications. I 3. As described in the General Conditions, the Owner will furnish survey describing the physical characteristics, legal limitations, utility locations and legal description of the site. 1 1.2 SUBMITTALS A. Comply with pertinent provisions of other sections. 1 B. Upon request of the Engineer, submit: 1. Data demonstrating qualifications of persons proposed to be engaged for field engineering services. 2. Documentation verifying accuracy of field engineering work. 1 3. Certification, signed by the Contractor's retained field engineer, certifying that elevations and locations of improvements are in conformance or non- conformance with requirements of the Contract Documents. 1 1.3 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in I the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. 1 1.4 PROCEDURES A. In addition to procedures directed by the Contractor for proper performance of the Contractor's responsibilities: 1. Locate and protect control points before starting work on the site. ' 2. Preserve permanent reference points during progress of the Work. 3. Do not change or relocate reference points or items of the Work without specific approval from the Engineer. I 4. Promptly advise the Engineer when a reference point is lost or destroyed, or requires relocation because of other changes in the Work. a. Upon direction of the Engineer, require the field engineer to replace 1 b. reference stakes or markers. Locate such replacements according to the original survey control. 1 1 1 DIVISION 1 FIELD ENGINEERING — 01050 Page 2 5. The engineer will provide one set of hubs at each manhole, plus one at every hundred -foot station for the contractor to establish line and grade of proposed sewer lines. Any additional staking shall be contractor's responsibility. Contractor may be required to clear right -of -way prior to engineer setting hubs. END OF SECTION 1 1 1 1 1 1 DIVISION 1 SUBSURFACE CONDITIONS — 01420 Page 1 Section 01420 — SUBSURFACE CONDITIONS PART 1 - GENERAL 1.1 DESCRIPTION A. Soils Investigations Before submitting his bid, each Bidder may, at his own expense, make such investigations and tests as the Bidder may deem necessary to determine his Bid for performance of the work in accordance with the Contract Documents. Access for such investigations and tests must be coordinated with the Owner. B. All excavation shall be considered unclassified. No claims for extra compensation shall be made by the Contractor due to rock or other unfavorable excavation conditions encountered during the course of the work. END OF SECTION 1 1 1 1 1 1 1 1 1 1 1 1 1 DIVISION 1 STORAGE AND PROTECTION — 01620 Page 1 1 SECTION 01620 - STORAGE AND PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Protect products scheduled for use in the Work by means including, but not necessarily limited to, those described in this Section. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily 1 limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Additional procedures also may be prescribed in other Sections of these ' Specifications. 1.2 QUALITY ASSURANCE 1 A. Include within the Contractor's quality assurance program such procedures as are required to assure full protection of work and materials. 1.3 MANUFACTURERS' RECOMMENDATIONS ' A. Except as otherwise approved by the Engineer, determine and comply with manufacturers' recommendations or product handling, storage, and protection. 1.4 PACKAGING A. Deliver products to the job site in their manufacturer's original container, with labels intact and legible. 1 1. Maintain packaged materials with seals unbroken and labels intact until time of use. 2. Promptly remove damaged material and unsuitable items from the job site, and ' promptly replace with material meeting the specified requirements, at no additional cost to the Owner. B. The Engineer may reject as non - complying such material and products that do not ' bear identification satisfactory to the Engineer as to manufacturer, grade, quality, and other pertinent information. 1.5 REPAIRS AND REPLACEMENTS 1 A. In event of damage, promptly make replacements and repairs to the approval of the Engineer to justify an extension in the Contract Time of Completion. ' B. Additional time required to secure replacements and to make repairs will not be considered by the Engineer to justify an extension in the contract Time of Completion. 1 - END OF SECTION - 1 1 1 DIVISION 1 1 PROJECT RECORD DOCUMENTS — 01720 Page 1 1 SECTION 01720 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1 1.1 SUMMARY I A. Throughout progress of the Work, maintain an accurate record of changes in the Contract Documents, as described in Article 3.1 below and, upon completion of the Work, transfer the recorded changes to a set of Record Documents, as described in ' B. Article 3.2 below. Related work: 1, Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in I Division 1 of these Specifications. 2. Other requirements affecting Project Record Documents may appear in pertinent other Sections of these Specifications. I 1.2 SUBMITTALS A. The Engineer's approval of the current status of Project Record Documents may be a prerequisite to the Engineer's approval of requests for progress payment and request for final payment under the Contract. I B. Prior to submitting each request for progress payment, secure the Engineer's approval of the current status of the Project Record Documents. C. Prior to submitting request for final payment, submit the final Project Record I Documents to the Engineer and secure his approval. 1.3 QUALITY ASSURANCE A. Delegate the responsibility for maintenance of Record Documents to one person on the Contractor's staff as approved by the Engineer. B. Accuracy of records: I 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change I 2. properly. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the ' C. approved Project Record Documents. Make Entries within 24 hours after receipt of information that the change has occurred. ' 1.4 DELIVERY, STORAGE, AND HANDLING A. Maintain the job set of Record Documents completely protected from deterioration I and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. t ii 1 DIVISION I PROJECT RECORD DOCUMENTS — 01720 Page 2 B. In the event of loss of recorded data, use means necessary to again secure the data to the Engineer's approval. IP 1. Such means shall include, if necessary in the opinion of the Engineer, removal and replacement of concealing materials. 2. In such case, provide replacements to the standards originally required by the Contract Documents. PART 2- PRODUCTS 2.1 RECORD DOCUMENTS A. Job Set: Promptly following receipt of' the Owner's Notice to Proceed, secure from the Engineer at no charge to the Contractor one complete set of all Documents comprising the Contract. I1 B. Final Record Documents; At a time nearing the completion of the Work, provide one complete set of all As -Built Drawings (redlines) in the Contract. PART 3 - EXECUTION 3.1 MAINTENANCE OF JOB SET 1 A. Immediately upon receipt of the job set described in Paragraph 2.1 -A above, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET." B. Preservation: 1. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for III examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set to the approval of the Engineer. 2. Do not use the job set for any purpose except entry of new data and for review by the Engineer, until start of transfer of data to final Project Record Documents. 3. Maintain the job set at the site of Work as that site is designated by the Engineer. C. Making entries on Drawings: 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. 2. Date all entries. 3. Call attention to the entry by a "cloud" drawn around the area or areas affected. 4. In the event of overlapping changes, use different colors for the overlapping changes. D. Make entries in the pertinent other Documents as approved by the Engineer. E. Conversion of schematic layouts: 1. In some cases on the Drawings, arrangements of piping, manholes, and similar items, is shown schematically and is not intended to portray precise physical layout. a. Final physical arrangement is determined by the Contract, subject to • 1 1 1 DIVISION 1 1 PROJECT RECORD DOCUMENTS — 01720 Page 3 the Engineer's approval. 1 b. However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. I 2. Show on the job set of Record Drawings, by dimension accurate to within one inch, the centerline of each run of items such as are described in subparagraph 3.1 -E -1 above. I a. Clearly identify the item by accurate note such as "PVC pipe" and the like. b. Show by symbol or note, the vertical location of the item. I c. Make all identification so descriptive that it may be related reliably to the Specifications. 3. The Engineer may waive the requirements for conversion of schematic layouts where, in the Engineer's judgment, conversion serves no useful I purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the Engineer. 1 3.2 FINAL PROJECT RECORD DOCUMENTS A. The purpose of the final Project Record Documents is to provide factual information I regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation, and examination. 1 B. Transfer of data to Drawings: 1. Carefully transfer change data shown on the job set of Record Drawings to the corresponding drawings coordinating the changes as required. 2. Clearly indicate at each affected detail and other Drawing a full description of I changes made during construction, and the actual location of items described in subparagraph 3.1 -E -1 above. 3. Call attention to each entry by drawing a "cloud" around the area or areas 1 affected. C. Transfer of data to other Documents: 1. If the Documents other than Drawings have been kept clean during progress 1 of the Work, and if entries thereon have been orderly to the approval of the Engineer, the job set of those Documents other than Drawings will be accepted as final Record Documents. I 2. If any such Document is not so approved by the Engineer, secure a new copy of that Document from the Engineer at the Engineer's usual charge for reproduction and handling, and carefully transfer the change data to the new copy 1 D. to the approval of the Engineer. Review and submittal: 1. Submit the completed set of Project Record Documents to the Engineer as described in Paragraph 3.1 above. 1 2. Participate in review meetings as required. 3. Make required changes and promptly deliver the final Project Record Documents to the Engineer. 1 3.3 CHANGES SUBSEQUENT TO ACCEPTANCE 1 1 DIVISION 1 PROJECT RECORD DOCUMENTS — 01720 Page 4 A. The Contractor has no responsibility for recording changes in the Work subsequent to Final Completion, except for changes resulting from work performed under Warranty. - END OF SECTION - N • 1 1 1 DIVISION 2 CLEARING - 02110 Page 1 ' SECTION 02110 - CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Clear and grub the right -of -way as shown on the Drawings and specified in this Section. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 2. Section 02221.1: Trenching, Backfilling and Compacting. 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. 1.3 DELIVERY, STORAGE, AND HANDLING A. Comply with pertinent provisions of Section 01620. PART 2- PRODUCTS 2.1 MATERIALS U A. Provide materials, not specifically described but required for proper completion of the work of this Section, as selected by the Contractor subject to the approval of the Engineer. r PART 3 - EXECUTION 1 3.1 SURFACE CONDITIONS • A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. • 1 1 1 1 DIVISION 2 CLEARING - 02110 Page 2 3.2 PROTECTION A. Protect existing utilities indicated or made known. B. Protection of persons and property: 1. Barricade open depressions and holes occurring as part of this Work, and post warning lights on property adjacent to or with public access. 2. Operate warning lights during hours from dusk to dawn each day and as otherwise required. 3. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by operations under this Section. C. Use means necessary to prevent dust becoming a nuisance to the public, to neighbors, and to other work being performed on or near the site. D. Maintain access to the site at all times. 3.3 DISPOSAL A. General: 1. Remove brush, grass, roots, trash, and other material from clearing operations. 2. Dispose of away from the site in a legal manner. 3. Do not store or permit debris to accumulate on the job site. 3.4 UTILITIES A. Coordinate with utility companies and agencies as required. B. Where utility cutting, capping, or plugging is required, perform such work in accordance with requirements of the utility company or governmental agency having jurisdiction. PART 4- MEASUREMENT 4.1 Clearing will be measured by the Lump Sum under "Preparing Right -of- Way." PART5- PAYMENT 5.1 Clearing will be paid for at the Contract Lump Sum Price bid for "Preparing Right -of- Way ", which price shall be full compensation for work herein specified, including the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the Work. - END OF SECTION - 0 1 DIVISION 11 1 GRINDER PUMP SYSTEMS - 11180 Page 1 t SECTION 11180 — GRINDER PUMP SYSTEMS PART 1 - GENERAL 1.1 SUMMARY I A. Procure and install grinder pump systems with all necessary accessories for a complete system. Grinder Pump Systems shall serve to transfer sewage from residences to sewer mains where elevations of the main and domestic connection do not allow traditional gravity flow. I B. Quantity and location of grinder systems required will be dependent on location and elevation of constructed sewer main an domestic connections, which are to be determined during construction. 1 C. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of I these Specifications. 2. Section 02221.1: Trenching, Backfilling and Compacting. I 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and 1 the methods needed for proper performance of the work of this Section. 1.3 DELIVERY, STORAGE, AND HANDLING 1 A. Comply with pertinent provisions of Section 01620. 1 PART 2- PRODUCTS 2.1 MATERIALS 1 A. Provide materials, not specifically described but required for proper completion of the work of this Section, as selected by the Contractor subject to the approval of the 1 B. Engineer. Grinder Pump Systems selected shall be complete systems as manufactured by Barnes, Hydromatic, Myers, Zoeller, or approved equal. Selected grinder pump systems shall have the following features 1 1. Simplex submersible grinder pump, 1.0 or 2.0 HP. 2. Fiberglass basin 3. Float switches for pump operation and alarm 4. NEMA 4x electrical enclosure for power connections and controls 5. Alarm to annunciate on high level 6. All necessary piping, wiring, valves, etc. to make a complete system. 1 PART 3- EXECUTION 1 1 DIVISION 11 GRINDER PUMP SYSTEMS - 11180 Page 2 3.1 INSTALLATION A. Install all components in accordance with the instructions of manufacturers and compliant with all local codes, ordinances, and requirements. 3.2 FIELD TESTING A. Perform all tests as required by the manufacturer. B. After installation, perform operational test of system to ensure proper operation of all components, including pumps, pump controls, and alarms. C. Adjust any necessary settings, such as level and alarm set points. PART 4- MEASUREMENT 4.1 Grinder Pump Systems will be measured by each installation, as described in the bid form. PART 5- PAYMENT 5.1 Grinder Pump Systems will be paid for at the Contract Price bid, which price shall be fill compensation for work herein specified, including the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the Work and install a complete and functioning system. - END OF SECTION - II III 1 I Wastewater Specifications Section 400 1 U 410 Design Criteria for Wastewater Collection 411 General Information These design criteria are minimum requirements to be used in the design of wastewater collection systems within the jurisdiction of the City of Kerrville. The jurisdiction of the I City of Kerrville is defined as the area bound by the ETJ of the City of Kerrville. In all cases, the Texas Commission on Environmental Quality Design Criteria For Sewerage Systems shall be enforced as the minimum design criteria for use in the City of Kerrville. I The following design criteria shall be supplemented by the TCEQ design criteria. Engineered plans must be submitted to the City Engineer for review, comment and approval with regards to compliance with the Standard Specifications and applicable I TCEQ Rules. 412 Design Criteria, Mains 1 412.01 Gravity Mains 1 A. Size: the minimum main size shall be eight (8) inches, except that six inch (6 ") will be permitted only at the direction of the City Engineer or his designated appointee (in low flow situations, in standard length cul -de -sacs or lines less than 200 feet in length which will not be extended in the future). B. Sanitary Sewer mains in new subdivisions shall be placed to produce a 1 minimum velocity of 2 feet per second (based on the calculated flows) and in no case be flatter or steeper than the grades as set forth below: 1 Size (in) Grade (ft/ft) Grade ( %) Max. Grade( %) 6" 0.0050 0.50% 12.35% ' 8" 0.0040 0.40% 8.40% 10" 0.0035 0.35% 6.23% 12" 0.0030 0.30% 4.88% ' 15" 18" 0.0015 0.15% 3.62% 0.0011 0.11% 2.83% • 24" 0.0008 0.08% 1.93% 1 The grades shown in the above are based on Manning's formula with an assumed "n factor" or 0.013 and constitute minimum acceptable slopes. The minimum 1 acceptable "n" for design and construction shall be 0.013. The "n" used takes into consideration the slime, grit and grease layers that will affect hydraulics or hinder flow as the pipe matures. 1 ' City of Kerrville Standard Specifications Section 400 -1 Wastewater Specifications 1 C. The maximum design velocity should not be greater than ten (10) fps at peak flow. However, a velocity in excess of ten (10) fps will be approved with proper II consideration of pipe material, abrasive characteristics of the wastewater, turbulence, and thrust blocks at changes in direction. A minimum design velocity shall not be less than two (2) fps. PP D. Where the pipe grade exceeds 12.5 %, concrete retards shall be used at intervals not exceeding 50 feet. PI E. All sanitary sewer mains shall be designed for a 50 -year life. PP F. Wastewater piping and appurtances shall conform to Section 420 of these specifications. PI G. Minimum depth of cover shall be 3.5 feet measured from the top of pipe while the maximum cover shall be 14 feet, variances from this shall be as approved by the City Engineer. Backfill must be compacted in 4 -6" lifts with a hand operated PI tamper, 6 -8" lifts with a remote compactor or sheepsfoot roller mounted to a backhoe, max 12" Lift with a sheepsfoot roller mounted to a minimum 5 ton excavator; compaction to 95% Standard Proctor (ASTM D -698) for cover of 10 PI feet or less, 95% Modified Proctor (ASTM D -1557) for more than 10 feet of cover. Density tests shall be taken in the presence of a city inspector horizontally every 100 linear feet and vertically at the following depths (depending on depth of sewer PI main): 2 ft, 5 ft, 7.5 ft, 10 ft, and 12.5 ft. H. The average day flow for single family residences shall be taken to be 100 gaUcapita -day. Peaking factors range from 2 — 6 depending on the population served. The following formula shall be used to determine the peaking factor, M, M =1 +14/(4 +pA0.5) Where, M = the ratio of peak -to- average and average -to- minimum rates of flow; and P = the population served, thousands i I. Sewers shall be laid in straight alignment with uniform grade between manholes unless slight deviations from straight alignment and uniform grade are justified to t • he satisfaction of the City Engineer. Deviations from uniform grade (i.e., grade I breaks or vertical curves) will not be allowed. - J. Gravity sewers with horizontal curvature shall be sloped at least 3% greater than the minimum allowable slope for the same diameter pipe. For example, an 8" diameter gravity pipe (with horizontal curvature) minimum slope shall be 0.40% X 1.03 = 0.412 %. The maximum allowable manhole spacing for sewers with horizontal curvature shall be 300 feet. All reaches of sewer, which include horizontal curvature, shall be tested with a rigid mandrel and shall be II hydrostatically tested using a maximum allowed exfiltration of 10 gallons per inch diameter per mile of pipe. City of Karnali° Standard Specifications Section 400 -2 i ' Wastewater Specifications it 1 K. Construction methods which utilize flexure of the pipe joint are prohibited. The engineer shall provide the calculations for horizontal pipe curvature in the final engineering design report and detail the proposed curvature on the plans. The maximum allowable joint deflection shall be the lesser of the following three alternatives: (A) equal to 5 °; (B) 80% of the manufacturer's recommended maximum deflection; or, 1 (C) 80% of the appropriate ASTM, AWWA, ANSI or nationally - established standard for joint deflection. L. Separation Distances: Separation distances shall comply with Section 700 of the City Of Kerrville Standard Specifications. Waterline /Wastewater lines must conform to the TCEQ requirement for spacing as a minimum. 