instructions to bidders to bidders page 4 of 5 the contractor shall not participate either directly...

304

Upload: lamhanh

Post on 26-May-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 2: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Instructions to Bidders Page 1 of 5

INSTRUCTIONS TO BIDDERS 1. PROPOSAL FORM: The Bidder may use the original proposal forms included in these bid documents or the Bidder may substitute a computer-generated proposal for the original proposal included in these bid documents. The Substitute Proposal shall also be signed by the Bidder. Any discrepancy in items between the Substitute Proposal and the original proposal form, the original proposal form shall govern. If the Substitute Proposal changes the intent of a bid item or contains an error in the quantities, unit prices, or extension of prices, the Owner may reject the bid submitted. 2. DELIVERY OF PROPOSAL: Proposal shall be delivered directly to the Office of the Director of Public Works and Transportation, 2nd Floor, City Hall, 101 West Abram Street, Arlington TX, 76010. It shall be the Bidder's responsibility to ensure delivery of his proposal at the proper place by the time stated in the Notice to Bidders. The mere fact that a proposal was dispatched will not be considered.

• Each Proposal shall be in a sealed envelope plainly marked with the words “BID DOCUMENTS” or “BID PROPOSAL” with the name or description of the project as shown on the front cover of the Contract Documents.

• Any bids received after closing time will be returned unopened.

• The Bidder shall acknowledge receipt of the addendum(s) either on the front of the envelopes OR in the appropriate spaces provided in the addendum and include the acknowledgment/acceptance in the sealed bid. Addendum(s) not acknowledged will be considered non-responsive and the bid will not be read.

• All bid items in the proposal including alternate and addendum items must be filled with a numeric value, including zero value. Bid items with blanks or dashes will be considered as non-responsive items and the bid will not be eligible for award consideration.

3. BID SECURITY: Each bid must be accompanied by a certified or cashier's check or an approved bidder's bond made payable to the Owner in an amount of five (5%) percent of the largest possible total of the bid as a guarantee that, if awarded the contract, the Bidder will enter into a Contract and execute all necessary bonds. 4. PERFORMANCE, PAYMENT AND MAINTENANCE BONDS: Performance, payment and maintenance bonds in the amount of not less than one hundred percent (100%) of the contract price conditioned upon the faithful performance of the contract, and upon payment of all persons supplying labor or furnishing materials, will be required upon the forms which are a part of the Contract Documents. Bonds shall be executed by a surety company acceptable to and approved by the Owner, authorized to do business in the State of Texas and acceptable for underwriting of risks as indicated by the latest revision, Treasury Department Circular 570, listing acceptable sureties on Federal Bonds. The period of the Maintenance Bond shall be two years from the date of acceptance of all work done under the Contract, to cover the guarantee as set forth in the Special Conditions. 5. PREQUALIFICATION OF BIDDERS: All Bidders on this project must be prequalified to perform water and sanitary sewer work by the City of Arlington prior to the opening of bids. Bids received not in compliance with the prequalification requirements will not be opened.

Page 3: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Instructions to Bidders Page 2 of 5

Subcontractors performing the following work types must also be prequalified:

Asphalt Paving Bridgework Channel Lining Concrete Paving Concrete Structures Demolition Earthwork Fencing Gabions Landscaping Miscellaneous Concrete Modular Block Wall with Anchor/Tie-Backs Modular Block Gravity Wall Sidewalk Storm Sewer Streetlights Street Repair Subgrade Preparation Traffic Signals

The lowest responsible bidder will be required to submit a list of subcontractors and the type of work they will be performing to verify status of prequalification. If the required prequalification is not met, the lowest responsible bidder will be required to provide a substitute prequalified subcontractor or the bid will be rejected. Application for prequalification of subcontractors will not be accepted after the bid is opened. For information related to prequalification status, please contact the Department of Public Works and Transportation. To obtain prequalification status, application forms must be completed and returned to the Department of Public Works and Transportation. Processing time varies and may take up to three weeks to process. The mere fact that an application was submitted does not guarantee or constitute approval of prequalification status. 6. BIDDERS KNOWLEDGE OF CONDITIONS: Prior to submission of a proposal, bidders shall have made a thorough inspection of the site of work and a thorough examination of the plans and specifications, and shall become informed as to the nature of the work, labor conditions, and all other matters that may affect the cost and time of completion of the work. 7. INTERPRETATION OF DOCUMENT: If any person contemplating submitting a bid is in doubt as to the meaning of any part of the plans, specifications, or other proposed contract documents, he may submit to the engineer a written request for an interpretation thereof at least seven (7) days prior time for opening of bids. The person submitting the request will be responsible for its prompt delivery. Any interpretation of these documents will be made only by addendum duly issued and a copy of such addendum will be issued to each person receiving a set of such documents. The Owner will not be responsible for any other explanations or interpretations. 8. AWARD OF CONTRACT: It is the intent of the City of Arlington that this project be completed as quickly and economically as is feasible. A tabulation of the bids received will be