412.02 Force Mains 1 A. General: Pipe material and fittings shall be PVC meeting ASTM D2241 SDR- 26 specifications with a minimum pressure rating of 160 psi or C -900 PVC DR -14. Pipe shall be designed and installed according to TCEQ rules and regulations. A detector tape shall be laid, in the same trench, above and parallel to the forced main. The tape shall state in a minimum of 6 -inch tall letters "Pressurized Wastewater" continuously along the tape. B. Installation shall be in accordance with Section 600 of these specifications. ' Contractor shall provide submittals on pipe and fittings prior to ordering materials. C. Minimum depth of cover shall be 3 feet while maximum shall be 5 feet. D. Testing: Systems will be tested in accordance with Section 800 of these specifications. 413 Design Criteria, Manholes 1 413.01 Manholes • ' Shall be placed and located to facilitate their use for inspection and maintenance of the sewer main. They will be placed at: ' A. Intersections of mains B. Horizontal alignment changes C. Vertical grade changes ' D. Change of pipe size E. Six inch and above service laterals (because of large volume, etc) F. At the end of all sewer mains except where a Wastewater Access Device is 1 used. 1 City of Kerrville Standard Specifications Section 400 -3 Wastewater Specifications F. Maximum spacing shall be 500 feet for mains between 6 and 15" diameters. For mains over 15 inches, maximum spacing shall be 600 feet. Maximum spacing for sewer mains with horizontal curves shall be 300 feet regardless of the size of pipe. G. When sewer mains have horizontal curvature (generally where they follow curvature of a street); manholes shall be located at the P.C. and P.T. of the curve and the minimum radius of curvature shall be 250 feet. H. Venting. Where gasketed manhole covers are required for more than three manholes in sequence, an alternate means of venting shall be provided at less than 1,500 foot intervals. Vents shall be designed to minimize inflow. Vents shall be 1 foot above the B.F.E. for the 100 -year flood elevation. 413.02 Manhole Inverts The bottom of the manhole shall be provided with a "U" shaped channel that is a smooth continuation of the inlet and outlet pipes. For manholes connected to pipes less than 15 inches in diameter, the channel depth shall be at least half the largest pipe diameter. For manholes connected to pipes 15 to 24 inches in diameter, the channel depth shall be at least three fourths the largest pipe diameter. For manholes connected to pipes greater than 24 inches in diameter, the channel depth shall be at least equal to the largest pipe diameter. In manholes with pipes of different sizes, the tops of the pipes shall be placed at the same elevation and flow channels in the invert sloped on an even slope from pipe to pipe. The bench provided above the channel shall be sloped at a minimum of 0.5 inch per foot. Where sewer lines enter the manhole up to 24 inches above the manhole invert, the invert shall be filleted to prevent solids deposition. A drop pipe shall be provided for a sewer entering a manhole more than 24 inches above the invert. The minimum change in elevation from invert in and invert out is 0.1' measured at the flow line. 414 Design Criteria, Sewer Services RESIDENTIAL - As a minimum, 4" SCH -40 sewer service complete with a double cleanout placed at the property line will be required for each platted lot. Each service will J be required to have at least 30" of cover between the curb and the service. Services shall be located near the center of each lot with a minimum of 9 -foot separation between the water and the sewer services. j COMMERCIAL - In accordance with Kerrville Ordinances 97 -03 and 98 -17. 415 Design Criteria, Lift Stations • Lift Stations shall be designed in accordance with Section 430 and Section 440 of the City of Kerrville Standard Specifications. Lift stations shall not be used where a gravity main can be installed to provide the necessary service. 1 City of Kerrville Standard Specifications Section 400 -4 1 Wastewater Specifications 1 I 416 Construction Plans 1 A. Construction plans shall be drawn to one of the following scales: Horizontal Vertical 1 " =20' 1 " =2 ft 1 1 " =40' 1 " =4 ft 1 " =50' 1 " =5ft 1 B. Elevations shall be provided at all manhole rims and flowlines. The pipe gradient between manholes shall be clearly shown on the plans. The ground profile shall be shown. I C. Benchmarks shall be shown on the plans at distances no greater than 1000 feet. D. The location and stationing of all services shall be shown on the construction plans. E. Sequence of construction (for sewer line and for all other construction 1 in conformance with Section 101). NOTE: A professional engineer may submit a request to modify design criteria, upon 1 presentation of sufficient data to justify the variation, based upon unique and known circumstances. 1 420 Materials For Construction I All sewer mains shall have metallic location tape placed in the last 2 feet of fill of the trench (i.e. 2 feet deep from the final grade). See details. ' 421 General Information 421.01 Description: This item shall consist of furnishing all necessary labor, equipment, ' materials, and performing all work required to install sanitary sewer pipe and appurtenances of the class, size, and dimensions specified at the locations and to the lines and grades shown on the plans, all in strict compliance with these specifications. 1 422 Materials ' 422.01 PVC Pipe and Fittings: Pipe material, fittings, and services shall be cement lined Ductile Iron Class 50 or PVC meeting ASTM D3034 -SDR26 specifications. Pipe shall be designed and installed according to City of Kerrville Subdivision Specifications and the 1 Rules and Regulations for Sewage Collection Systems as adopted by the TCEQ. Joints shall be locked in rubber sealing ring to provide water tight, flexible seal, and shall 1 meet the requirements of ASTM D3212. Permanent marking on the pipe shall include the following at intervals of not more than 5 1 feet: Manufacturer's name and/or trademark. I Nominal pipe size. PVC cell classification per ASTM D 1784. 1 City of Kerrville Standard Specifications Section 400 -5 Wastewater Specifications Fittings shall be clearly marked as follows: Manufacturer's name or trademark, Nominal size, The material designation 422.02 Manholes A. General: Manholes shall be 48" diameter fiberglass material, larger diameter manholes will be necessary as indicated in the details section of this specification book. Brick manholes will not be allowed, nor shall brick be used to adjust manhole covers to grade. All manholes (whether in pavement or not) shall have a 4 -ft x 4 -ft x 6 -inch thick slab of concrete placed around the ring and cover and reinforced with #6, 6" x 6" wire mesh. Where the manhole is in pavement it shall be rotated so that the sides of the square are at a 45° angle with the curb as shown in the details section. Manholes shall be tested using the Vacuum Test as specified in Section 800 of these specifications. B. Grade Rings: Grade rings shall be HDPE Recycled Plastic Manhole Adjusting Rings. Manholes shall be designed and constructed with a maximum allowable grade adjustment (using grade rings) of no more than 8- inches. Existing manholes receiving rehabilitation may have a maximum allowable grade adjustment of no more than 20- inches including existing grade rings. Concrete grade rings will not be permitted and must be replaced with HDPE grade rings on existing manholes receiving rehabilitation. C. Ring and Cover: The ring and cover shall be ductile iron, REXEL manufactured by SAINT- GOBAIN PAM or East Jordan Iron Works #1033Z or 1034Z or an approved equal with a minimum nominal opening of 24 inches. Manholes which lie within the 100 year floodplain shall have the covers be sealed and gasketed to protect against inflow. Where gasketed manhole covers are required for more than three manholes in sequence, an alternate means of venting shall be provided at less than 1,500 foot intervals. Vents should be designed to minimize inflow and be place a minimum of 1' above the Base Flood Elevation. Impervious material should be utilized for manhole construction in these areas in order to minimize infiltration. 423 Testing 423.01 Requirements: All testing shall be in accordance with Section 800 of the City of Kerrville Standard Specifications. II 424.02 Manholes: Standard Manholes: Payment for manholes shall be in accordance with the unit bid price bid regardless of depth, which price shall be full compensation for ductile iron ring and cover, wall construction, sheeting, shoring, special joint treatment to prevent infiltration testing, and all other incidentals necessary to complete the work in accordance with the Bid documents. City of Kerrville Standard Specifications Section 400 -6 Wastewater Specifications 1 I 430 Lift Stations 431 Description 1 431.01 General: The contractor shall furnish all labor, materials, and equipment required to provide the duplex pumping system specified herein. The control system shall be as 1 specified by the City of Kerrville Utility Manager. 431.02 Extent of Work: System shall consist of two (2) submersible pumps, reinforced I concrete wet well and valve vault with flood proof access hatches and coal tar epoxy interior coating, wet well level control switches, submersible pump cable, discharge plumbing with hydraulically seated discharge flange, pump mounting plates with bottom 1 rail supports, upper rail supports, lifting chain, all pressure piping and valves within the lift station site, manual transfer switch and enclosure, Data Flow Model PCU001 pump control unit, control transformer and enclosure, electrical service pole, stainless steel Unistrut I mounting assembly with concrete base, mobile generator receptacle, all electrical wiring, conduits, fasteners, and all NEMA 4X weather proof enclosures shown on plans and provided in specifications necessary to produce a properly functioning lift station site. 1 432 Quality Assurance 1 432.01 General: Three submittals shall be sent to the City Engineer for review. One approved copy shall be returned to the Contractor. 1 432.02 Submittals Required: A. Certified dimension prints showing complete dimensions of all components. 1 B. Materials list showing material specifications for all components. I C. Performance curves for each pump unit showing capacity, head, and efficiency over the entire range of the pump. 1 D. Controls: Control schematic, field wiring diagram, manufacturer's catalog data on all components, panel and arrangement details. 1 E. Warranty: Manufacturer's standard published warranty certified on supplied equipment. 1 433 Component Construction • 433.01 Submersible Pumps: The pump shall be Fairbanks Morse or as approved by the I City Utility Manager. The pumps shall be capable of handling screened raw wastewater. The discharge connection elbow shall be permanently installed in the wetwell along with the discharge piping. The pumps shall be automatically connected to the discharge I connection elbow when lowered into place, and shall be easily removed for inspection or service along with guide rails. Sealing of the pumping unit to the discharge connection elbow shall be accomplished by a simple linear downward motion of the pump. A sliding 1 guide bracket shall be an integral part of the pump unit. All hardware associated with the pump guide, pipe supports, lifting chain, and hardware shall be 304 stainless steel. The I City of Kerrville Standard Specifications Section 400 -7 Wastewater Specifications entire weight of the pump unit shall be guided by no less than two guide bars and pressed tightly against the discharge connection elbow with metal to metal contact. Sealing of the discharge interface by means of a diaphragm, 0-ring, or other device will not be acceptable. No portion of the pump shall bear directly on the floor of the sump. Hydraulic Components: A. The pump casing shall be of gray iron with a gray iron or ductile iron slide rail guide shoe attached to the discharge flange as an integral assembly. Casing shall be easily removable from the motor for full inspection of impeller. B. The pump openings and passages shall be of adequate size to pass 3" diameter spheres and any trash or stringy material which may pass through a wastewater collection system. The back of the impeller shall incorporate straight auxiliary vanes to hydraulically reduce pressure on the primary seal, and force debris away from the impeller clearance. No wearing rings or adjustments of the backside clearance will be required. C. The impeller shall be of semi -axial flow design, incorporating one or two sweeping vanes with wide flow channels. It shall be gray iron 30 or ductile iron Class 80 -56 -06 with designed counter mass for dynamic balancing to eliminate vibration. Balancing shall not deform or weaken the impeller. D. The suction clearance between the impeller and pump casing shall be in the axial direction only. This clearance must be fully adjustable to maintain peak operating efficiency of the pump. 433.02 Pump Motor Description: A. The submersible pump motor shall operate in accordance with the electrical power indicated on the drawings. The motor and pump must be connected to form an integral unit. Motor shall be a squirrel -cage, induction type in an air -filled water tight enclosure. The motor shall conform to NEMA design class B, and incorporate Class F insulation materials to withstand a continuous operating temperature of 155 degrees C (311 deg F). The pump and motor shall be capable of handling liquids with a maximum temperature of 40 deg C (104 deg F). Oil filled motors are not acceptable. B. Motor shall be capable of sustaining a minimum of 10 starts per hour. The motor shall operate while only partially submerged and not require a cooling jacket or any other means of auxiliary cooling during normal continuous operation. C. Motor housing shall be cast iron. The stator shall consist of copper windings with copper connectors applied to high -grade electrical steel laminations. The stator shall be held securely in place by a heat -shrink tit into the motor housing. Any other means of securing the stator which would require penetration of the motor housing shall not be considered acceptable. D. Rotor shall be solid cast and dynamically balanced for vibration -free operation. City of Kerrville Standard Specifications Section 400 -8 Wastewater Specifications 1 Rotor end bars and short circuit rings shall be of aluminum. The pump shaft shall 1 be stainless steel. The shaft shall be machined with shoulders or snap ring grooves for positive placement of bearings. The upper and lower bearing shall be of heavy duty design, capable of supporting the shaft and rotor while under maximum radial and thrust loads. The bearings shall be permanently grease lubricated at the time of installation. 1 433.03 Sump Level Controls: Float switches shall be supplied to control sump level and alarm signals. The switches shall be sealed in a solid polypropylene float for corrosion and shock resistance. The support cable shall be stainless steel. A weight shall be attached to the cable above the float to hold switch in place. A quantity of four (4) floats shall be provided. 433.04 Check Valve and Pipe: The discharge piping shall include exterior lever air cushioned check valves and wheel actuated gate valves located in a concrete valve pit on each discharge main. 433.05 Concrete or Fiberglass (FRP) Wetwell: Concrete wetwell shall contain either a pre- , cast or cast in place reinforced concrete foundation, pre -cast 10' diameter walls, and reinforced concrete top with flood proof access hatch. Exterior of concrete wetwell shall be coated with 6 mils of coal tar epoxy (pre -cast only). Interior of concrete wetwell shall be coated with PolyBrid 705 to 80 mils per manufacturer's recommendations. The bottom of the wet well shall have a minimum slope of 10% to the pump intakes and shall have a smooth finish. The wet well shall be sized to provide adequate storage volumes. Glass -Fiber Reinforced Polyester (FRP) wetwells shall be a one -piece monolithic designed unit constructed of glass -fiber reinforced, supplier certified, unsaturated commercial grade polyester resin containing chemically enhanced silica to improve corrosion resistance, ' strength and overall performance. FRP wetwells shall be manufactured in strict accordance with ASTM D -3753 "Standard Specification for Glass -Fiber Reinforced Polyester Manholes and Wetwells", as manufactured by Containment Solutions, Inc., Conroe, Texas, "Flowtite" Fiberglass wetwells, or Engineer Pre - Approved Equal. 433.06 Wetwell Access Hatch: The wetwell access hatch shall consist of two Halladay Series FIR access doors, each containing 36" X 60" openings, each centered directly over each pump and guiderail. The floodtight access doors shall be certified to be watertight when under 2' of water. Alternates to the Halladay access hatch shall be submitted to the City Engineer for review. 433.07 Guide Rail: The guide rail assembly shall be permanently attached to the sump basin. The entire rail system shall be constructed of stainless steel. The guide rail assembly shall consist of a bottom plate which shall be bolted to the bottom of the basin, a minimum of two guide rails per pump to insure correct placement of the pumps and provide easy installation and removal of pumps, and rail braces as required. The lifting cable shall consist of a stainless steel braided wire cable attached to the pump lifting bail of sufficient length to connect directly to the hoist for single lift operation. An eyelet shall be provided at the upper end of this cable for attaching to the wet well access City of Kerrville Standard Specifications Section 400 -9 Wastewater Specifications 1 frame. 433.08 Discharge Piping Assembly: The discharge piping assembly shall include be as shown on the construction plans. All interior piping within the wetwell shall be ductile iron or stainless steel. Any interior couplings shall be stainless steel. Piping within the valve vault shall be ductile iron. Check valves shall be external lever air cushioned swing check valves. Gate valves shall have flanged joints complete with wheel actuator. 433.09 Vent: The lift station vent shall be placed in order to vent the wet well and additionally protect the lift station from the 100 year flood event. The vent shall be installed a minimum of 1' above the Base Flood Elevatrion. Vent material shall be PVC schedule 40 pipe w /stainless steel screen. 