Page 4: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Instructions to Bidders Page 3 of 5

prepared for consideration by the City Council. It is anticipated that the BEGIN WORK DATE will be approximately two months after the date of bid opening. 9. ALTERNATE BIDS: No bids for alternate work items shall be submitted except as shown on the Proposal. The Owner reserves the right to choose either the base bid or alternate bid whichever is most advantageous to the Owner. There will be no adjustments to unit prices bid due to the Owner's choice of alternate bids. 10. AFFIDAVIT AGAINST PROHIBITED ACTS: It shall be the lowest responsible bidder's responsibility to complete this affidavit (Section 4 of the Contract Documents) prior to execution of the contract by the City of Arlington. Failure to complete this form may prohibit the contractor's ability to secure the contract. 11. SOIL INVESTIGATION: Investigation of soil is not performed on this project. 12. BID TABULATION: A tabulation of all bids will be available on City’s web page http://www.arlington-tx.gov/finance/purchasing/bidding-procurement/public-works-transportation-bidding-opportunities/ within five (5) working days of the bid opening. 13. ADDENDUM: The Owner reserves the right to issue addendum(s) to the Plans, Proposal, Specifications, and Special Provisions. Bidders who are current registered vendors with the City’s Supplier Portal will be notified via the portal notification process and the addendum(s) may be downloaded from the Supplier Portal. Bidders who obtained the bid documents from the Map Room will receive the addendum(s) via email. It shall be the Bidder's responsibility to ensure that he/she is aware of any and all addendum(s) issued by the Owner. 14. TITLE VI: The City of Arlington, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all vendors that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Vendor will abide and ensure compliance with all terms of Appendix A of the USDOT Standard Title VI Assurances as listed below. Appendix A of the USDOT Standard Title VI Assurances During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: (1) Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in Federally-Assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment.

Page 5: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Instructions to Bidders Page 4 of 5

The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. (4) Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City of Arlington or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City of Arlington, or the Texas Department of Transportation as appropriate, and shall set forth what efforts it has made to obtain the information. (5) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the City of Arlington shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to:

(a) withholding of payments to the Contractor under the contract until the Contractor complies, and/or

(b) cancellation, termination or suspension of the contract, in whole or in part.

(6) Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the City of Arlington or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the City of Arlington to enter into such litigation to protect the interests of the City of Arlington, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 15. FORM 1295: Effective January 1, 2016, the Texas Legislature, House Bill 1295 requires all business entity to file an electronic disclosure of interested parties (Form 1295) to the Texas Ethic Commission (TEC) for any contracts requiring City Council approval. As soon as it’s available, the minute order number of the contract will be forwarded to the lowest responsible bidder to complete his filing online with TEC. At that time, the contractor will be required to swear or affirm that the information entered is true and correct. A signed and notarized copy of the filing must be submitted to the City with the executed contracts within the time frame indicated on the award letter. Failure to include Form 1295 with return of the contracts will result in the contracts not being processed.

Page 6: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Instructions to Bidders Page 5 of 5

FAQ's for Form 1295 can be found on the Texas Ethics Commission web page, https://www.ethics.state.tx.us/whatsnew/FAQ_Form1295.htm. Definition of “Interested Party” can be found on Texas Ethics Commission Rules and Definitions web site, https://www.ethics.state.tx.us/tec/1295-Info.htm 16. TEXAS WATER DEVELOPMENT BOARD REQUIREMENTS: This project is receiving financial assistance through a grant/loan obtained from the Texas Water Development Board (TWDB). Refer to the following sections for TWDB requirement details. Section No. 16 - Supplemental Contract Conditions And Instructions (TWDB-0550) Section No. 17 - Guidance for Disadvantaged Business Enterprise (DBE) Program (TWDB0210) Section No. 18 - American Iron and Steel (AIS) Guidance for Clean Water & Drinking Water

State Revolving Fund Projects (Only apply to the TWDB funded Sanitary Sewer and Paving items in the Proposal)

END OF SECTION

Page 7: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Table of ContentsPage 1 of 2

SECTION NUMBER

12345678910

10-1 Purpose of Special Provisions10-2 Scope of Work10-2A Minority and/or Women Business Enterprise10-3 Bonds and Insurance10-4 Warranty Service Clause10-5 Indemnification10-6 Prevailing Wage Rates10-7 Addendum10-8 Time for Completion and Liquidated Damages10-8A Computation of Contract Time for Completion 10-9 Delays10-10 Construction Water10-11 Detours and Barricades10-12 Procurement of Goods and Services from Arlington Businesses and/or Historically Underutilized Businesses10-13 Price for Materials and Labor10-14 Disposal of Excess Material10-15 Ingress and Egress10-16 Safety Requirements10-17 Investigation of Local Conditions10-18 Change of Location10-19 Guarantee10-20 Poly-Vinyl Chloride (PVC) Water Pipe & Fittings10-21 Poly-Vinyl Chloride (PVC) Sewer Pipe & Fittings10-22 Location and Protection of Existing Structures and Utilities10-23 Concrete Cylinder Water Pipe - N/A10-24 Pipe Handling for Concrete Cylinder Pipe - N/A10-25 Pipe Handling10-26 Plugging Existing Lines to be Abandoned10-27 Relocation of Existing Fire Hydrants10-28 Salvaging Existing Fire Hydrants10-29 2:27 Concrete Backfill Material10-29A Cement Treated Base (CTB)10-30 Embedment Requirements for Water Pipe & Fittings10-31 Embedment Requirements for Poly Vinyl Chloride (PVC) Sanitary Sewer Pipe & Fittings10-32 Low Pressure Air Test of Sanitary Sewer Lines10-33 Deflection Testing of Flexible Sanitary Sewer10-34 Trench Backfill10-35 Clearing and Grubbing10-36 Ductile Iron Pipe10-37 Crushed Stone for Gravel & Dirt Driveways - N/A10-38 Cleaning of New Water Main

Payment BondMaintenance Bond

SUBJECT OF SECTION

Advertisement for BidsPrevailing Wage Rates for Municipal Construction in Arlington, Texas

Special Provisions

Out of State Contractor Compliance to State LawAffidavit Against Prohibited ActsProposalContractPerformance Bond

Page 8: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Table of ContentsPage 2 of 2

SECTION NUMBER

SUBJECT OF SECTION

10-39 Rock Cushion10-40 Thrust Blocks10-41 Fire Hydrants10-42 Ductile Iron Fittings10-43 Street Cut and Backfill10-44 Joint Sealing Compound for Manholes10-45 Cast-In-Place Manholes10-46 Gate Valves 10-47 Air Release Valves - N/A10-48 Tying Into Existing Lines10-49 4” PVC Sewer Service Connections10-50 Water Services10-51 Water Meter Replacement10-52 Water Meters Relocation or Adjustment10-53 Water Meter Box Replacement10-54 Traffic Control 10-54A Temporary Traffic Signals10-55 Backfill & Initial Cleanup10-56 Clean-Up10-57 Project Signs 10-58 Storm Water Management 10-59 Existing Irrigation Systems10-60 Abandoning Existing Gate Valve Box10-61 Bypass Pumping10-62 Hydromulch or Sod10-63 Saturday or City Holiday Inspection10-63A Work Performed without Benefit of Inspection 10-64 Construction Contingency Allowance10-65 Adjustment of Manholes and Valve Boxes10-66 Mobilization and Bonds10-67 GPS Data on New Water and Sanitary Sewer Installation10-68 Cement10-69 CCTV Inspection of Sanitary Sewer Mains

1112131415161718

Texas Water Development Board, Guidance for Disadvantaged Business Enterprise (DBE) Program, (TWDB-0210) Texas Water Development Board, American Iron Steel Guidance (TWDB-1106)

Special Specifications - Utility Horizontal Directional Drilling (HDD)Special Specifications - Railroad Crossing Requirements

Special Specifications - Trench SafetySpecial Specifications - Erosion Control

Texas Water Development Board, Supplemental Contract Conditions And Instructions, (TWDB-0550)

Special Provisions - Paving and Drainage Specifications

Page 9: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 1

Page 1 of 4

SECTION NO. 1

ADVERTISEMENT FOR BIDS

This project consists of constructing approximately 2,450 linear feet of 8-inch water line and 6,110 linear feet of 8-inch to 10-inch sanitary sewer line in Arlington. Once the water and sanitary sewer infrastructure improvements are completed, 17,400 square yards of asphalt pavement will be reconstructed by street reclamation. Concrete pavement disturbed by sanitary sewer construction in Matlock Road will be replaced. Sealed proposals will be received by the City of Arlington, Texas at the Office of the Director of Water Utilities, 101 West Abram Street, 2nd Floor of the City Hall, until 10:00 a.m. on Thursday, May 4, 2017, for the construction of the Tucker, Wren, Lovers, and Matlock Water and Sanitary Sewer Renewals, City of Arlington Project No. WUOP16009, as listed in the Special Project Specifications, at which time and place they will be publicly opened and read aloud. Any bid received after closing time will be returned unopened. All bidders and subcontractors on this project must be pre-qualified in the appropriate work category as outlined in the Instructions to Bidders of the contract documents. There will be a PRE-BID MEETING on Thursday, April 27, 2017 at 10:00 a.m. in the Public Works Conference Room, 101 West Abram Street, 2nd Floor of the City Hall.

Electronic contract documents in a CD format, including plans and specifications, may be purchased from the Map Room (101 West Abram Street, 1st Floor of the City Hall) upon payment in the amount of $25.00, which is non refundable or they may be downloaded from the City’s Supplier Portal located under http://www.arlingtontx.gov/finance/purchasing/index.html, click VENDOR/SUPPLIER PORTAL LOG-IN. Hard copies of the contract documents, including plans and specifications, may be inspected and/or viewed in the Map Room.