433.10 Valve Vault: Valve vault shall be precast or cast in place reinforced concrete, outer dimensions 10' X 6', a minimum of 5' in depth, with a bottom backfilled with a minimum of 12" of washed 1.5" rock to allow the bottom to drain. The valve vault shall contain a Halladay Series WS27248 access hatch, or approved equal to allow operators to easily access the valve vault for maintenance. 433.11 Electric: The control system shall include circuit breakers, motor starters, transformers, hand - off - automatic switches, automatic pump alternator, wetwell level sensing devices, cycle timers, and accessories required to provide a complete and functional system. All wiring within the wetwell and outside the control cabinet shall be run in PVC conduit except for wiring to motors which shall be in accordance to manufacturer recommendations. All wiring shall be in accordance with current National Electric Code and applicable local code revisions. It shall be the responsibility of the contractor to furnish and install correctly sized service wires and obtain service for installation. No splice shall be permitted in any wiring. It shall also be the responsibility of the Contractor to furnish and install all required exterior disconnects, switching mechanisms, alarm or control conduit and wiring. 433.12 Pump Control Center: A complete pump control center shall be mounted adjacent to the wet well on a Unistrut support anchored into a concrete pad, as shown on the construction plans. The panel, all its components, and the wiring shall be in accordance with the latest NEC Code. The panel shall be NEMA 4X construction with doors hinged to swing horizontally and utilize acceptable stainless steel clasping devices. For operator safety, one panel shall house the breakers, contactors, and current transformer while a separate panel shall house the pump control unit and phase monitors. All circuit breaker operators, selector switches and gauges shall be accessible from the front panel without opening the doors. Internal panel wiring shall be color coded and any wiring leaving the panel shall pass through properly numbered or coded terminal strips. Every switch, control relay, circuit breaker and other components, either inside or out shall be visibly and permanently identified. The pump station control panel shall be as specified in the construction drawings. The contractor shall be responsible for providing compartmentalization of control transformer and control panel to prevent unauthorized access. 1 City of Kerrville Standard Specifications Section 400 -10 Wastewater Specifications 1 The service meter for lift station will be fastened to a service pole provided by contractor. ' Contractor will be responsible for placing electrical service line underground from the starters to the junction box located at the lift station wetwell. The work required will include the trenching, PVC conduit, and the construction of the junction box and control panel mounting structure. 434 *SAMPLE Pump Performance and Design Requirements (This is a sample only, refer to the approved construction plans for site specific requirements). TYPE: Fairbanks Morse, 4" Type 5432 Non Clog Submersible RATED CAPACITY: 600 gpm at 80' • MIN SHUT OFF HEAD: 114' 1 OPERATING SPEED: 1765 rpm MIN. PUMP EFFICIENCY AT DESIGN POINT: 65% ' MIN. MOTOR HORSEPOWER: 20 HP MOTOR SERVICE FACTOR 1.15 ELECTRIC SERVICE 480 Volt, 3 Phase, 60 Hz 435 Operation of System On sump level rise, lower switch shall first be energized, then upper switch shall next energize and start lead pump. With lead pump operating, sump level shall lower to low switch turn off setting and pump shall stop. Alternating relay shall index on stopping of pump so that lag pump will start first on next operation and become lead pump. If sump ' level continues to rise when lead pump is operating, override switch shall energize and start lag pump. Both lead and lag pump shall operate together until low level switch turns off both pumps. If level continues to rise when both pumps are operating, alarm switch ' shall energize and signal the alarm. If one pump should fail for any reason, the second pump shall operate on the override control and if the level rises above the override control, the alarm shall signal. All level switches shall be adjustable for level setting from the surface. 436 Execution The Contractor shall leave the entire packaged lift station installed under this contract in proper working order. Upon completion of the installation, an acceptance test run shall be run in the presence of the City Engineer or his representative for a period of six (6) hours to ascertain that the system is operating correctly as required for the overall operation of the facility. 1 City of Kerrville Standard Specifications Section 400 -I I Wastewater Specifications 437 Operations and Maintenance Manuals 437.01 Requirements: The operations and maintenance manuals for each type of equipment furnished by the Contractor shall be a separate document meeting the following specific requirements: A. Format and Organization 1. Use drawings and photographs to illustrate the printed text as necessary to fully present the required information. 2. Where information covers similar items of equipment, identify the applicable portions by heavy weighted arrows, boxes, or circles, or strike out the inapplicable information. Nonconforming data is not acceptable and will be returned for rework and resubmittal. B. Contents 1111 1. Table of Contents and Index 2. Description of each system and components 3. Complete starting and stopping procedures 4. Emergency stopping procedures 5. Operating instructions, including special operating instructions. illIN 6. Routine maintenance procedures 7. Lubrication requirements 8. Manufacturer's printed operating and maintenance instructions, parts lists, illustrations, and exploded view diagrams. 9. Complete copy of approved shop drawing, including cross sections. 10. Complete procedure for installation, alignment, adjusting, and 1 checking. 11. List of spare parts, recommended spare parts, and recommended 1 quantity. �■, 12. Name, address, and phone number of supplier's headquarters. 13. Safety instructions and requirements. 14. Electrical schematic diagram. 15. Control wiring diagram. 16. Copy of warranty or bond. 17. Performance curves, engineering data and start -up test results, including start -up amperages, running amperages, and line voltages. C. Materials • 1. Loose leaf on 30 pound punched paper, protected to repel oil and moisture and be wear resistant. 2. Printed on one side only. 3. Of original quality, reproducible by dry copy method. City of Kerrville Standard Specifications Section 400 -12 Wastewater Specifications r D. Final Submittal 1 Four copies of operations and maintenance manual shall be submitted to the City of Kerrville prior to final acceptance. 438 Accountability 438.01 Warranty: Manufacturer shall warrant in writing the entire structure to be free from defects in materials and workmanship for a period of 1 year starting from the date of written project acceptance. The manufacturer shall submit in writing, a letter guaranteeing compliance to pump performance data submitted. The approved packaged lift station manufacturer shall provide references of similar lift station installations in Texas if ' requested by the City Engineer. 439 Payment All materials, labor, electrical wiring, control panel, pumps, pressure piping, valves, and all incidentals necessary to install, connect, test and provide a functioning lift station shall be paid for at the lump sum bid for "Wastewater Lift Station ". 440 Remote Terminal Unit (RTU) for Computer Based Supervisory Control and Data Acquisition System 441 General 441.01 Scope of Work: The CONTRACTOR shall furnish all labor, supervision, materials, tools, equipment and services necessary for the complete installation of a Remote Terminal Unit (RTU) for the existing computer based Distributed Supervisory Control and Data Acquisition (SCADA) system. The RTU system shall consist of product manufacturers who have at least five years experience in furnishing similar SCADA equipment and developing SCADA systems. The RTU system shall be placed in service and demonstrated to OWNER when it is complete and ready for operation. The CONTRACTOR shall install the radio based RTU equipment at the Lift Station site and shall connect all signal, power, and communications wiring, cable, and program, start up, and calibrate the installed system. CONTRACTOR shall furnish all necessary labor and materials for program upgrading and I/O setpoint changes. The accompanying input/output point list shall describe all of the input and outputs to be controlled by the system. 441.02 Submittals: The submittals for the SCADA system shall include the following: A. Manufacturer's product data ' B. Typical system diagrams showing all wiring connections and field wiring. C. Narrative description of all software and hardware which will be provided by the CONTRACTOR. D. Manufacturer's manuals for each component or unit which lists performance capabilities. City of Kerrville Standard Specifications Section 400 -13 Wastewater Specifications 1 E. Manufacturer's recommended spare part list. F. Warranty documents describing coverages and limits. t G. Wiring diagrams to show the complete point to point connections. H. Manufacturer's recommended spare part list. 441.03 Acceptable Manufacturers: A. Autocon Industries 1 B. Hydro -Con Industries C. Siemens Energy and Automation • D. Engineer approved equal 442 Products 442.01 General: The SCADA system is currently used for data acquisition. However, the SCADA system shall have all the control capabilities for controlling pumps, valves, and other equipment used. r The RTU for the SCADA system shall perform the following: A. Monitor the lift station, pumps, and wetwell alarms B. Transmit current status information to the SCADA system at the WWTP over a radio telemetry unit. 442.02 Manuals: Three complete sets of laminated manuals shall be provided at the time the RTU is delivered to the site. The manuals shall include the following information: A. General System Description B. Equipment Reference Manuals ■ C. Software Documentation D. Hardware Documentation E. Installation Guidelines • F. Operation Procedures G. Maintenance Procedures 442.03 Quality Assurance: 111 A. The RTU and radio system shall be furnished with all equipment and accessories specified herein. All components shall be the products of companies nonnally engaged in the manufacture of such equipment. B. The vendor shall perform all system engineering and assume responsibility for successful and functional operation of this equipment in accordance with the system requirements set forth in these specifications. The vendor shall be responsible for providing the complete verbal and written operating and City of Kerrville Standard Specifications Section 400 -14 Wastewater Specifications 1 configuration procedures and instructions to OWNER designated operations personnel. C. The vendor of the RTU system equipment must be approved by the engineer /owner and shall be required to show experience in the design, installation, and maintenance of radio based RTU systems. D. The vendor must provide local service and inventory of replacement parts so that any system failure can be corrected within 24 hours. 1 442.04 Warranty: The vendor shall provide a warranty for parts and labor for a minimum period of one (I) year. 1 442.05 Functional Requirements: A. The existing SCADA system shall be programmed to automatically interrogate each RTU for status information (analog, discrete, and accumulative data). B. The existing SCADA system shall receive status information from the RTU. C. The system shall be capable of communicating over the radio system furnished with the RTU system. D. All system components shall be solid state design and modular construction shall be utilized throughout. 442.06 SCADA Software: A. The existing SCADA system utilizes Windows NT operating system and operates Wonderware software. B. The SCADA system shall store operating parameters (flowrates, levels, equipment run time, etc) taken every 3 minutes, and alarms as the occur on the hard disk storage device. C. Software licenses shall be provided for remote site locations. 442.07 Remote Terminal Unit (RTU): ' A. The RTU shall have the capability for the functions required. Refer to the input /output point list contained within this specification. ' B. The RTU shall have the following capabilities: 1. Accept, directly, analog inputs such as thermocouple RTD and voltage ' ranging from V10.8 millivolts full scale to V5.4 volts without need for amplification or characterization. 1 2. Accept 4 -20 ma do primary 2 wire instrument inputs. 1 City of Kerrville Standard Specifications Section 400 -15 Wastewater Specifications 3. Accept, directly, rate signal inputs as well as performing pulse totalizations. 4. Provide outputs as required for external devices and/or control elements. 5. All software control programs in PROM memory or alterable data in battery backed RAM so there shall be no loss of configuration and parameter data regardless of the length of power failure. The battery shall be the socketed type and have a minimum life span of three years. 6. Include a power fail/auto restart routine which permits selection of restart in manual or automatic, based on the time interval of power failure. 7. Perform on line diagnostics. 8. Operate from power of 120 volts AC, +10 %, -15% ; 60 Hz, V5 Hz. 9. Provide power to field transmitters as required. 10. All input circuits to have electrical noise immunity which, at a minimum, meets the IEEE 472 -1974 standard for surge withstand capability. 11. Input/output lines shall withstand application of 250 volts AC rms for a period of one (1) minute without equipment damage. C. Each RTU shall be located as indicated on the plans. All circuitry shall be on plug in cards which are field replaceable. The terminals for input and output connections shall be physically separated to avoid installation and maintenance damage. The terminals shall be a rugged type suitable for standard #16 AWG wire. D. The remote RTU shall be Autocon Industries MICROCAT Class 9701 or approved equal. E. RTU enclosures shall be NEMA 4X corrosion resistant fiberglass or stainless steel boxes complete with closed cell neoprene gasketing and a white or natural metal finish. 443 Radio Telemetry Equipment 443.01 Transceivers: Radio transceivers will meet the needs of the system and the FCC. The RTU shall have a radio transceiver meeting the requirements of FCC Part 90 that can be tuned, aligned, and repaired at any competent two -way radio service center. The RTU shall be capable of using any data radios that are commercially available for use on the Owner designated frequencies. The radio shall have a type- acceptance under FCC Part 90 for operation in the appropriate bandwidth (either narrow or wide band). All electrical connections to the radio shall be plug -in for ease of repair. 443.02 Antennas: Radio antennas shall be Omni or Yagi type units with gain as required by the site field surveys. The antennas shall be rated for 80 miles per hour wind speed. Antennas shall be connected to radios with RG /8U low loss coaxial cable. Each antenna shall be mounted at a height above ground as determined by the site surveys and comply City of Kerrville Standard Specifications Section 400-16 Wastewater Specifications I 1 with FCC regulations. Coaxial connection to the remote unit enclosure shall be by means 1 of a coaxial type bulkhead lightening arrester rated at 1 kilowatt with a minimum of 500 V and a maximum of 2000 V breakdown voltage. Antenna masts, if required, shall be free standing, un- guyed, galvanized steel or aluminum. 443.03 Modems: Radio modems will be provided as an interface between transceivers and the System Control Computer or RTU's. Radio modems shall be consistent with the system design and telemetry strategy. 443.04 Repeaters: Radio repeaters shall be furnished selectively to insure reliability of the telemetry network where such factors as terrain features or effective radiated power of the 1 system does not provide a reliable communications path. A. The RTU will be capable of being a Store and Forward Repeater and include the option of a route repeating strategy. B. Two frequency repeaters will operate on one frequency with the base station radio on a separate non - interfering frequency with the system RTU's. 444 Base System Radio Control Hardware and Software 444.01 System Base Radio Modem: The system base radio modem shall link the base radio and the system control computer and be contained within a NEMA 4 wall mounted standard Hoffman enclosure suitable for office appearance. The system shall be battery backed for short term operation during power outages. The base radio modem and all other functions shall operate on battery voltage. The base radio modem shall be capable of printed circuit board level additions of synthesized voice telephone or radio dialers and also be capable of serving as a terminal unit link to the control site as if the control site was another remote site on the system with full data and control processing. 444.02 System Reporting Software: The system reporting software is coordinated with the system files to provide automatic and operator reports of the system variables. Automatic ' period reports are generated for year, month, and day. Operator periods reports are generated for year to last month, month to last day, and day to last hour poll. Period reports express the system variables in form of accumulated count or averages for the period. Operator instantaneous values reports are implemented by polling the system to update the system status, then generating the report. The report presents the system variables in the form of instantaneous status on/off, fail, alarm, rate value, or level value. • 1 445 Execution 445.01 General Installation: The SCADA system vendor shall attach field wiring to termination strips in RTU enclosures. The vendor shall install SCADA software and install all communications hardware. The vendor shall test all communication links to ensure proper communications between Central Station Unit (CSU) and RTU. RTU Inputs /Outputs: The input/output requirements are described in the Input/Output point list sheet for this project. City of Kerrville Standard Specifications Section 400 -17 wastewater Specifications 445.02 Software Configuration: The RTU System vendor and user assigned operation personnel, shall configure or modify the CSU SCADA system so as to provide monitoring of the RTU at the SCADA system owned by the City of Kerrville. The configuration shall include: A. Creation of data base of I/O points B. Inclusion of calculated values in data base C. Creation of graphic displays D. Creation of daily wastewater report, including pump run times, all alarms and changes of status, and lift station level status changes and time of day of occurrences. E. Creation of monthly wastewater run time reports. F. Creation of CSU control setpoints and strategies. 445.03 Acceptance Testing: The system shall be completely assembled, configured, and tested to insure the operation of each command and acquisition point. A hard copy of the database shall be submitted to the City for their review, comment, and approval one week prior to the acceptance testing. 445.04 Start Up: The manufacturer shall famish a competent technical representative to check out field adjust and start up the system and operate the system for a period of five consecutive days. 445.05 Spare Parts: CONTRACTOR shall furnish one set of plug -in card used in the RTU system and five of each type fuse required by the system as spare parts. 445.06 Service and Support: During and after the warranty period, the vendor shall provide service on all RTU System equipment for a period up to five years from the acceptance date. 446 Payment All labor, equipment, and materials associated with the installation of the RTU, radio modem, antenna, wire and cable, conduit, control transformer, battery back ups, enclosures, support brackets; and the site survey, FCC license, testing, and all incidental necessary to install a SCADA system to monitor the Lift Station shall be paid at the lump sum bid price for "SCADA at Lift Station ". 450 Effluent Reuse — Type I Reclaimed Water All effluent reuse mains shall have metallic location tape placed in the last 2 feet of fill of the trench (i.e. 2 feet deep from the final grade). See details. 451 General 451.01 Description: This item shall consist of furnishing all necessary labor, equipment, and materials and performing all work required to install reclaimed water pressure mains and appurtenances of the class, size, and dimensions specified at the locations and to the lines and grades shown on the plans, all in strict compliance with these specifications. City of Kerrville Standard Specifications Section 400 -I8 Wastewater Specifications 1' 1 452 Design Criteria 452.01 Hose bibs and Faucets: All hose bibs and faucets shall be painted purple and designed to prevent connection to a standard water hose. Hose bibs shall be located in locked, below grade vaults which shall be clearly labeled as being of non - potable quality. As an alternate to the use of locked, below grade vaults with standard hose bibs services, hose bibs may be placed in a non - lockable service box which can only be operated by a special tool so long as the hose bib is clearly labeled as non - potable water and complies with one of the following requirements: A. Signs having a minimum size of eight inches by eight inches, as shown in Figure 1, shall be posted at all storage areas and on all hose bibs and faucets 1 reading, in both English and Spanish, "Reclaimed Water, Do Not Drink" or similar warning. B. The area shall be secured to prevent access by the public. 452.02 Separation Requirements: Separation distances shall comply with Section 700 of the City Of Kerrville Standard Specifications. Reclaimed water lines must conform to the TCEQ requirement for spacing as a minimum. 1 452.03 Pressure Mains: Reclaimed water lines which transport reclaimed water under pressure shall be sized according to acceptable engineering practices for the needs of the 1 reclaimed water users. The designer shall consider methods to prevent or maintain lines to mitigate the effect of the deposition of solids in such lines. Pipe specified for reclaimed water force mains shall be of a type having an expected life at least as long as that of the lift station and shall be suitable for the reclaimed water being pumped and operating pressure to which it will be subjected. All pipes and fittings shall have a minimum working pressure rating of 150 pounds per square inch. 1 452.03 Gravity Mains: Gravity flow reclaimed water lines shall meet the requirements of Section 412 of these specifications. The designer shall consider methods maintain line ' fluid velocity to migrate the effects of the depositions of silt in the gravity conveyance. 452.04 Marking of Pipe: All exposed piping and piping within a building shall be either ' purple pipe or painted purple. All buried piping shall be manufactured in purple color. All exposed piping shall be stenciled in white with a warning reading "NON- POTABLE WATER ". All exposed or buried reclaimed water piping constructed at a wastewater ' treatment facility is exempt from the color coding requirements of this section. 452.05 Isolation Valves. In -line isolation valves for reuse pipes shall open clockwise to 1 distinguish them from potable water isolation valves. Valve casings for underground isolation valves shall have cast into the cast iron lid "reuse" or "NPW ". 452.06 Storage: All effluent ground level and elevated storage tanks shall be designed, installed, and constructed in accordance with current AWWA standards with reference to materials to be used and construction practices to be followed, except for health -based standards strictly related to potable water storage and contact practices, where less City of Kerrville Standard Specifications Section 400 -19 Wastewater Specifications restrictive standards may be applied. All storage facilities shall be stenciled in white with a warning reading "NON- POTABLE WATER ". 460 Measurement and Payment 460.01 Sewer Mains: A. All pipe and trenching for sanitary sewers shall be measured by the linear foot of the size and at the depth installed from the flow line of the pipe to the ground surface over the center of the pipe in 2 foot increments of depth greater than 6 feet, horizontal, and center to center of manholes. B. Payment shall be at the unit price bid for the specific pipe size and various increments of depth as shown on the plans and measured as described above, which price shall be full compensation for pipe and fittings necessary to complete the work, including transportation, handling, unloading at the site and all labor, tools, equipment, and incidentals necessary to completely install pipe fittings including trenching, sheeting, shoring, pipe installation, saw - remove - replace concrete riprap, pipe embedment, reinforced concrete encasement, trench backfill, placing excess excavated materials from trenches in flow area of creek upstream from concrete encasement, compaction, final clean -up and all other incidentals necessary to complete the work. 460.02 Other Payments: Payments shall be at the unit price bid for the specific budgeted item as shown on the construction specifications. The unit price shall be full compensation for the bid item necessary to complete the work, including transportation, handling, unloading at the site and all labor, tools, equipment, and incidentals necessary to complete the work of the bid item. City of Kerrville Standard Specifications Section 400 -20 Wastewater Specifications 1 470 Standard Products List 470.01 Piping PIPING TYPE Manufacturer Size Ductile Iron U.S. Pipe, Tyler Pipe, Griffin Pipe, American Ductile Iron 3" and up Pipe, McWane, or approved equal The above shall apply to lift station piping suction and discharge always flanged. PVC SDR 26 J -M Pipe, Certainteed, North American Pipe, Can -Tex, 4" and up Sewer or approved equal The above shall apply to gravity sewer in uninterfered trench (not crossing water mains, through creeks etc.) ASTM D -2241 SDR -26 Sewer Pressure Pipe J -M Pipe, Certainteed, North American Pipe, Can -Tex, 4" and up 1 or approved equal C -900 PVC DR -14 Only The above shall apply to lift station force mains, interfered trenches, special circumstance gravity lines as deemed necessary by City Engineer and or Water /Wastewater Manager 304 Stainless Merit Brass or approved equal 1/4 " up to r Steel The above shall apply to Wastewater Plant, lift station and air relief piping, pump rails, any and all nipples for gauges, sample cocks etc. 1 • 1 1 City of Kerrville Standard Specifications Section 400 -21 Wastewater Specifications 470.02 Valves VALVES TYPE Manufacturer Size External Lever and Weight Check Mueller A- 2606 -01 or approved equal 2 1/2" to 16" Valves • Ball Check Valves Apollo or approved equal 1 1/4" to 2" Gate Valves Mueller 2360 &2361 Series or Clow F -6102 2 1/2' through 24" Small Brass Ball Hammond or equal gate valves Red &White ball valves or 1/4" through 2" and Gate Valves approved equal 470.03 Sewage Air Release Valves Sewage Air Release Valves TYPE Manufacturer Size Air Release Vacuum A.R.I. Model D -025 or approved equivalent • 2" and 3" Breaker City of Kerttille Standard Specifications Section 400 -22 Wastewater Specifications 1 470.04 Manholes Manholes and Wetwells TYPE Manufacturer Size Fiberglass Heavy Wall Manholes (minimum Flowtite ASTM D 3753 or approved equivalent 42 ", 48 ", 54 ", 60 ", 66 ", 72 ", and wall thickness 0.480 92" inches) 1 H -20 Minimum rating 1 Fiberglas Heavy Wall Wetwells (minimum 36" to 240" diameter Eft. To 35 wall thickness 0.480 Flowtite ASTM D 3753 or approved equivalent ft. height inches) H -20 Minimum rating 1 470.05 Ring & Cover • S Rinq and Covers, TYPE Manufacturer Size I Ductile Iron Ring East Jordan Iron Works #41430056A01 32 " and Cover H -20 Rating 470.06 Covers Covers 1 TYPE Manufacturer Size Aluminum Wetwell Halliday W1S, W2S, S1S, S2S, W1R, W2R, SIR, S2R, H1W, As Per Specifications Covers and hatches 2W, H1 R, H2R or approved equal depending on pump size and wetwell configuration As per manufacturer's ut boot for drop manholes East Jordan Iron Works model #1565, Cast Iron specifications drop manholes 470.07 Miscellaneous Miscellaneous /Fasteners TYPE Manufacturer Size City of Kerrville Standard Specifications Section 400 -23 Wastewater Specifications Note: Any and all fasteners, nuts, bolts, washers, chains, wire rope, clasps, rails, hasps, brackets, or hangers at or around wastewater wetwells shall be a minimum construction material of 304 stainless steel and 316 or greater stainless steel if deemed necessary by the City Engineer or Water/Wastewater Manager. Note: Any and all fasteners, nut and bolt combinations not required to have thread locking compound shall be dressed with an anti -seize thread compound so as to allow for disassembly in future. Anti -seize compound shall be installed before final assembly. Note: Any device, piping assembly, bracketry, hatch or any other item secured to concrete on or around a wastewater plant or lift station shall be approved by the City Engineer, Water/Wastewater Manager or designated City of Kerrville Inspector before installation. City of Kerrville Standard Specifications Section 400 -24 wastewater Specifications 1 c c J J 1 4 ' utility ,} Gas L N Corridor io Type 6 Grate Corridor Oi pa <.here applcoMe) a i O� _ r c a o o 1.1 y r gy p+ a h M t ,e 1 G te„,, SD �° p W i • UTILITY CORRIDOR LAYOUT 1 36' Min 24' Min TELEPHONE ` 36' Min I 7 \. 1 i 0 OcABLE Tv I 48' Min 0 SECCMIDARY ELECT fiIs f1R GAS I 5 R PRIMARY Y ELECTRIC VATER OR SEVER MAIN 1 WHERE UTILITIES ARE PARALLEL TO WATER MAIN 1 1 la' MINIMUM UNDER WATER OR SEWER ELECTRIC PRIMARY, SECONDARY OR I SERVICES. GAS MAIN OR SERVICES. WHERE ELECTRIC OR GAS CROSS WATER MAIN, 1 WATER SERVICE, OR HYDRANT LEAD 1 u1 Utility Corridor Layout Details " JE City of Kerrville I L7:1'; i!1 ,/ ` Standard Specifications r Rs, ff i.lo, ,R,. � ' � SIZE FSCY NO. DWG NO. 480.01 1 REV I SCALE SHEET er 3N11 I. 141 I g 1 ''''' 3N11 101 CO (1) C\11 4■I CD C O c i I I) yaw Oa I 0 s o ix 11 t. OPE 41- cu Ca o CO tc13 ca. ( c. S 4—a cu U) ci , 3N11 101 i 3/111 10 C a Z CI 0 a: 0 C 10 3 1.cl 11- >S > 1:2 cl 4 s 23 7,5 6 .. v) 3 iz I L 4 C.Z +NJ C 101 40 831N30 — TTY < 1-1.1 0 C) 111 1 S (71 1_ 1 ■.II ei, Cf1 lit 1 -r-1 • WI 0 31111 101 illil 1--tar -.. 3W 101 1.,A • ul a) 5 w < W V Di 5 a) P LI ; 1 -- ) ...- ... 01 . V a .L o� -0:229 0 i kcli CI CO L Ct. 4- 'D v m NCO ° f m ,�... a) c fi r : ;. ° L L.. V m L is Z p]o NCOOO v < Q i rn � rM < t 0 3 4— V Y < U o Q?w O M w w 0 L. N P _ W OCC .- c 0 I 2 w _1 A • w 1 H 7 W 0 •Lavi4 t p Y w P p a JJ 0z v < ; OZ Ll rJiaw "- o CD m z¢S Xi a Z m w "'1"1 Y - �O w O0- O N 1 _l O� Nay <� G. z m O SOfl n. 1; J V F a o,n �. < -� 6 I so ! OBI . I ov m g � 4 a oa I 1 1 1 LATERAL CON \ECTIO\ TO = XISTINC 1 S=WER VAIN /STUB —OLT 1 a . : • : '. ..4 I .. ' • ..• . . r ......:. o 1 .- c._ • . . • • . • Stub —out • 6• Lateral Saddle Lateral I • ; -6" - -- FLOW \-• Sewer main Connection clamp bedded in select Rigid or non —shear granular material Reducing coupling SCH 40 PIPE 4" 45' BEND SCH 40 HUB al 1 SOR -26 MAI i 45' WYE ill Note (SANITARY TEE) Service taps to be Installed at either 9100 thru 11100 or 1 thru 3100 o'clock positions Sewer Tap Detail ill City of Kerrville Standard Specifications SIZE I FSCM NO 1 DWG NO 480.09 ! REV" SCALE t I SHEET o CO 0 % � Z V y r Iii CD . N S a t 00 ul ec Li ' �. CO I W L. W Li z CD Q o I CO I 1 1 Co ca Li 1 1 n c0 " V \ — • o� ! '1- 1- I I C {,I1 W N V� ......i i i 1 Q i , 1I q • 1 . J � U i W r ! i O rt Iv i U 1 1 z ? 2Uk- aw >- ---I _' i- Oz 010-1 toy ict et 4. Z O OCU jai I Z O¢ � Q2U Y0~ �2 �ti W 0 00Q 2 ` U� I W 2a Q U W "U ,_ �,2 WO p � O UW W Z �C �JI "– UOc+,. S ~ ¢O O W W Q pQ p� :--` 0 Lu0 ce i L` 2� jW II 0 U 2¢ Q W h V W O �p W 3 Q3 -U ltQVt (,) I CO (!) J L 00JOcu WO )'' 0� x U1Of a cn LI 2¢ WQ- 1 _i ea N I-V)X 7 W a X� aa O n wro 4 � a H d O Z Q I'w N O Q i ^ O JWZK N Vl ri czt CI La c w >WZ> u Z E u. al w CA • w _Jh 0 1 a Z N w oz 0 a • Z I,p w 1 3 Z ° a o ow Z a F- >- Z i__ ^ I 1 N ! o� lid ( T-- wow 2 L 1 i u x w Z __... ! � JxQ Cl. CO 1- _ 3 w _ ...._ - o Z x - 01 0 I- 0 w i A 1 r 2 a t 0 C r u W -., xj 2 N r a W 9126 dfcno I a W J i. F ;n a 0 1 D. n CN •c •v5 WZ, U L. m" 1 1 4 • p E (-- 111 c 3 Lrl 0 ce) 0 ±- ,("-t L 0 Lu • ""'" m's ..'. 7 03 • ••• c . 73 - z cy: et 4-1 o L.8 op um 0 0•6 it z c:K ,L,... ul r, 310N L... " 23. 'C 0) ■...3 %I/ co 33S L. 141.1 2 c i 11 I Li I LI 0 • -.) C > 4 p c) el 03 < Z „ ' I n Cr 4.0 Co A.----- 0 0 L.. I 0 L-U 1111111611 ci LI CD I , El. 0 z i lt fi t...I , D iu ■• - i- ...> 0 (1 :_ m tr.! :n 0 :-... __) ' 0 Z LLI PCI Cil VI 7 CI 0 (13 0 li < C.) i n 0> LL4 L J I_JJ Z c, 0._ CO < ' •.. i 7.: () l' t ( .. ..i . ; .7....; 2- L b Qi N LL. 0 ,....) ....., `,.. C,..) C. C .,, — 1 ..-..., L, J 4 1 ' 0 .D 7 111 -... v ; r , 1 ) in Li i Nz cci ci r r‘i t . I • 1 , RI L cr , 03 0 CA II) ILI IL I a: a N Ilt w a a N LO x ur r— Q � O !I 1 0 M � d. I! .. a- Le co 1 01 U) > ° N _co I\ s.. V a 1___._.__ _ 3 ci 0 J x'15) \Ili 2 1� .. 0 Il to ix. ... _........_. 1 i ` W > A � ` , J _J Q Z L ' - I . a ca 1 ., J"JO JD 1 U 2 Q W Q W >> Q Y q 0 I.__ 1 Z L UJUD ..W O 0Ls JQUQQ. , UO F- V1 W Q= W I-- O Vl0 �6 I 6 V 1 12 W c J W i_1v=irs --aLIua LJ CO D Li utce WD CE Q 2 - a W I 1 I 0 Locator Tape shall be 6 inches Wide and be buried at a depth of 2 Feet 0 1 Colors shall be as follows: RED - ELECTRIC ORANGE - FIBER /COM YELLOW - GAS GREEN - SEWER BLUE - WATER PURPLE _ RECLAIMED WATER FIBERGLASS (CARSONITE) POSTS (TO I BE USED OUTSIDE OF R.O,W„ IN OPEN FIELDS, CREEKS, ETC, P3 i w Lj12! L.t q J J n Q . v'L _1 w �7 �' � .� 7 0 2 7. L r. _ j Posts to be a minimum 5' tall x 4' wide, Carsonite, and buried 18' deep. Shall bear the words 'Caution, Sewer (or Water) Pipeline, Before Digging or in Case of Emergency Call City of Kerrville (830) 257 -8000' Only Sewer or Water Pipeline shall have the City's emergency phone number. Other utilities shall have the appropriate entity (and in some case the water and sewer Is not owned by the City of Kerrville). Consult with Kerrville Utility Manager. Utility Marking Detail ! City of Kerrville ill Standard Specifications SIZE I FSCM N0. I DWG NO. 480.16 80.1 6 I REV SCALE i ISHEET 1 1 Pipe and Appurtenances Section 600 610 General Requirements 611 Description These design criteria are minimum requirements to be used in the design of piping and appurtenances within the jurisdiction of the City of Kerrville. The jurisdiction of the City of Kerrville is defined as the area bound by the ETJ of the City of Kerrville. This section describes excavation and trenching work for pipe and appurtenances to be installed under these specifications and shall include the necessary site preparation, excavation and trenching, the handling, storage, shoring and protection of the work, preparation of the subgrades, pumping and dewatering as necessary or required, protection of adjacent property, backfilling, pipe embedment, and other incidentals necessary to complete the work. Excavation work shall be performed in a safe and proper manner with suitable precautions being taken against hazards of every kind. Excavations shall provide adequate working space and clearances for the work to be performed therein and for installation, and shall be in compliance with the latest OSHA regulations for Trench Safety. Prior to commencing this Work, all erosion control and tree protection measures required shall be in place and all utilities located and protected 612 Classification of Excavated Material 612.01 Common Excavation: Materials that can be removed by standard construction methods and/or equipment. 612.02 Rock Excavation: All masses of material which cannot be removed by standard construction methods and/or equipment thereby requiring special equipment, or blasting for excavation, shall be considered rock excavation. 613 Grades, Lines and Levels Grades, lines and levels shall conform to the approved construction plans approved by the City of Kerrville Engineering Department. The surveyor will set all necessary stakes required by the specifications and/or the construction plans. Any damage to the above by the Contractor shall be re- established at the Contractor's expense. The Contractor /Engineer shall furnish copies of all field notes and "cut sheets" to the City. City of Kerrville Standard Specifications Item 600 - 1 Pipe and Appurtenances 1 1 The location of the lines and grades indicated may be changed only by direction of the Engineer and it is understood that the Contractor will be paid on the basis of his unit Contract prices bid for such Work actually performed and shall make no claim for damages or loss of anticipated profits due to the change of location or grade. The Contractor shall furnish, at his expense, all necessary electronic devices or batter boards for controlling the Work. Electronic devices shall have adequate precession to produce a finished pipe on grade. Batter boards shall be of adequate size material and shall be supported substantially. Control stakes must be protected from possible damage or change of location. The Contractor shall furnish good target for electronic devices, sound twilled lines for use in achieving lines and grades and the necessary plummets, levels and graduated poles. Should the Contractor's procedures not produce a finished pipe placed to grade and alignment, the pipe shall be removed and relayed and the Contractors procedures modified to the satisfaction of the City of Kerrville Inspector. No additional compensation shall be paid for the removal and relaying of pipe required above. 620 Materials • 1 621 General This item shall consist of furnishing and installing all pipe and/or materials for constructing pipe mains, sewers, laterals, stubs, inlet leads, service connections and culverts, including all applicable Work such as excavating, bedding, jointing, backfilling materials, tests, concrete trench cap, concrete cap and encasement, etc. The pipe shall be of the sizes, types, class and dimensions indicated or as designated by the Engineer and shall include all joints or connections to new or existing mains, pipes, sewers, manholes, inlets, structures, etc., as may be required to complete the Work in accordance with specifications and published standard practices of the trade associations for the material specified and to the lines and grades indicated. This item shall include any pumping, bailing, drainage and Trench Safety Systems for trench walls, when indicated or applicable. Unless otherwise provided, this item shall consist of the removal and disposition of trees, stumps and other obstructions, old structures or portions thereof such as house foundations, old sewers, masonry or concrete walls, the plugging of the ends of abandoned piped utilities cut and left in place and the restoration of existing utilities damaged in the process of excavation, cutting and restoration of pavement and base courses, the furnishing and placing of select bedding, backfilling and cement or lime stabilized backfill, the hauling and disposition of surplus materials, bridging of trenches (metal plates) and other provisions for maintenance of traffic or access as indicated. City of Kerrville Standard Specifications Item 600 - 2 Pipe and Appurtenance 1 l, 1 1 622 Backfill Materials 622.01 General: The Contractor shall submit descriptive information and evidence that the materials and equipment the Contractor proposes for incorporation into the Work is of the kind and quality that satisfies the specified functions and quality. Material classified by ASTM D 2487 as GW, GP, GC, GM, SW, SP, SM, SC, CL, CH, and is free of rocks larger than three (3 ") inches and having a plasticity index equal to or less than twenty (20) shall be classified as Satisfactory Native Material. Unsatisfactory materials shall be materials that do not comply with the requirements for satisfactory material. Unsatisfactory materials include but are not limited to those materials containing roots and other organic matter, trash, debris, frozen materials and stones larger that three (3 ") inches, plasticity index equal to or greater than twenty-one (21), and materials classified in ASTM D2487 as PT, OH, OL, ML, and MW Unsatisfactory materials also include man- made fills, refuse, or backfills from previous construction. 