A Cashier's Check, or an acceptable Bidder's Bond payable to the City of Arlington, Texas, in an amount of not less than five percent (5%) of the largest possible total for the bid submitted, must accompany the bid. A Performance Bond and a Payment Bond, each for one hundred percent (100%) of the contract price, will be required. The successful bidder shall also furnish to the City a Maintenance Bond covering defects of material and workmanship for the two years following the City's approval and acceptance of the construction. Not less than the prevailing Wage Rates established by the City of Arlington, Texas, and as set forth in the Contract Documents must be paid on this project. In case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to accept the most advantageous construction thereof to the City or to reject the Proposal. The City reserves the right to reject any or all bids and waive any or all informalities. No bid may be withdrawn until the expiration of one hundred twenty (120) days from the date bids are opened. This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). If you have any questions pertaining to this project, please contact Lori Du, P.E., Water Utilities/Engineering, City of Arlington, at (817) 459-6636 or email at [email protected].

Page 10: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 1

Page 2 of 4

Requirements by Texas Water Development Board (TWDB) 1. American Iron and Steel (AIS) Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of P.L. 113-76 Consolidated Appropriations Act, 2014.” American Iron and Steel requirements only apply to the sanitary sewer and pavement items funded by TWDB. 2. Instructions to Bidder Conditions 1). DISADVANTAGED BUSINESS ENTERPRISE GOALS The Texas Water Development Board's (TWDB) Clean Water and Drinking Water State Revolving Fund programs receive federal funds from the U. S. Environmental Protection Agency (EPA). As a condition of federal grant awards, EPA regulations require that loan recipients make a "good faith effort" to award a fair share of work to DBE's who are Minority Business Enterprises (MBE's), and Women-owned Business Enterprises (WBE's) whenever procuring construction, supplies, services and equipment. More information on Disadvantaged Business Enterprise requirements (DBE) is available under section 14 of TWDB-0550. DISADVANTAGED BUSINESS ENTERPRISES. The current fair share goals for the State of Texas are as follows: CATEGORY MBE WBE CONSTRUCTION 12.94% 8.72% EQUIPMENT 7.12% 5.39% SUPPLIES 9.68% 9.34% SERVICES 10.84% 5.72% 2). CONTINGENT AWARD OF CONTRACT This contract is contingent upon release of funds from the Water Development Board. Any contract(s) awarded under this Invitation for Bids is/are expected to be funded in part by a loan or grant from the Texas Water Development Board and a grant from the United States Environmental Protection Agency, U.S. EPA. Neither the State of Texas, the U.S. EPA, nor any of its departments, agencies, or employees, are or will be a party to this Invitation for Bids or any resulting contract. 3). EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), national origin, age (40 or older), disability or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations 41 CFR Part 60-2 Affirmative Action Programs which include the President's Executive Order No. 11246 as amended by Executive Order 11375.

Page 11: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 1

Page 3 of 4

CONTRACTOR STATUS INFORMATION Instructions: Please fill in the appropriate section below, completing all blanks within the section. This information is necessary to insure that the contract and bonds are in the correct form. SECTION 1: If the contractor is a sole proprietor, fill in this section only: Name: First Middle Last Name under which you are engaged in business (if operating under an assumed name): Residence: Street City County State ZIP Business: Street City County State ZIP Principal place of business: County State Contact person: Name Phone SECTION 2: If the contractor is a partnership, fill in this section only: Name of Partner: First Middle Last Residence: Street City County State ZIP Name of Partner: First Middle Last Residence: Street City County State ZIP Name under which you are engaged in business (if operating under an assumed name): Business Address: Street City County State ZIP Principal place of business: County State Contact person: Name Phone

Page 12: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 1

Page 4 of 4

SECTION 3: If the contractor is a corporation, fill in this section only: Registered name of corporation: Doing business as: Date charter expires: State of corporation: Date of corporation filing: (If non-Texas corporation, date of Certificate of Authority Issuance.) Registered Agent: First Middle Last Address: Street/Box City County State ZIP Location of Corporation Principal office: Street/Box City County State ZIP Person executing contract on behalf of corporation: (Please print) Name First Middle Last Title Address Street City State ZIP Phone

Page 13: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 2 Page 1 of 5

SECTION NO. 2

PREVAILING WAGE RATES FOR MUNICIPAL CONSTRUCTION IN ARLINGTON, TEXAS

General Decision Number: TX170036 01/06/2017 TX36 Superseded General Decision Number: TX20160036 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * PLUM0146-002 05/01/2016 Rates Fringes PLUMBER/PIPEFITTER...............$ 29.48 8.30 ---------------------------------------------------------------- SUTX1990-041 06/01/1990 Rates Fringes CARPENTER........................$ 10.40 $3.64 Concrete Finisher................$ 9.81 ELECTRICIAN......................$ 13.26 Form Setter......................$ 7.86 Laborers: Common......................$ 7.25 Utility.....................$ 8.09 PAINTER..........................$ 10.89