622.02 Bedding Material A. Pea Gravel Pipe bedding shall be clean 3/8" to 1/2" pea gravel free of mud, clay, vegetation or other debris. B. Sand Sand for use as pipe bedding shall be clean, granular and homogeneous material, free of mud, silt, clay lumps or clods, vegetation or debris. The material removed by decantation TxDOT Test Method Tex - 406 -A, plus the weight of any clay lumps, shall not exceed 4.5 percent by weight. 1 Size gradation of sand for bedding shall be as follows: GRADATION TABLE SIEVE SIZE "/" RETAINED BY • WEIGHT 1/4" 0 #60 75 -100 • #100 95 -100 1 1 City of Kerrville Standard Specifications Item 600 - 3 Pipe and Appurtenances • 1 622.03 Trench Backfill Material: A. Satisfactory Native Material This material shall consist of suitable material excavated from the trench. It shall conform to paragraph 622.01 of this section. The moisture content at the time of compaction shall be within 2 percent of optimum as determined by TXDOT Test Method Tex - 114 -E. B. Cement Stabilized Backfill When indicated or directed by the Engineer, all backfill shall be with cement - stabilized backfill rather than the usual materials. Unless otherwise indicated, cement stabilized backfill material shall consist of a mixture of cement and aggregates and shall be thoroughly dry mixed with no water added to the mixture except as may be directed by the Engineer. 630 Trench Excavation 631 General 631.01 Trench Opening: The Contractor shall open no more trench in advance of pipe laying than is necessary to expedite the work. The maximum length of open trench permitted on any line under construction shall not exceed the amount of pipe that can be placed in the same day of excavation. 631.02 Trench Safety: Underground piped utilities shall be constructed in an open cut in accordance with Federal regulations "Trench Safety Systems" and with a trench width and depth described below. 631.03 Trench Fill: When pipe is to be constructed in fill above the natural ground, Contractor shall construct embankment to plan grade and meet compaction requirements, and then the trench can be excavated. 632 Excavated Materials 632.01 General: Excavated material from trenching may be used as the satisfactory native material for backfilling the trench, provided the material meets Section 622 specifications. No excavated material shall be deposited on the site of the work or other improved areas, nor upon private property unless approved by the City Engineer, and such material shall be handled in such a manner as not to obstruct drainage or other parts of the project. Where necessary for compliance with this provision, - the material shall be hauled or removed by an approved method. im City of Kcrtville Standard Specifications Item 600 -4 Pipe and Appurtenances i� • 1 632.02 Surplus Excavated Materials: Any surplus excavated materials shall be hauled and disposed of as directed by the Engineer. If the Engineer notifies the Contractor that there is no use for this material on the project it shall become the property of the Contractor to be disposed of without injury to the Owner's or any adjoining property at the Contractor's expense. 633 Trench Width 633.01 Water & Wastewater Lines: Trenches for pipes shall be of sufficient width to provide ample working space for handling and jointing the pipe in the trenches. In no case shall the width of the trench inside sheeting and brace lines be less than sixteen (16 ") inches greater than the normal pipe diameter as follows: Pipe Diameter Min Trench Width Max Trench Width 6" 22" 30" 8" 24" 30" 10" 26" 32" 12" 28" 36" 18" 34" 42" 24" 40" 48" 633.02 Storm Sewer Lines: Trenches for Storm Sewers up to 42 inches shall have a width of 1 foot on each side beyond the outside surfaces of the pipe. Pipes more than 42 inches shall have a trench width not to exceed 18 inches on each side beyond the outside surfaces of the pipe. 633.03 Excessive Trench Width: If the trench width within the pipe zone ' exceeds this maximum, the entire pipe zone shall be refilled with approved backfrll material, thoroughly compacted to a minimum of 95 percent of maximum density as determined by TxDOT Test Method Tex -114 -E and then re- excavated to the proper grade and dimensions. Excavation along curves and bends shall be so oriented that the trench and pipe are approximately centered on the centerline of the curve, using short lengths of pipe and/or bend fittings if necessary. Where, for any reason, width of the lower portion of the trench as excavated at any point exceeds the maximum permitted, either pipe of adequate strength, special pipe embedment, or arch concrete encasement, as required by loading conditions and as determined by the Engineer, shall be furnished and installed by ' and at the expense of the Contractor. 633.04 Excavation Below Pipe Subgrade: Except when so ordered by the Engineer, pipe trenches shall not be excavated below pipe subgrade elevations, in which event the bottom of the trench shall be bedded with sandy or acceptable material. City of Kerrville Standard Specifications Item 600 - 5 Pipe and Appurtenances 633.05 Bell Holes: Bell holes shall provide adequate clearance for the tools and methods used in installing the pipe. No part of any bell or coupling shall be in contact with the trench bottom or trench walls when the pipe is jointed. 634 Trench Depth and Depth of Cover 634.01 General: All pipe and in -line appurtenances shall be laid to the grades indicated. The depth of cover shall be measured from the established finish grade, natural ground surface, subgrade for staged construction, street or other permanent surface to the top or uppermost projection of the pipe. 634.02 Water Piping: Where not otherwise indicated, all water piping shall be laid to the following minimum depths: A. Water piping installed in undisturbed ground in easements of undeveloped areas, which are not within existing or planned streets, roads or other traffic areas shall be laid with at least 36 inches of cover. B. Water piping installed in existing streets, roads row or other traffic areas shall be laid with at least 48 inches of cover below finish grade. 634.03 Wastewater Piping: Where not otherwise indicated, all wastewater piping shall be laid with at least 60 inches of cover. 640 Pipe Embedment 641 General Requirements Bedding material shall be used to fill up to a point at least six (6) inches above the pipe. Satisfactory Native Material may be used to backfill the remaining depth of the trench. 642 Compaction & Moisture Requirements Both the bedding material and the satisfactory native materials shall be compacted to at least 95% of the standard proctor density as determined by ASTM D698 and within 2% of optimum moisture content. Each layer of backfill material, if dry, shall be wetted uniformly to the moisture content required to obtain the specified density and shall be compacted to that density by approved mechanical means. The use of wheel compactors may be , allowed in lieu of hand operated mechanical compactors with authorization from the Construction Inspector. When wheel compactors are used, backfill lifts may be increased to twelve (12 ") inches provided proper moisture content of the Item 600 - 6 Pipe and Appurtenances City of Kerrville Standard Specifications 1 1 backfill material is maintained and the specified minimum density is achieved. All testing required to validate that adequate compaction is being achieved by the 1 use of the wheel compactor shall be at the expense of the Contractor. Water tamping by flooding the trench prior to placing the remainder of the trench I backfill may not be used in lieu of hand tamping. Water jetting may be used except in pavement cuts. 1 The City may perform or have performed any material tests needed as indicated by the situations described below. The Contractor will be charged for all testing 1 regardless of whether or not the test passes or fails. The Contractor will also be charged for all retesting necessitated by failures. Situations requiring testing are as follows: 1 A. In determining whether or not minimum density is being achieved. B. Visual inspection by the Construction Inspector shows poor quality, 1 workmanship or materials. C. Inspector was not notified of backfill operation. D. In all trenches placed in a proposed or existing roadway. I E. Any other unusual circumstance that cause the Inspector to doubt the quality of the workmanship or materials. 1 650 Construction Methods 651 General I 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 I damages the utilities in place through his operations, the Contractor shall immediately notify the owner of the utility to make the necessary repairs. I 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 I 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 I due to delay or additional Work because of conflicts arising from existing utilities. 1 The Contractor shall do all trenching in accordance with the provisions and the directions of the Engineer as to the amount of trench left unfilled at any time. All excavation and backfilling shall be accomplished as indicated and in compliance 1 with State Statutes. Il City of Kerrville Standard Specifications Item 600 - 7 Pipe and Appurtenances 1 I F no iii Where excavation for a pipeline is required in an existing City street, control of traffic shall be as indicated in accordance with the Texas Manual on Uniform ... Traffic Control Devices. Wherever existing utility branch connections, sewers, drains, conduits, ducts, • pipes or structures present obstructions to the grade and alignment of the pipe, 1,111 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 will be ordered by the Engineer and the change shall be made in the manner directed. 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. Where traffic must cross open trenches, the Contractor shall provide suitable steel III plates of the thickness directed by the Engineer. Adequate provisions shall be made for the flow of sewers, drains and watercourses encountered during construction and any structures which may have been disturbed shall be satisfactorily restored upon completion of Work. When rainfall or runoff is occurring or is forecast by the U.S. Weather Service, the Contractor shall not perform or attempt any excavation or other earth moving Work in or near the flood plain of any stream or watercourse or on slopes subject to erosion or runoff, unless given specific approval by the Engineer i 652 Water / Sewer Line Separation 652.01 Water and Sewer Crossings: Installation shall comply Section 700 of the Standard Specifications. 652.02 Utility and Storm Sewer Crossings: When the Contractor installs a pipe that crosses a drainage structure or storm sewer and the top of the pipe is within 18 inches of the bottom of the structure, the pipe shall be encased in concrete for 1 a distance of at least 1 foot on either side of the ditch line of the utility structure or the storm sewer. 653 Pipe Anchorage, Support and Protection Pressure pipeline tees, plugs, caps and bends shall be securely anchored by 1 suitable concrete thrust blocking or by approved metal harness. 653.01 Concrete Thrust Blocking: Concrete thrust blocking shall conform to the details of these specifications. Concrete blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on the pipe and on the City of Kerrville Standard Specifications Item 600 - 8 Pipe and Appurtenances 1 ground shall be as indicated or directed by the Engineer. The blocking shall, unless otherwise indicated, be so placed that the pipe, fittings and joints will be accessible for repair. The pipe and fittings shall be adequately weighted and laterally braced to prevent floating, shifting or straining of the pipeline while the concrete is being placed and taking initial set. The Contractor shall be solely responsible for the sufficiency of such restraints. 653.02 Metal Thrust Restraint: Fabricated thrust restraint systems such as those described below may be approved for use instead of concrete blocking. To obtain approval, the project Drawings_must include sufficient drawings, notes, schedules, etc., to assure that the proposed restraints as installed will be adequate to prevent undesirable movement of the piping components. Such restraint systems may only be used where and as specifically detailed and scheduled on approved Project Drawings. A. Restrained Joints: Piping or fitting systems utilizing integral mechanically restrained joints may be approved. All components of such systems shall be standard manufactured products fabricated from cast ductile iron, hot -dip galvanized steel, brass or other corrosion resistant materials and the entire assembly shall be protected with a continuous film wrap. Location, configuration and description of such products shall be specifically detailed on the Drawings. (Add -on attachments such as retainer glands, all- thread rods, etc., are not acceptable.) B. Concrete Encasement, Cradles, Caps and Seals: When trench foundation is excessively wet or unstable or installation of water or wastewater pipe will result in less than 30 inches of cover, Contractor shall notify Engineer. Engineer may require Contractor to install a concrete seal, cradle, cap, encasement or other appropriate action. C. Trench Caps, Concrete Rip -Rap and Shaped Retards: Where called for by the Contract or as directed by the Engineer, concrete trench caps, concrete rip -rap and/or shaped retards shall be placed as detailed by the Drawings as protection against erosion. Concrete material and placement shall be Class B, Section 900, "Concrete for Structures ". 654 Connections to Existing Systems 654.01 Wastewater Connections: All branch connections of new main lines shall be made by use of manholes. Service stubs shall be installed as indicated in the details, utilizing a 45 degree bend with a wye or a sanitary tee(long sweep). Minimum grade shall be 1 percent downward to main and minimum cover shall be 30 inches at the curb. A double clean -out shall be installed at the property line City of Kerrville Standard Specifications Item 600 -9 Pipe and Appurtenances with a one foot stub -out. Glued -caps shall be installed on the stub -outs before backfilling. Where not otherwise indicated, (wastewater) service connections shall be installed so that the outlet is at an angle of not more than 45 degrees above horizontal at the main line. Unless otherwise specified by the Engineer, all connections made to existing mains shall be made at manholes with the flowline of the inlet pipe installed at the same elevation as the flowline of the existing pipe. Connections to existing manholes shall conform to TNRCC requirements and shall only be made by boring through the manhole wall. 654.02 Water System Connections: The Contractor shall, at his expense, make all necessary connections of new piping or accessories to the existing water system. To minimize any inconvenience from outages, the Contractor shall tap all mains using an approved tapping sleeve (full circle stainless steel wrap- around) and tapping valve. In instances which require shutoffs on existing water mains, the City will make the shut -off. The Contractor shall be required to notify the Engineer's field representative on the job at least 72 hours prior to the desired time for any shutoff. The Contractor will notify any affected utility customers at Least 24 hours I 1. prior to the shutoff. The Water Utility will make the shutoff after ensuring that all appropriate measures have been taken to protect the water system, customers and employees. Water for the Work shall be metered and furnished by the Contractor. However, the cost of metered water shall be absorbed by the City on Capital Improvement in Projects. Should it be determined that the Contractor excessively wastes water, then billing charges shall be forwarded to the Contractor. The Contractor shall make all pressure taps called for by the Contract Documents or required to complete the Work. A pressure tap shall consist of connecting new piping to the existing water system by drilling into the existing pipe while it is carrying water under normal pressure without taking the existing piping out of service. LIN Unless otherwise provided by the Contract, the Contractor shall, at his expense, perform all necessary excavation, furnish and install the tapping sleeve, valve and accessories, provide the tapping machine, drill the tap and shall block, anchor and backfill the piping, valve and all accessories, place the new piping in service and perform all site cleanup. When the City makes the tap, City forces are not obligated or expected to perform any Work except to provide tapping machine City of Kerrville Standard Specifications Item 600 - 10 Pipe and Appurtenances 1 1 1 and drill the actual hole. If City crews are to make the tap, fiscal arrangements must be made in advance. 1 If a private Contractor makes the tap, a City of Kerrville Inspector must be present. Service connection taps into PVC or AC pipe or into CI or DI pipe 12 inches or smaller shall be made using tapping sleeve as recommended by the pipe manufacturer and as approved by the Engineer. All water service connections shall be installed so that the outlet is at an angle of not more than 45 degrees above horizontal at the main line. 1 Precautions should be taken to ensure that the tapping saddle or sleeve is placed on the pipe straight to prevent any binding or deformation of the PVC pipe. Tapping shall be performed with a sharp shell type cutter so designed that it will smoothly penetrate heavy walled PVC and AC pipe and will retain and extract the coupon from the pipe. 655 Concrete Encasement and Encasement Pipe • 655.01 General: This item shall govern the furnishing of materials and the methods of constructing a portland cement concrete encasement or encasement pipe. 655.02 Submittals: The submittal requirements of this specification item include: A. Type, of pipe, construction methods and sequence, B. Aggregate types, gradations and physical characteristics for the Portland cement concrete mix, C. Proposed proportioning of materials for the mortar mix. 655.03 Materials: The Portland cement concrete shall conform to Class B Concrete. The cement stabilized sand shall have a minimum of 10% (2.5 bags min.) cement per cubic yard and shall contain brown coloring for identification. (TNRCC Section 290) 655.04 Construction Methods: When indicated on the Drawings or acceptable to Engineer or designated representative, concrete encasement shall be placed to protect the pipe. Pipe or bedding shall not be placed where: A. the top of the pipe would have less than 30 inches of cover, B. the ground water invades the trench, or C. the trench bottom is of unstable material. City of Kerrville Standard Specifications Item 600 - I 1 Pipe and Appurtenances • 1 If either of these conditions is encountered, the Engineer or designated representative shall be notified and may direct the Contractor to: A. encase the pipe with concrete, B. change pipe material, or C. use a higher strength class of pipe. Concrete encasement shall extend from 6 inches below to 6 inches above the outer projections of the pipe over the entire width of the trench in accordance with the City of Kerrville Standard Details. 