Page 14: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 2 Page 2 of 5

Pipelayer........................$ 8.43 Power equipment operators: Backhoe.....................$ 11.89 3.30 Bulldozer...................$ 10.76 Crane.......................$ 13.16 3.30 Front End Loader............$ 10.54 Mechanic....................$ 10.93 Scraper.....................$ 10.00 Reinforcing Steel Setter.........$ 10.64 TRUCK DRIVER.....................$ 7.34 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 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 (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were

Page 15: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 2 Page 3 of 5

prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ----------------------------------------------------------------

Page 16: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 2 Page 4 of 5

WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the 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 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. 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

Page 17: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 2 Page 5 of 5

THE STATE OF TEXAS §

AFFIDAVIT COUNTY OF TARRANT §

BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me (or proved to me on the oath of ____________________________or through _____________________________ (description of identity card or other document) to be the person whose name is subscribed to this affidavit; and being by me first duly sworn, upon oath stated as follows: "My name is . I am of sound mind and capable of making this affidavit. "I am for , which company entered into a contract on the day of , 20 , to construct Tucker, Wren, Lovers, and Matlock Water and Sanitary Sewer Renewals, City of Arlington, Project No. WUOP16009, in the City of Arlington, Texas, and I am duly authorized on behalf of said company to hereby swear and affirm that all wages for labor on the above-referenced project are in strict compliance with the established prevailing wage rates as described in the contract documents for the referenced project, and all wages have been and will be paid and satisfied as the prevailing rates may change from time to time. Upon request by the City of Arlington, I shall allow a complete examination of the financial records relative to this project, including, but not limited to, cancelled checks, invoices and statements at any time, and allow the City of Arlington to interview any and/or all employees of the above said company or any and/or all employees of said Company's subcontractor or subcontractors. Also, I hereby agree on behalf of the above said company, to be accountable for any and all penalties and/or fine provisions in accordance with the contract documents and relevant law." AFFIANT SUBSCRIBED AND SWORN TO BEFORE ME, this day of 20 to certify which witness my hand and seal of office. Notary Public Signature Notary's Printed Name My Commission Expires:

Page 18: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 3 Page 1 of 1

SECTION NO. 3

CONTRACTOR RESIDENCY STATEMENT

The Texas Government Code section 2252.002 governs the awarding of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, a non-resident bidder (out-of-state contractor whose corporate office or principal place of business is outside the State of Texas) bid projects in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in the following statement must be filled out by all out-of-state or non-resident bidders in order for those bids to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. This does not apply to contracts involving Federal Funds. I Initial here if you are Texas Residential Bidder.

Initial here if you are a Non-resident contractor in ___________________ (give state), our principal place of business, is required to be _________ percent lower than resident bidders by State Law.

BIDDER By Company (Please Print) Address Signature City State Zip Title (Please Print) *The State Purchasing and General Services Commission defines Principal Place of Business as follows: Principal Place of Business in Texas means, for any type of business entity recognized in the State of Texas, that the business entity:

-has at least one permanent office located in the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and

-has at least one employee who works in the Texas office *The Texas Comptroller annually publishes a list showing how each state regulates the award if governmental contracts whose principal place of business is not located in that state. http://comptroller.texas.gov/ END OF SECTION

Page 19: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 4 Page 1 of 1

SECTION NO. 4

AFFIDAVIT AGAINST PROHIBITED ACTS I hereby affirm that I am aware of the provisions of Texas Penal Code Sec. 36.02, 36.08, 36.09, and 36.10, dealing with Bribery and Gifts to Public Servants. I further affirm that I will adhere to such rules and instruct and require all agents, employees, and sub-contractors to do the same. I am further aware that any violation of these rules subjects this agreement to revocation, my removal from bid lists, prohibiting future contract/subcontract work, revocation of permits, and prosecution. Signature Date ATTEST (if corporation) Date

Page 20: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 1 of 22

SECTION NO. 5

PROPOSAL

Proposal of: Address: City/State/ZIP: Federal ID# Date of Bid Opening: TO THE CITY OF ARLINGTON, TEXAS: The undersigned hereby proposes to furnish the equipment, fuel, labor, materials, power, tools, superintendence, transportation, and to perform the work required for the construction of Tucker, Wren, Lovers, and Matlock Water and Sanitary Sewer Renewals, City of Arlington Project No. WUOP16009 , in the City of Arlington, Texas, for the following prices, which prices it is clearly and definitely understood shall include all construction materials and equipment as set out in the basis of payment in the contractual documents and maintaining same as required by the detailed specifications.

PROPOSAL SCHEDULE MOBILZATION & SWPPP (101 – 102) (FUNDED BY TWDB) Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

101 1 LS

Mobilization & Bonds in accordance with Section 10-66, for the sum of dollars and cents per Lump Sum.

$

$

102 1 LS

Design, Implement & Maintain Storm Water Pollution Prevention Plan, complete and in place for the sum of dollars and cents per Lump Sum.

$

$

SUBTOTAL MOBILIZATION & SWPPP (Items 101 – 102) $

Page 21: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 2 of 22

PAVING IMPROVEMENTS (ITEMS 201 – 239) (FUNDED BY TWDB) Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

201 17,400 SY

Preparation and Manipulation 8-inch Lime Stabilized Subgrade, complete and in place for the sum of dollars and cents per Square Yard.

$

$

202 392 TN

Furnish Hydrated Lime for Stabilized Subgrade ( 45 lbs/SY), work fully performed for the sum of dollars and cents per Ton.

$

$

203 17,400 SY

Preparation and Manipulation 8-inch Cement Stabilized Subgrade, complete and in place for the sum of dollars and cents per Square Yard.

$

$

204 261 TN

Furnish Type I Portland Cement (30 lbs/SY), work fully performed for the sum of dollars and cents per Ton.

$

$

205 5,000 SY

Pulvermix to a minimum of 14-inch depth for entire width of street, haul away extra material, work fully performed for the sum of dollars and cents per Square yard.

$

$

206 12,400 SY

Pulvermix to a minimum of 16-inch depth for entire width of street, haul away extra material, work fully performed for the sum of dollars and cents per Square yard.

$

$

207 5,000 SY

Furnish & Install 4-inch Type “B” HMAC Base Course for Pavement, complete and in place for the sum of dollars and cents per Square Yard.

$

$

208 12,400 SY

Furnish & Install 6-inch Type “B” HMAC Base Course for Pavement, complete and in place for the sum of dollars and cents per Square Yard.

$

$

Page 22: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 3 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

209 17,400 SY

Furnish & Install Paving Fabric (Petromat) between base and surface course, complete and in place for the sum of dollars and cents per Square Yard.

$

$

210 17,400 SY

Furnish & Install 2-inch Type “D” HMAC Surface Course for Pavement, complete and in place for the sum of dollars and cents per Square Yard.

$

$

211 300 SY

Remove and Replace Concrete Pavement (hand finishing joint to joint) with minimum 8-inch or match existing thickness, whichever is greater, 3,600 psi and 6-inch monolithic curb, including 8-inch CTB under entire panel, in Fielder Road ONLY, complete and in place for the sum of dollars and cents per Square Yard.

$

$

212 300 SY

Additional Cost (above the cost of Item 211) for 8-inch High Early Strength Reinforced Concrete Paving (3600 psi/12 hour) in Fielder Road ONLY, as directed by City Engineer or Inspector, work fully performed for the sum of dollars and cents per Square Yard.

$

$

213 100 SY

Furnish & Install 8-inch thick Cement Treated Base (CTB) as directed by inspector, complete and in place for the sum of dollars and cents per Square Yard.

$

$

214 420 SY

Remove and Replace 5-inch Reinforced Concrete Driveway, complete and in place for the sum of dollars and cents per Square Yard.

$

$

215 50 TN

Furnish & Install, Crushed Rock for bad weather access, complete and in place for the sum of: dollars and cents per Ton.

$

$

Page 23: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 4 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

216 35 LF

Furnish & Install Concrete Pavement Header, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

217 5,135 LF

Furnish & Install Concrete Curb and Gutter, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

218 185 SY

Furnish & Install Reinforced Concrete Valley Gutter, complete and in place for the sum of dollars and cents per Square Yard.

$

$

219 1,170 SY

Furnish & Install 4-foot, 5-foot, or 6-foot, 4-inch thick Reinforced Concrete Sidewalks, complete and in place for the sum of dollars and cents per Square Yard.

$

$

220 8 EA

Furnish & Install ADA Compliant Barrier Free Ramp (TxDOT PED-12A), complete and in place for the sum of dollars and cents per Each.

$

$

221 4 EA

Furnish & Install Curb Drain (R3262 Neenah Foundry or equivalent), including all appurtenances, complete and in place for the sum of dollars and cents per Each.

$

$

222 10 EA

Remove & Reset Existing Mail Box, horizontally & vertically as necessary to meet U.S. Postal Service criteria, including placement of temporary mailboxes throughout construction, work fully performed for the sum of dollars and cents per Each.

$

$

Page 24: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 5 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

223 1 EA

Remove & Replace to Match Existing Masonry Mail Box, horizontally & vertically as necessary to meet U.S. Postal Service criteria, including placement of temporary mailbox throughout construction, work fully performed for the sum of dollars and cents per Each.

$

$

224 25 SY

Furnish & Install Asphalt “Base Failure Repair”, complete and in place for the sum of dollars and cents per Square Yard.

$

$

225 1,300 SY

Furnish & Install Grass Sodding to match existing yard, complete and in place for the sum of dollars and cents per Square Yard.

$

$

226 3 EA

Tree Removal (6-inch to 18-inch diameter as measured at 4-feet above ground level), including grinding stump to below ground level, work fully performed for the sum of dollars and cents per Each.

$

$

227 3 EA

Tree Removal (18-inch to 30-inch diameter as measured at 4-feet above ground level), including grinding stump to below ground level, work fully performed for the sum of dollars and cents per Each.