656 Concrete Retards 656.01 Description: This item to consist of Portland Cement concrete retards used to anchor pipe. Retards shall be constructed as indicated or as designated by Engineer in accordance with these specifications. 656.02 Materials: A. Concrete: Concrete materials used in construction under this item shall conform to Class B. B. Reinforcement: Reinforcement shall conform to Section 944. 656.03 Construction Methods: Prior to placing concrete, excavation for retards shall be made to proper section and, if considered necessary by Engineer, bottom of excavation shall be hand tamped and sprinkled. Excavated area for retards shall be moist when concrete is placed. After concrete has been placed, compacted and shaped to conform to dimensions indicated and after it has become sufficiently set, it shall be given a moderately rough finish by floating with a wood float. No mortar or concrete work shall be done when temperature is below 40° F and work shall be protected from freezing. After completion of retard, exposed surfaces shall be covered with burlap, cotton mats or other approved covering and kept wet for a period of 3 days. White pigmented curing compound conforming to Section 921.02(e), "Membrane Curing ", Type 2, will be permitted when applied to exposed surfaces. Material excavated from trench shall be uniformly spread on adjacent areas or otherwise disposed of at a permitted site. City of Kerrville Standard Specifications Item 600- 12 Pipe and Appurtenances 1 1 657 Blasting 1 Blasting or other use of explosives for excavation will not be permitted on the site of the work without specific written approval by the City Engineer and the City Fire Marshall. 658 Removal of Water 1 The Contractor shall provide and maintain adequate dewatering equipment to remove and dispose of all surface and ground water entering excavations, trenches, or other parts of the work. Each excavation shall be kept dry during subgrade preparation and continually thereafter until the pipe to be installed therein is completed to the extent that no damage from hydrostatic pressure, flotation, or other causes will result. Surface water shall be diverted or otherwise prevented from entering excavated areas or trenches to the greatest extent practicable without causing damage to adjacent property. ' The Contractor will be held responsible for the condition of any pipe which may be used for drainage purposes, and all such pipe shall be kept clean and free from sediment. 1 659 Backfilling 659.01 General: Special emphasis is placed upon the need to obtain uniform density throughout the backfill material. The maximum lift of backfill shall be determined by the compaction equipment selected and in no case shall it exceed 12 inches, loose measurement. 1 No heavy equipment, which might damage pipe, will be allowed over the pipe until sufficient cover has been placed and compacted. All internal pipe bracing ' installed or recommended by the manufacturer shall be kept in place until the pipe bedding and trench backfill have been completed over the braced pipe section. 1 659.02 Backfill in Street Right of Way: The depth of layers, prior to compaction, shall depend upon the type of sprinkling and compacting equipment used and the test results thereby obtained, but shall not be more than one (I) foot loose. Prior to and in conjunction with the compaction operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept level to insure uniform compaction over the entire layer. Testing for density shall be in accordance with Test Method Tex -114 -E and Test Method Tex - 115 -E. Each layer of backfill must provide the density as required herein. Satisfactory 1 Native Material shall be sprinkled as required and compacted to the extent City of Kerrville Standard Specifications Item 600- 13 Pipe and Appurtenances 1 1 necessary to provide not less than 95 percent of the density as determined in accordance with Test Method Tex - 114 -E. ■ After each layer of backfill is complete, tests may be required by the Engineer. If the material fails to meet the density indicated, the course shall be reworked as necessary to obtain the indicated compaction and the compaction method shall be altered on subsequent Work to obtain indicated density. At any time, the Engineer may order proof rolling to test the uniformity of compaction of the backfill layers. All irregularities, depressions, weak or soft j spots that develop shall be corrected immediately by the Contractor. Should the backfill, due to any reason, lose the required stability, density or finish before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, or sealing. Excessive loss of moisture shall be construed to exist when the subgrade soil moisture content is more than 4 percent below the optimum of compaction ratio density. Backfill shall be placed from the top of the bedding material to the existing grade, base course, subgrade or as I indicated. The remainder of the street backfill shall be Flexible Base, Concrete or Hot Mix Asphalt Concrete as indicated or to replace the same kind of surface ii removed to construct the pipe. 659.03 Backfill in State Highway Right of Way or County Street: All Work shall meet the requirements of above as a minimum and right of wa q within the way l shall meet the requirements of the permit issued by the County when their requirements are more stringent. Prior to the start of construction, the Contractor shall be responsible for contacting the appropriate TxDOT office or Kerr County Road & Bridge Office and for coordinating his activities with the operating procedures in effect for utility cut permits and pavement repair under their jurisdiction. Approval for all completed Work in the State or County right of way IIM shall be obtained from the appropriate Official prior to final payment by the Owner. . 659.04 Backfill in Easements: Where not otherwise indicated, the Contractor may select whatever methods and procedures may be necessary to restore entire Work area to a safe, useful and geologically stable condition with a minimum density of 95 percent or a density superior to that prior to construction. III All soil areas disturbed by construction shall be covered with topsoil and seeded. All turf within city right -of -way shall obtain seventy (70) percent coverage before 1 1 1 final acceptance and erosion control structures are removed. All turf, drainways and drainage structures shall be constructed or replaced to their original condition or better. No debris shall remain in the drainways or drainage structures. City of Kerrville Standard Specifications Item 600 -14 Pipe and Appurtenances 1 �1 ° 1 660 Specialized Construction Methods 661.01 Setting Valves, Drains and Air Releases: Unless otherwise indicated, main line valves, drain valves and piping, air and vacuum release assemblies and other miscellaneous accessories shall be set and jointed in the manner described for cleaning, laying, and jointing pipe. Unless otherwise indicated, valves shall be set at the locations shown on the Drawings and such that their location does not confict with other appurtenances such as curb ramps. Valves shall be installed so that the tops of operating stems will be at the proper elevation required for the piping at the location indicated above. Valve boxes and valve stem casings shall be firmly supported and maintained, centered and aligned plumb over the valve or operating stern, with the top of the box or casing installed flush with the finished ground or pavement in existing streets, and installed with the top of the box or casing approximately 6 inches (150 mm) below the standard street subgrade in streets which are excavated for paving construction or where such excavation is scheduled or elsewhere as directed by the Engineer or designated representative. 661.02 Setting Fire Hydrants: Fire hydrants shall be located in a manner to provide accessibility and in such a manner that the possibility of damage from vehicles or conflict with pedestrian travel will be minimized. Unless otherwise directed, the setting of any hydrant shall conform to the following: Hydrants between curb and sidewalk on public streets, shall be installed as shown on details, with outermost point of large nozzle cap 6" to 18" behind back of curb. Where walk abuts curb, and in other public areas or in commercial areas, dimension from gutter face of curb to outermost part of any nozzle cap shall be not less than 5 feet, nor more than 7 feet, except that no part of a hydrant or its nozzle caps shall be within 6 inches of any sidewalk or pedestrian ramp. Any fire hydrant placed near a street corner shall not be placed within the radius. Fire hydrants shall not be installed within nine feet vertically or horizontally of any sanitary sewer line regardless of construction. Hydrants placed on uncurbed State of Texas right of way shall be located within 18" of the R.O.W. line. All hydrants shall stand plumb; those near curbs shall have the 4 inch nozzle facing the curb and perpendicular to it. The hydrant bury mark shall be located at ground or other finish grade; nozzles of all new hydrants shall be approximately 18 inches above grade. Each hydrant shall be connected to the main by 6 inch ductile iron pipe; a 6 inch gate valve shall be installed at the main on an anchor tee for individual shutoff of each new hydrant. Below each hydrant, a drainage pit shall be excavated according to the details and filled with compacted coarse gravel or broken stone mixed with coarse sand under and around the bowl of the hydrant, except where thrust blocking is situated and to a level 6 inches above the hydrant drain opening. No hydrant City of Kerrville Standard Specifications Item 600 - 15 pi c and Appurtenances ppurtcnanccs 1 i drainage pit shall be connected to a sanitary sewer. Cover drain gravel with filter 0 fabric to prevent blockage of voids in the gravel by migration of backfill material. The bowl of each hydrant shall be well braced against unexcavated earth at the end of the trench with concrete thrust blocking (taking care not to obstruct the hydrant drain holes). Hydrants shall be thoroughly cleaned of dirt or foreign matter before setting. Fire hydrants on mains under construction shall be securely wrapped with a poly wrap bag or envelope taped into place. When the mains are accepted and placed in service the bag shall be removed. 661.03 Plugging Dead Ends: Standard plugs shall be inserted into the bells of all dead ends of pipes, tees or crosses and spigot ends shall be capped. 661.04 Protective Covering: Unless otherwise indicated, all flanges, nuts, bolts, threaded outlets and all other steel component shall be coal tar coated and shall be wrapped with standard low density polyethylene film or a cross laminated high - density polyethylene meeting ANSI /AWWA Specification C -105- current, with all edges and laps taped securely to provide a continuous and watertight wrap. Repair all punctures of the polyethylene, including those caused in the placement of bedding aggregates, with duct tape to restore the continuous protective wrap before backfilling. 661.05 Valve Box, Casing and Cover: Stems of all buried valves shall be protected by valve box assemblies. Valve box castings shall conform to ASTM A 48, Class 30B. Testing shall be verified by the manufacturer at the time of shipment. Each casting shall have cast upon it a distinct mark identifying the manufacturer and the country of origin. 670 Boring of Pipe a 671 Description This item shall govern furnishing and installing of encasement pipe by methods of boring as indicated on the Drawings and in conformity with this specification. Ill This item shall also include, but not be limited to other constructions activities such as traffic control measures, excavation, removal of all materials encountered in jacking or boring pipe operations, disposal of all material not required in the work, grouting, bulkhead installation, backfilling and re- vegetation. This specification is applicable for projects or work involving either inch -pound a or SI units. Within the text and accompanying tables, the inch -pound units are given preference followed by SI units shown within parentheses. City of Keinille Standard Specifications Item 600 - 16 Pipe and Appurtenances a 1 672 Submittals The submittal requirements for this specification item shall include: A. Shop drawings identifying proposed jacking or boring method complete in assembled position B. Trench Safety Plan including pits, trenches and sheeting or bracing if necessary, C. Design for jacking or boring head, D. Installation of jacking or boring supports or back stop, E. Arrangement and position of jacks and pipe guides, and F. Sealing plan, r 673 Materials 673.01 Pipe: Carrier pipe and encasement pipe shall be the size, type, thickness and class indicated on the Drawings, unless otherwise specified. 673.02 End Seal: End seals shall be sized to securely attach to the exterior of casing and carrier pipe to prevent water, dirt and debris from entering the annular space between the installed pipe. The end seal shall be pull -on, wrap- around or heat shrinkable. No concrete, grout or bricks will be acceptable. ' 673.03 Casing Spacers: Casing spacers shall be constructed of high density polyethylene and shall be sized to securely fasten on to the carrier pipe barrel O.D. They shall be furnished with a minimum runner height to prevent the pipe from resting or sliding on its joint during and after installation. 674 Construction Methods 674.01 General: The Contractor is responsible for: A. Adequacy of jacking and boring operations, B. Installation of support systems as indicated on the Drawings, C. Provision of encasement and carrier pipe, -and D. Execution of work involving the jacking operation, the wet or dry method of boring and the installation of encasement pipe simultaneously. The Contractor shall have sole responsibility for the safety of the jacking and boring operations and for persons engaged in the work. The Contractor's attention is directed to the Construction Industry Occupational Safety and Health Administration (OSHA) Standards (29 FR 1926/1920) as published in U.S. Department of Labor publication OSHA 2207, latest revision, with particular City of Kerrville Standard Specifications Item 600 -17 Pipe and Appurtenances 1 p attention to Subpart S. The Contractor shall conform to the requirements in accordance with "Trench Safety System" and shall provide an appropriate Trench Safety Plan. When the grade of the pipe at the boring end is below the ground surface, suitable pits or trenches shall be excavated to provide sufficient room to conduct the jacking or boring operations and for placement of end joints of the pipe. In order to provide a safe and stable work area, the excavated area shall be securely sheeted and braced to prevent earth caving in accordance with the Trench Safety Plan. The location of the work pit and associated traffic control measures required for the boring operations shall conform to the requirements of the TXDOT Manual on Uniform Traffic Control Devices. Where installation of pipe is required under highways, streets, or other facilities by jacking or boring methods, construction shall be undertaken in such a manner that it will not interfere with operation of any railroad, street, highway, utility or other facility and shall not weaken or damage any embankment or structure. All appropriate permits shall be acquired prior to the initiation of the work. At a minimum bore pit locations on rural highway crossings, must be 30 (thirty) feet from main lanes and on other high -speed (exceeding 40 mph) highways. On low - volume (less than 750 vehicles per day) highways, the bore pit must be 16 (sixteen) feet from main lanes. On urban (curbed) highway crossings, bore pits must be 30 (thirty) feet from high -speed roadways and 3 (three) feet from low - speed roadways. During construction operations, and until the work pits are backfilled and fill material compacted, traffic barricades and warning lights to safeguard traffic and pedestrians shall be furnished and maintained by the Contractor. The Contractor shall submit the proposed pit location and traffic control plan for review by the Engineer or designated representative. The Review by the Engineer or designated representative, however, will not relieve the Contractor from his responsibility to obtain specified results in a safe, workmanlike manner. When grade of pipe at boring end is below ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or boring operations and for joining pipe. Work shall be securely sheeted and braced as indicated on the Trench Safety Plan to prevent earth caving and to provide a safe and stable work area. The pipe shall be bored from the low or downstream end, if possible. Minor lateral or vertical variation in the final position of pipe from line and grade established by Engineer or designated representative will be permitted at the discretion of Engineer or designated representative provided that such variation is City of Kerrville Standard Specifications Item 600 - 18 Pipe and Appurtenances 1 • regular and occurs only in one direction and that the final grade of the flow line conforms to the specified direction. When conforming to details indicated on the drawings, but the bottom of the work pit is unstable or excessively wet or the installation of water and wastewater pipe will result in less than 36 inches of cover, the Contractor shall notify the Engineer or designated representative. The Engineer or designated representative may require the Contractor to install a concrete seal, cradle, cap or encasement or other appropriate action. Positioning of spacers should ensure that the carrier pipe is adequately supported throughout its length. Spacers at each end shall not be further than 6" from the end of the casing regardless of the size of casing and carrier pipe or type of spacer used. Casing spacers shall be doubled on each end of the encasement and shall be installed within one foot on each side of the bell or flange. The maximum spacing for casing spacers is 8 feet. After placement of the carrier pipe is complete, the ends of the encasement pipe shall be sealed with a flexible type end seal as outlined in section 673.02. As soon as possible after the end seals are placed, the work pits or trenches, which are excavated to facilitate these operations, shall be backfilled. The backfill in the street ROW shall be compacted to not less than 95 percent of the maximum density conforming to TXDOT Test Method Tex - 114 -E, "Laboratory Compaction Characteristics & Moisture - Density Relationship of Subgrade & Embankment Soil ". Field density measurements will be made in accordance with M TXDOT Test Method Tex - 115 -E, "Field Method for Determination of In -Place Density of Soils and Base Materials ". The boring shall proceed from a work pit provided for the boring equipment and workmen. Excavation for the work pits and the installation of shoring shall be as outlined in the Trench Safety Plan. The location of the pit shall be approved by the Engineer or designated representative. The boring shall be done mechanically using either a pilot hole or the augur method. In the pilot hole method an approximate 2 inch pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. When the augur method is used, a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation shall be used. Augurs shall be of sufficient diameter to convey the excavated material to the work pit. 1 City of Kerrville Standard Specifications Item 600 - 19 Pipe and Appurtenances 1 Excavated material will be removed from the working pit and disposed of properly. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Water jetting will not be permitted. In unstable soil formations, a gel- forming colloidal drilling fluid, that consists of at least 10 percent of high grade carefully processed bentonite, may be used to consolidate the drill cuttings, seal the walls of the hole and furnish lubrication to facilitate removal of the cuttings from the bore. 675 Cleanup and Restoration It shall be the Contractor's responsibility to keep the construction site neat, clean and orderly at all times. Cleanup shall be vigorous and continuous to minimize traffic hazards or obstructions along the streets and to driveways. Trenching, backfill, pavement repair (as necessary), and cleanup shall be coordinated as directed by the City. The Engineer will regulate the amount of open ditch and may halt additional trenching if cleanup is not adequate to allow for orderly traffic flow and access. Materials at the site shall be stored in a neat and orderly manner so as not to obstruct pedestrian or vehicular traffic. All damaged material shall be removed from the construction site immediately and disposed of in a proper manner. All surplus excavated materials become the property of the Contractor for disposal at his expense. After trenching, the Contractor shall immediately remove all excavated materials unsuitable for or in excess of, backfill requirements. Immediately following the pipe laying Work as it progresses, the Contractor shall backfill, grade and compact all excavations as provided elsewhere and shall immediately clean up and remove all unused soil, waste and debris and restore all surfaces and improvements to a condition equal or superior to that before construction began and to an appearance which complements the surroundings. The Contractor shall grade and dress the top 6 inches of earth surfaces with soil or other material similar and equal to the surrounding, fill and smooth any visible tracks or ruts, replace and re- establish all damaged or disturbed turf or other vegetation and otherwise make every effort to encourage the return of the entire surface and all improvements to a pleasant appearance and useful condition appropriate and complementary to the surroundings and equal or similar to that before construction began. Permanent pavement replacement, if necessary, shall begin immediately after all testing of each segment of piping is satisfactorily completed. 676 Measurement & Payment 676.01 Measurement: Pipe will be measured by the linear foot for the various types, sizes and classes. Parallel lines will be measured individually. City of Kerrville Standard Specifications Item 600 - 20 Pipe and Appurtenances 1 Where a line ties into an existing system, the length of the new line will be measured from the visible end of the existing system at the completed joint. 1 Unless otherwise indicated, the length of water and wastewater lines will be measured along pipe horizontal centerline stationing through fittings, valves, manholes, and other appurtenances. Unless otherwise provided, no measurement for ductile fittings will be made, but shall be considered subsidiary to the various bid items in the contract. Stormwater pipe will be measured along the slope of the pipe. Where drainage pipe ties into inlets, headwalls, catch basins, manholes, junction boxes or other structures that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. Excavation and backfill, when included as pipe installation will not be measured as such but shall be included in the unit price bid for constructing pipe and measured as pipe complete in place including excavation and backfill. When pay items are provided for the other components of the system, measurement will be made as addressed hereunder. 676.02 Payment: Payment for pipe, measured as prescribed above, will be made at the unit price bid per linear foot for the various sizes of pipe, of the materials and type indicated, unless unstable material is encountered or trench excavation and backfill is bid as a separate item. The casing spacers and end seals will not be paid for directly but will be considered subsidiary to the pay item for the casing. 1 1 1 • 1 1 1 City of Kerrville Standard Specifications Item 600 - 21 Pipe and Appurtenances 1 1 1 Separation Distances Section 700 1 710 General Requirements ' Separation distances criteria are the minimum requirements to be used within the jurisdiction of the City of Kerrville. The jurisdiction of the City of Kerrville is defined as the area bound by the ETJ of the City of Kerrville. ' 720 Separation Distances - Wastewater and Water Lines Separation Distances Between Wastewater Lines and Water Lines; and Manholes and Water Lines. Where new wastewater lines or manholes are installed in compliance with the requirements of this subchapter, they shall be ' installed no closer than nine feet, in any direction, from any water lines, measured from the outside of the wastewater line or manhole to the outside of the water line. Wastewater lines shall be installed in separate trenches from ' water lines. Where nine feet of separation cannot be achieved, the project shall comply with the requirements in paragraphs (720.01) — (720.04) of this subsection. 720.01 New Wastewater Lines - Parallel Lines. Where new wastewater lines are installed parallel to an existing water line, the horizontal separation ' distance shall be no less than four feet and the vertical separation shall be no less than 2 feet (outside to outside), with the water line above the wastewater line. The wastewater line shall be constructed of pipe material and joints 1 having a minimum pressure rating of 150 psi. 720.02 New Wastewater Lines - Wastewater Lines Crossing Water Lines. ' Where new wastewater lines are installed crossing an existing waterline, the vertical separation shall be no less than two feet or more below a water line, at a crossing angle between 75 degrees and 90 degrees, with, pipe segment ' lengths of 18 feet or greater. With these types of installations, one segment of the wastewater pipe shall be centered under •the potable water line such that the joints of the wastewater pipe are equidistant from the center line of ' the potable water line. Whenever possible, the crossing shall be centered between the joints of the potable water line. All wastewater pipe within a distance of 9 feet from the water line, in every direction as measured perpendicularly from any point on the water pipe to the wastewater pipe, shall have either a pressure rating for both joints and pipe of 150 psi or have a pipe stiffness of at least 115 psi with compatible joints. 720.03 New Wastewater Lines - Other Crossings. Any wastewater line crossing which is not installed two feet or more below the water line, City of Kerrville Section 700 -1 Separation Distances installed at a crossing angle of less than 75 degrees, or which uses pipe segment lengths Less than 18 feet in length, shall be installed with the same requirements as those detailed in section 720.02 of this item, with the addition that the minimum distance between the outside of any wastewater line and the outside of any water line shall be 6 inches and that all portions of wastewater pipe, which are not rated at a minimum pressure of 150 psi for both joints and pipe, which are within 9 feet of the water line, as measured perpendicularly from any point on the water pipe to the wastewater pipe, shall be embedded in cement stabilized sand. Where cement stabilized sand is used, the sand shall have a minimum of 10 percent cement per cubic yard of cement stabilized sand mixture, based on loose dry weight volume (at least 2.5 bags of cement per cubic yard of mixture. The cement stabilized sand bedding shall be a minimum of 6 inches above and one quarter of the pipe diameter on either side and below the sewer pipe. 720.04 Manholes and Water Lines. If a manhole is to be placed at a distance of less than 9 feet from a water line, the water line shall be encased in a new encasement, a minimum of 18 feet long, with a pressure rating of at least 150 psi with a nominal diameter of at least two sizes larger than the existing or proposed water line. The space around the carrier pipe shall be supported at 5 foot intervals with spacers or be filled to the spring line with washed sand. The encasement pipe shall be centered on the crossing and both ends sealed with cement grout or manufactured seal. 730 Separation Distances — Type I Reclaimed Water 730.01 Potable Water Line Reclaimed water piping shall be separated from potable water piping by a horizontal distance of at least nine feet. Where the nine foot separation distance cannot be achieved, the reclaimed water piping must meet the line separation requirements of Section 720 of this section. The requirements of Section 720 of these specifications shall be followed, with "reclaimed water line" substituted for "wastewater line ". 730.02 Wastewater Line Where a reclaimed water line parallels a wastewater line, the reclaimed water line shall be constructed in accordance with these specifications. The horizontal separation distance shall be three feet (outside to outside) with the reclaimed water line at the level of or above the sewer line. Reclaimed water lines which parallel sewer lines may be placed in the same benched trench provided the three feet separation is provided. City of Kerrville Section 700 -2 Separation Distances - 1 • Where a reclaimed water line crosses a sewer line, the requirements of Section 720 of these specifications shall be followed, with "reclaimed water line" substituted for "water line ". 730.03 Acceptance Testing Acceptance testing shall conform to Section 800 of Standard Specifications. 730.04 TNRCC Special Design Criteria for Reclaimed Water Systems. All construction plans shall be reviewed for compliance with TNRCC Chapter 210 requirements. 1 1 1 1 1 1 1 1 1 . City of Kerrville Section 700 -3 Separation Distances 1 Acceptance Testing Section 800 810 General Requirements 810.01 Acceptance testing criteria are the minimum requirements to be used within the jurisdiction of the City of Kerrville. The jurisdiction of the City of Kerrville is defined as the area bound by the ETJ of the City of Kerrville. This includes any private system which will connect or which may connect to City utilities. 810.02 Calibration of all gauges pressure or vacuum gauges shall have a sticker affixed upon the gauge certifying it has been calibrated within the preceding six months before the equipment is allowed to be used for acceptance testing. 810.03 The Contractor will not be permitted to load the new piping by opening a valve connected to an existing system. The Contractor may use an existing service or install a new service in the existing main. The connection shall be installed with a mechanical backflow prevention device and shall be metered. 820 Water Main Testing 821 Acceptance Testing of Water Main 821.01 Laboratory Testing of Backfill — Backfill must meet the requirements ' as set forth in Section 600 and as shown in the standard details. During construction the backfll for water mains must be compacted to 95 -100% Standard Proctor (ASTM D -698) and field density tests must be taken and ' compared to the corresponding proctor horizontally every 100 linear feet at a vertical depth of 2 -ft. Backfill with too much moisture that, upon a visual inspection, shows pumping will be rejected and require drying and ' reworking. Backfill that fails a density test must be recompacted for a length and depth specified by the inspector and retested. All tests must be done in the presence and under the direction of a city inspector. Copies of all tests must be forwarded to the City Engineer or his designated representative . within two weeks of the test date. The City Engineer or a city inspector may require testing at intervals greater than described if needed. 821.02 Hydrostatic Testing: After the pipe has been installed and backfilled and all service laterals, fire hydrants and other appurtenances installed and connected, a pressure test, followed by a leakage test, shall be conducted by the Contractor and witnessed by a City of Kerrville Inspector. The use of a reduced pressure zone (RPZ) backflow prevention device shall be used when City of Kerrville Standard Specifications Section 800- 1 Acceptance Testing loading the water main (see Water details, Section 380). The Contractor will furnish all the equipment required for the tests. Before applying the specified test pressure, all air shall be expelled from the pipe. If permanent air vents are not located at all high points, the Contractor shall install corporation cocks at such points. All water services and fire hydrant leads, with the main 6 -inch gate valve open, the hydrant valve seats closed and nozzle caps open, shall be included in the test. A. Pressure Test: New mains shall be hydrostatically field tested before acceptance by being placed under 1.5 times system pressure, (or 175 psi) for a period of not less than 24 hours. It is the intent of these specifications that all joints be watertight and that all joints which are found to leak either by observation or during any test shall be made watertight by the Contractor. Repairs shall be made by the Contractor to correct any leaking or defective materials. B. Pressure Pipe Leakage Test: A leakage test will follow the pressure test and be conducted on lengths not to exceed 1000 feet or each valved section. The leakage test shall be at 150 psi for at least 2 hours and not to exceed 6 hours. C. Allowable Leakage: Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe or any valved section thereof to maintain pressure within 5 psi of the specified test pressure after the pipe has been filled with water and the air has been expelled. Leakage shall not be measured by a drop in pressure in a test section over a period of time. Allowable leakage shall be defined as any leakage under the following formula: L = SD(P) / 133,200 Where: L = allowable leakage, in gallons per hour S = length of pipe tested, in feet D = nominal diameter of the pipe, in inches P = average test pressure during the leakage test, in psig If repairs are required, the hydrostatic field test shall be repeated until the pipe installation conforms to the specified requirements and is acceptable by the City Engineer. D. Location and Correction of Leakage: If such testing discloses leakage in excess of this specified allowable, the Contractor, at his City of Kerrville Standard Specifications Section 800- 2 Acceptance Testing 1 expense, shall locate and correct all defects in the pipe line until the leakage is within the indicated allowance. All visible leakage in pipe shall also be corrected by Contractor at his own expense. E. Operation of valves: No valve in the City's water distribution system shall be operated by the Contractor without prior authorization by the City. The Contractor shall notify the City when a valve is to be operated and shall operate the valve only in the presence of the City's representative. 821.03 Disinfection of Potable Water Lines: The Contractor shall protect all piping materials from contamination during storage, handling and installation. Prior to disinfection, the pipeline interior shall be clean, dry and unobstructed. All openings in the pipeline shall be closed with watertight plugs when pipe laying is stopped at the close of the day's work. Water for the Work shall be metered and furnished by the Contractor. However, fees for water usage will be waived on Capital Improvement Proj ects. The Contractor, at his expense, will supply the test gauges and the Sodium Hypochlorite conforming to ANSI /AWWA B300, which contains approximately 5 percent to fifteen percent available chlorine. Calcium Hypochlorite conforming to ANSLAWWA B300, which contains approximately 65 percent available chlorine by weight, may be used in granular form or in 5 g tablets for 16" diameter or smaller lines. During construction, granules or tablets shall placed in the pipe for disinfection. Water mains and appurtenances must be completely installed, flushed, disinfected, and satisfactory bacteriological sample results received prior to permanent connections being made to the active distribution system. ' A. Procedure and Dosage: Connection to the existing system will be allowed with a valve arranged to prevent the strong disinfecting dosage from flowing back into the existing water supply piping. The ' valve shall be kept closed. No other connection shall be made until the disinfection of the new line is complete and the water samples have met the established criteria. The valve shall remain closed at all ' times. The new pipeline shall not be filled by opening the valve to the existing system. The new pipeline shall be filled completely by using an existing service or by installing a new service. Regardless 1 of the method used, a backflow prevention device shall be installed. Every part of the line shall contain a minimum concentration of 50 ppm available chlorine. 1 City of Kerrville Standard Specifications Section 800- 3 Acceptance Testing 1 The disinfecting solution shall be retained in the piping for at least 24 hours and all valves, hydrants, services, stubs, etc. shall be operated so as to disinfect all their parts. After this retention period, the water shall contain no less than 25 parts per million chlorine throughout the treated section of the pipeline. The heavily chlorinated water shall then be carefully flushed from the potable water line until the chlorine concentration is no higher than the residual generally prevailing in the existing distribution system or approximately one part per million. Proper planning and appropriate preparations in handling, diluting, if necessary, and disposing of this strong chlorine solution is necessary to insure that there is no injury or damage to the public, the water system or the environment. Additionally an authorized representative of the City must witness the flushing. Approval for discharge of the diluted chlorine water or heavily chlorinated water into the wastewater system must be obtained from the Water and Wastewater Utility Department. The line flushing operations shall be regulated by the Contractor so as not to overload the wastewater system or cause damage to the odor feed systems at the lift stations. B. Bacteriological Testing: After final flushing of the strong disinfecting solution, water samples from the line will be tested for bacteriological quality by the City and must be found free of coliform organisms before the pipeline may be placed in service. One test sample will be drawn from the end of the main and additional samples will be collected at intervals of not more than 1000 feet along the pipeline. All stubs shall be tested before connections are made to existing systems. The Contractor, at its expense, shall install sufficient sampling taps at proper locations along the pipeline. Each sampling tap shall consist of a standard corporation cock installed in the line and extended with a copper tubing gooseneck assembly. After samples have been PI collected, the gooseneck assembly may be removed and retained for future use. Samples for bacteriological analysis will only be collected from 1 suitable sampling taps in sterile bottles treated with sodium thiosulfate. Samples shall not be drawn from hoses, fire hydrants or unregulated sources. The City, at its expense, will fumish the sterile sample bottles and collect the test samples. Testing fees will be paid by the Contractor at the time of sampling. If the initial disinfection fails to produce acceptable sample test results, the disinfection procedure shall be repeated. Before the City of Kerrville Standard Specifications Section 800- 4 Acceptance Testing 1 piping may be placed in service, satisfactory test results must be ' obtained. An acceptable test sample is one in which: (1) the chlorine level is similar to the level of the existing distribution system; (2) there is no 1 free chlorine and (3) the total coliform count is zero. An invalid sample is one, which has excessive free chlorine, silt or non- coliform growth. If invalid sample results are obtained for any pipe, the 1 Contractor may, with the concurrence of the Inspector, flush the lines and then collect a second series of test samples for testing by the City. After this flushing sequence is completed, any pipe with one or more failed samples must be disinfected again in accordance with the approved disinfection procedure followed by appropriate sampling and testing of the water. The City of Kerrville Laboratory will notify the assigned City of Kerrville Inspector in writing of all test results. The Inspector will subsequently notify the Contractor of all test results. The Laboratory will not release test results directly to the Contractor. 