$

$

228 4 EA

Crape Myrtle Removal (all sizes), work fully performed for the sum of dollars and cents per Each.

$

$

229 350 LF

Furnish and Install Type 1 4" Thermoplastic Solid Double Yellow Line to match existing, complete and in place for the sum of dollars and cents per Linear Foot

$

$

Page 25: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 6 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

230 2,250 LF

Furnish and Install Type 1 4" Thermoplastic Broken Yellow Line to match existing , complete and in place for the sum of dollars and cents per Linear Foot

$

$

231 80 LF

Furnish and Install Type 1 4" Thermoplastic Solid White Line to match existing, complete and in place for the sum of dollars and cents per Linear Foot

$

$

232 130 LF

Furnish and Install Type 1 12” Thermoplastic Stop Bar to match existing, complete and in place for the sum of dollars and cents per Linear Foot

$

$

233 200 LF

Furnish and Install Type 1 24” Thermoplastic Cross Walk to match existing, complete and in place for the sum of dollars and cents per Linear Foot

$

$

234 4 EA

Furnish and Install Thermoplastic Solid White Arrow, complete and in place for the sum of dollars and cents per Each

$

$

235 23 EA

Furnish and Install Thermoplastic Bicycle Shared Lane Marking (9’4” x 3’4”), complete and in place for the sum of dollars and cents per Each

$

$

236 4 EA

Furnish and Install Bicycle Shared Lane Sign (30” x 30”), including signs, supports, associated mounting hardware & new foundations, as shown on construction plans, complete and in place for the sum of dollars and cents per Each

$

$

Page 26: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 7 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

237 1 LS

Salvage & Reinstall Traffic Sign/Markers Assemblies, including signs, supports, associated mounting hardware & new foundations, as shown on construction plans, complete and in place for the sum of dollars and cents per Lump Sum

$

$

238 10 EA

Furnish & Install Signs for Businesses, complete and in place for the sum of dollars and cents per Each.

$

$

239 1 LS

Construction Contingency For Paving Items, work fully performed for the sum of: Eighty thousand dollars and None cents per Lump Sum.

$80,000

$80,000

SUBTOTAL PAVING IMPROVEMENTS (Items 201 – 239) $ DRAINAGE IMPROVEMENTS (Items 301 – 313)(FUNDED BY COA – PWT) Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

301 40 LF

Remove and Replace 24-inch Class III Reinforced Concrete Pipe, including embedment and backfill, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

302 20 LF

Remove and Replace 18-inch Class III Reinforced Concrete Pipe, including embedment and backfill, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

303 1 EA

Connect to Existing Inlet, work fully performed for the sum of dollars and cents per Each.

$

$

Page 27: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 8 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

304 1 EA

Connect to Existing Storm Drain Manhole, work fully performed for the sum of dollars and cents per Each.

$

$

305 3 EA

Remove Brick Manhole and Replace with Concrete Manhole, including ring and cover, complete and in place for the sum of dollars and cents per Each.

$

$

306 1 EA

Remove Existing Brick Manhole Neck and Replace with concrete, including ring and cover, complete and in place for the sum of dollars and cents per EA.

$

$

307 1 EA

Repair Existing 18” RCP, unit separation, complete and in place for the sum of dollars and cents per Each.

$

$

308 1 EA

Repair Existing 18” RCP Utility Bore Damage, complete and in place for the sum of dollars and cents per Each.

$

$

309 2 EA

Repair Existing 42” RCP Utility Bore Damage, complete and in place for the sum of dollars and cents per Each.

$

$

310 5 TN

Furnish & Install Rock Cushion, complete and in place for the sum of dollars and cents per TN.

$

$

Page 28: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 9 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

311 100 LF

Furnish, Install & Maintain Temporary Trench Repair, immediately after storm drain installation, including 6-inch flexbase (TxDOT Type “A”- Grade 1) and 2-inch Type “D” HMAC, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

312 100 LF

Furnish & Install Trench Safety System for Stormwater for all depths in accordance with Trench Safety Plan & OSHA Standards, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

313 1 LS

Construction Contingency for Storm Water Items, work fully performed for the sum of: Ten thousand dollars and None cents per Lump Sum.

$10,000

$10,000

SUB-TOTAL DRAINAGE IMPROVEMENTS (Items 301 - 313) $ WATER IMPROVEMENTS (Items 401 – 420)(FUNDED BY COA – WU) Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

401 2,400 LF

Furnish & Install 8-inch PVC Water Line C-900 (DR-18) by open cut, including ductile iron fittings, megalugs, concrete blocking, trench, embedment, & backfill, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

402 50 LF

Furnish & Install 6-inch PVC Water Line C-900 (DR-18) by open cut, including ductile iron fittings, megalugs, concrete blocking, trench, embedment, & backfill, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

Page 29: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 10 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

403 2,450 LF

Furnish & Install Trench Safety Systems for Water Line by open cut for all depths in accordance with the Trench Safety Plan & OSHA Standards, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

404 3 EA

Furnish and Install Lead Free Fire Hydrant Assembly per Detail, complete and in place for the sum of dollars and cents per Each.