830 Wastewater Testing 831 Acceptance Testing of Wastewater Manholes Manholes shall be tested separately and independently of the wastewater lines. 831.01 Vacuum Method: A pre- vacuum test shall be performed by the Contractor after assembly and prior to backfilling. A vacuum test will be performed after backfill and base installation. 1 All lift holes and exterior joints shall be plugged with a non - shrink grout prior to backfilling. No grout shall be placed in horizontal joints prior to testing. Testing after backfill and compaction are complete will be the basis for acceptance of the manhole. A. Equipment: • ' I. Plug Design: Pneumatic plugs shall be used. All plugs shall be designed to resist internal testing pressures without the aid of external bracing or blocking. 2. Singular Control Panel: To facilitate test verification by the Inspector, all air used shall pass through a single, above ground control panel. City of Kerrville Standard Specifications Section 800- 5 Acceptance Testing 1 1 3. Equipment Controls: The above ground air control equipment shall include a shut -off valve, pressure regulating valve, pressure relief valve, input pressure gauge and a continuous monitoring pressure gauge having a pressure range from 0 to at least 10 psi. The continuous monitoring gauge shall be no less than 4 inches in diameter with minimum divisions of 0.10 psi and an accuracy of +/-0.04 psi. 4. Separate Hoses: Two separate hoses shall be used to: (1) connect the control panel to the sealed line for introducing low- pressure air, and (2) a separate hose connection for PI constant monitoring of air pressure build up in the line. This requirement greatly diminishes any chance for over pressuring the line. A separate hose shall also be required to inflate the pneumatic plugs from the above ground control panel. B. Procedures: 1 1. 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 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 prior to testing. 2. 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. 3. 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 P ort with the valve open. When a vacuum of 10 inches of mercury has been attained, the valve shall be closed and the time noted. Tampering with the test equipment will not be allowed. Vacuum gauges shall not show evidence of sticking, and gauge that shows evidence of City of Kerrville Standard Specifications Section 800- 6 Acceptance Testing 1 sticking shall be replaced with a calibrated gauge prior to any additional testing. 4. The manhole shall have passed the test if the vacuum does not drop below 9 inches of mercury within 2 minutes. The actual vacuum shall be recorded at the end of the test time minutes during which the valve was closed. 5. When the standard vacuum test cannot be performed because of design or material, testing shall be performed as directed by the City Engineer. 831.02 Smoke Testing: All rings and covers shall be smoke tested by City personnel upon completion of project and prior to final acceptance. Any defects shall be repaired. 831.03 Failure to Pass the Test -- Records of Tests: If the manhole fails to pass the initial test method as described in (1) Test by the Vacuum Method, the Contractor shall locate the leak, if necessary by disassembly of the manhole, checking gaskets and replacing if necessary, re- lubrication and re- assembly, or Contractor may install an acceptable exterior joint sealing product on all joints and then retested. If any manhole fails the vacuum ' twice, the Contractor shall consider replacing that manhole. If the Contractor chooses to attempt to repair that manhole, the manhole must be retested until it passes. In no case shall cold applied preformed plastic gaskets be used for repair. Records of all manhole repairs /testing shall be made available to the City Engineer prior to acceptance. Any damaged or visually defective products, or any products out of acceptable tolerance shall be removed from the site. At a minimum, test records on all manholes that fail, shall include the following and shall be part of the project records turned in with the acceptance package. Name of the manhole manufacturer Date tested/date re- tested • Passed/failed and state what was done to correct the problem Test Method Used Location/station of manhole Precast/cast -in- place bottom Type of Coating Any repairs made to the joints. 831.04 Inspection: The City Engineer Representative shall make a visual inspection of each manhole after it has passed the testing requirements and is considered to be in its final condition. The inspection shall determine the 1 1 City of Kerrville Standard Specifications Section 800 - 7 Acceptance Testing i1 completeness of the manhole; any defects shall be corrected to the City Engineer satisfaction. The City Engineer Representative may, at any time, require a calibration check of the instrumentation used. The Vacuum gauge shall have a calibration sticker within the last six (6) months. Ii 832 Quality Testing for Installed Pipe 832.01 Laboratory Testing of Backfill — Backfill must meet the requirements as set forth in Section 600 and as shown in the standard details. During construction the backfill for sewer mains must be compacted to 95 -100% 1 1 Standard Proctor (ASTM D -698) for 4 -10 feet of cover or 95 -100% of Modified Proctor (ASTM D -1557) for more than 10 feet of cover and density tests must be taken and compared to the corresponding proctor horizontally 1 every 100 linear feet and vertically at the following depths (depending on depth of sewer main): 2 ft, 5 ft, 7.5 ft, 10 ft, 12.5 ft. Backfill that fails a • density test must be recompacted for a length and depth specified by the inspector and retested. In addition, where Moisture Sensitive Material is used as backfill (See Section 600 and standard details) the material must be II within 3% (+ or -) of the optimum moisture content for the respective proctor, otherwise it will be wetted (or dried) and reworked as necessary. Backfill with too much moisture that, upon a visual inspection, shows pumping will be rejected and require drying and reworking. All tests must be done in the presence and under the direction of a city inspector. Copies of all tests must be forwarded to the City Engineer or his designated representative within two weeks of the test date. The City Engineer or a city inspector may require testing at intervals greater than described if needed. I III 832.02 Low Pressure Air Test of Plastic Gravity Flow Wastewater Lines: A. General: Wastewater lines shall be air tested between manholes. Backfilling to grade shall be completed before the test and all laterals and stubs shall be capped or plugged by the Contractor so as not to allow air losses, which could cause II an erroneous, test result. Manholes shall be plugged so they are isolated from the pipe and cannot be included in the test. All plugs used to close the sewer for the air test shall be • I� capable of resisting the internal pressures and must be securely braced. Place all air testing equipment above ground and allow no one to enter a manhole or trench where a plugged sewer is under pressure. Release all pressure before the plugs are removed. The testing equipment used must include a pressure relief device designed to relieve pressure in the sewer under test at 10 psi or less and must allow continuous monitoring of the test pressures in order to avoid City of Kerrville Standard Specifications Section 800- 8 Acceptance Testing , excessive pressure. Use care to avoid the flooding of the air inlet by infiltrated ground water. (Inject the air at the upper plug if possible.) Use only qualified personnel to conduct the test. B. Ground Water: During construction any ground water shall be noted on the approved construction drawings. If ground water is noted during construction, test holes shall be dug to the pipe zone at intervals of not more than 100 feet and the average height of ground water above the pipe (if any) shall be determined before starting the test. C. Test Procedure: The City Engineer may, at any time, require a calibration check of the instrumentation used Use a pressure gauge having minimum divisions of 0.10 psi. All air x; used shall pass through a single control panel. Clean the sewer L to be tested and remove all debris where indicated. Wet the ^a' sewer prior to testing. The average back pressure of any ?' +± groundwater shall be determined (0.433 psi) for each foot of average water depth (if any) above the sewer. Add air slowly to the section of sewer being tested until the internal air pressure is raised to 4.0 psig greater than the average back pressure of any ground water that may submerge the pipe. After the internal test pressure is reached, allow at least 2 minutes for the air temperature to stabilize, adding only the amount of air required to maintain pressure. After the temperature stabilization period, disconnect the air supply. Determine and record the time in seconds that is required for the internal air pressure to drop from 3.5 psig to 2.5 psig greater than the average back pressure of any ground water that may submerge the pipe. Compare the time recorded with the specification time for the size and length of pipe as given in the following table: City of Kerrville Standard Specifications Section 800- 9 Acceptance Testing 1 Table For Low Pressure Air Testing of Plastic Pipe: Pipe Diameter Minimum Time Length of Pipe for Time for Longer (Inches) (Seconds) Minimum Time Length of Pipe (Feet) (Seconds) 6 340 398 0.855(L) 8 454 298 1.520(L) 10 567 239 2.374(L) 0 12 680 199 3.419(L) 15 850 159 5.342(L) 18 1020 133 7.693(L) 21 1190 114 10.471(L) 24 1360 100 13.676(L) 1 The test may be stopped if no pressure loss has occurred during the first 25% of the calculated testing time. If any pressure loss or leakage has occurred during the first 25% of the test period, then the test shall continue for the entire test duration as outlined above or until failure. 1 Any drop in pressure, from 3.5 psig to 2.5 psig (adjusted for groundwater level), in a time less than that required by the above table shall be cause for rejection. Low- pressure air tests must conform to the procedure described in ASTM C -924 or other equivalent procedures. 832.03 Pressured Sewer/Forced Mains Test: The use of a reduced pressure zone (RPZ) backflow prevention device shall be used when loading the force main from the city's potable water mains (see Sewer Details, Section 480). Leakage in the pressure sewer hydrostatic test shall be defined as the quantity of water that must be supplied into the pipe or any valved section thereof, to maintain pressure within 5 pounds per square inch of the specified test pressure after the air in the pipeline has been expelled. The test pressure shall be 50 psi above the normal operating pressure. The minimum test time is 4 hours. The maximum allowable leakage shall not exceed 10 gallons per inch diameter per mile of pipe per day. If the quantity of leakage exceeds the maximum amount calculated, remedial action shall be taken to reduce the leakage to an amount within the allowable limit. 832.04 Effluent/Reuse Line Pressure Testing: Shall be performed in , accordance with Section 821.01 Hydrostatic Testing of Water Mains. In no 1 City of Kerrville Standard Specifications Section 800- 10 Acceptance Testing , a 1 case shall the allowable leakage be greater than that specified in the TNRCC Chapter 317.2. 832.05 Deflection Test: Deflection tests shall be performed on all flexible pipes. For pipelines with inside diameters less than 27 inches, a rigid mandrel shall be used to measure deflection. The test shall be conducted after the final backfill has been in place at least 30 days. No pipe shall exceed a deflection of five percent. If a pipe should fail to pass the deflection test, the problem shall be corrected and a second test shall be conducted after the final backfill has been in place an additional 30 days. The tests shall be performed without mechanical pulling devices. The design engineer should recognize that this is a maximum deflection criterion for all pipes and a deflection test less than five percent may be more appropriate for specific types and sizes of pipe. Upon completion of construction, the design engineer or other Texas Registered Professional Engineer appointed by the owner shall certify, to the City Engineer, that the entire installation has passed the deflection test. This certification may be made in conjunction with the notice of completion. Test(s) must be performed without mechanical pulling devices and must be witnessed by the City Engineer or his designated representative. Any deficiencies noted shall be corrected by the Contractor and the test(s) shall be redone. The rigid mandrel shall have an outside diameter (O.D.) equal to 95% of the inside diameter (I.D) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for I.D. controlled pipe, all dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. The rigid mandrel shall be constructed of a metal material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 100% of the inside diameter of the pipe. A proving ring shall be provided and used for each size mandrel in use. Contractor shall submit his proposed pipe mandrels and proving rings to the City Engineer or his designated representative for concurrence prior to testing the line. Method Options: a) Adjustable or flexible mandrels are prohibited. City of Kerrville Standard Specifications Section 800- 11 Acceptance Testing b) A television inspection is not a substitute for the deflection test. c) A deflectometer may be approved for use on a case by case basis. d) Mandrels with removable legs or runners will be accepted. 833 WASTEWATER MAIN TELEVISION INSPECTION 833.1 DESCRIPTION: The Contractor shall furnish all labor, materials, equipment, and incidentals to provide the televising and videotaping of sewer lines and manholes utilizing a color, closed- circuit television inspection unit to determine their condition. 833.2 GENERAL: After construction of the sanitary sewer main, the newly constructed sanitary sewer shall be televised immediately upon cleaning and flushing. Any abnormalities such as, but not limited to, misaligned joints, cracked/defective pipe, rolled gaskets, shall be repaired. Sections requiring repair shall be re- televised to verify condition of repair. 833.3 EXECUTION: The Contractor shall provide a VHS videotape and logs of the televised inspection for review. The television unit shall also have the capability of displaying in color, on VHS videotape, pipe inspection observations such as pipe defects, sags, points of root intrusion, offset joints, service connection locations, and any other relevant physical attributes. Each tape shall be permanently labeled with the following: Project name; Date of television inspection; Name of City Inspector observing; Station to station location and size of sanitary sewer; Street/easement location; Name of Contractor; Date tape submitted; and Tape number. The Contractor shall provide a line diagram area sketch and written log for each completed segment of videotaped sewer main describing the section being televised, flow and camera direction, position of service connections, description and location of failures, pipe condition, weather conditions, and other significant observations. The television inspection equipment shall have an accurate footage counter which displays on the monitor the exact distance of the camera from the center of the starting manhole. A camera with rotating and panning lens capabilities is required. The camera height shall be centered in the conduit being televised. The speed of the camera through the conduit shall not exceed 40 feet per minute. The Contractor shall be required to have all materials, equipment, and labor force necessary to complete all videotaping on the job site prior to isolating the sewer manhole segment and beginning videotaping operations. The Contractor shall not be allowed to float the camera. There may be occasions during the 1 televised inspection of a manhole section when the camera will be unable to pass an obstruction. At that time, and prior to proceeding, the Contractor shall contact the Project City of Kerrville Standard Specifications Section 800- 12 Acceptance Testing 4 Inspector. If the length of sewer line cannot be televised because of obstructions, the Contractor shall clean the system as is necessary. If, in the opinion of the Inspector, the obstruction is attributed to a collapsed main or pipe deflection, televising shall be suspended. • 840 STORM DRAINAGE PIPE TELEVISION INSPECTION 840.01 Laboratory Testing of Backfill — Before construction may begin sample proctors of the soil must be taken by a certified geotechnical lab at each location of the storm drainage pipe where the soil classification changes. During construction the backfill for storm drainage pipe must be compacted to 95 -100% Standard Proctor (ASTM D- I 698) for 4 -10 feet of cover or 95 -100% of Modified Proctor (ASTM D -1557) for more than 10 feet of cover and density tests must be taken and compared to the corresponding proctor horizontally every 100 linear feet and vertically at the following depths (depending on depth of storm drainage pipe): 2 ft, 5 ft, 7.5 ft, 10 ft, and 12.5 ft. Backfill that fails a density test must be recompacted for a length and depth specified by the inspector and retested. In addition, where Moisture Sensitive Material is used as backfill (See Section 600 and standard details) the material must be within 3% (+ or -) of the optimum moisture content for the respective proctor, otherwise it will be wetted (or dried) and reworked as necessary. Backfill with too much moisture that, upon a visual inspection, shows pumping will be rejected and require drying and reworking. All tests must be done in the presence and under the direction of a city inspector. Copies of all tests must be forwarded to the City Engineer or his designated representative within two weeks of the test date. The City Engineer or a city inspector may require testing at intervals greater than described if needed. 1 840.02 Storm Drainage Pipe Television Inspection - Storm drain pipe shall be inspected by television in the same manner as a wastewater main per specification item 833. 1 850 PAVEMENT TESTING 850.01 Laboratory Testing of Embankment and Subgrade — Embankment and subgrade will be tested for density and moisture content at the rates specified in Section VII Road Design And Construction, Kerr County Subdivision Rules and Regulations. 1 850.02 Laboratory Testing of Asphalt Base and Surface — Asphalt base and surfaces courses must meet the requirements as set forth in Section VII Road Design And Construction, Kerr County Subdivision Rules and Regulations. 850.03 Laboratory Testing of Flexible Base for Concrete — Flexible base for Portland 1 cement concrete will be tested and must meet the requirements as set forth in Section VII Road Design And Construction, Kerr County Subdivision Rules and Regulations. 1 850.04 Laboratory Testing of Concrete Pavement — Portland cement concrete pavement will 1 City of Kerrville Standard Specifications Section 800- 13 Acceptance Testing u be tested and must meet the requirements as set forth in Section VII Road Design And Construction, Kerr County Subdivision Rules and Regulations. i pi J II X a p a a I i1 a City of Kerrville Standard Specifications Section 800- 14 Acceptance Testing t III