$

$

405 8 EA

Furnish and Install City Furnished 8-inch Resilient Wedge Gate Valve. Furnish & Install all associated appurtenances, including valve box and extension, complete and in place for the sum of dollars and cents per Each.

$

$

406 3 EA

Furnish and Install 6-inch Resilient Wedge Gate Valve. Furnish & Install all associated appurtenances, including valve box and extension, complete and in place for the sum of dollars and cents per Each.

407 5 EA

Abandon Existing Gate Valve & Box, work fully performed for the sum of dollars and cents per Each.

$

$

408 4 EA

Adjust Existing Gate Valve & Box to final grade, work fully performed for the sum of dollars and cents per Each.

$

$

409 68 EA

Install City Furnished 3/4-inch AMI Meter, including all necessary items to connect water service on City side & Customer side, & to adjust meter horizontally & vertically to final grade per city specs. Customer side connections shall be performed by a licensed plumber, work fully performed for the sum of dollars and cents per Each.

$

$

Page 30: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 11 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

410 20 EA

Adjust Existing AMI Meter horizontally & vertically to final grade per city specs. Customer side connections shall be performed by a licensed plumber, work fully performed for the sum of dollars and cents per Each.

$

$

411 34 EA

Furnish & Install 1-inch Short Water Service from Main to Meter per Detail, including pushing service under pavement if necessary, complete and in place for the sum of dollars and cents per Each.

$

$

412 34 EA

Furnish & Install 1-inch Long Water Service from Main to Meter per Detail, including pushing service under pavement if necessary, complete and in place for the sum of dollars and cents per Each.

$

$

413 88 EA

Install City Furnished 1-inch Meter Box, including detaching & reattaching AMI antenna to meter box (coordinate with Water Meter Services representative), & adjusting vertically & horizontally to final grade, work fully performed for the sum of dollars and cents per Each.

$

$

414 10 EA

Connect to Existing 6-inch and 8-inch Water Line, Gate Valve, Tee or Cross, including adaptors and offset bends, work fully performed for the sum of dollars and cents per Each.

$

$

415 10 EA

Cut & Plug Existing 6-inch Water Line, work fully performed for the sum of dollars and cents per Each.

$

$

416 30 TN

Furnish & Install Rock Cushion, complete and in place for the sum of dollars and cents per Ton.

$

$

Page 31: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 12 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

417 2,450 LF

Furnish, Install & Maintain Temporary Trench Repair, immediately after storm drain installation, including 6-inch flexbase (TxDOT Type “A”- Grade 1) and 2-inch Type “D” HMAC, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

418 75 SY

Furnish & Install Grass Sodding to match existing yard, complete and in place for the sum of dollars and cents per Square Yard.

$

$

419 1 LS

Furnish G.P.S. Data on New Water & Sanitary Sewer Attributes installed with this project, work fully performed for the sum of: dollars and cents per Lump Sum.

$

$

420 1 LS

Construction Contingency for Water Items, work fully performed for the sum of: Thirty thousand dollars and none cents per Lump Sum.

$30,000

$30,000

SUB-TOTAL WATER IMPROVEMENTS (Items 401 – 420) $ SANITARY SEWER IMPROVEMENTS (Items 501 - 528)(FUNDED BY TWDB) Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

501 4,300 LF

Furnish & Install 8-inch Sanitary Sewer Line, PVC (SDR- 26, 115psi, Green Color) by open cut, all depths, including trench, embedment, & backfill, complete and in place for the sum of dollars and cents per Linear Foot

$

$

502 50 LF

Furnish & Install 10-inch Sanitary Sewer Line, PVC (SDR- 26, 115psi, Green Color) by open cut, all depths, including trench, embedment, & backfill, complete and in place for the sum of dollars and cents per Linear Foot

$

$

Page 32: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 13 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

503 4,350 LF

Furnish & Install Trench Safety Systems for Sanitary Sewer Line for all depths, in accordance with the Trench Safety Plan & OSHA Standards, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

504 7 EA

Furnish & Install Standard 4-foot Diameter Sewer Manhole (0-6 foot depth), complete and in place for the sum of dollars and cents per Each.

$

$

505 8 EA

Remove & Replace with Standard 4-foot Diameter Sewer Manhole (0-6 foot depth), complete and in place for the sum of dollars and cents per Each.

$

$

506 20 VF

Extra Depth for 4-foot Diameter Manhole, complete and in place for the sum of dollars and cents per Vertical Foot.

$

$

507 2 EA

Furnish & Install Standard 5-foot Diameter Outside Drop Sewer Manhole (0-6 foot depth), complete and in place for the sum of dollars and cents per Each.

$

$

508 5 EA

Remove & Replace with Standard 5-foot Diameter Outside Drop Sewer Manhole (0-6 foot depth), complete and in place for the sum of dollars and cents per Each.

$

$

509 1 EA

Furnish & Install Standard 5-foot Diameter Sewer Manhole (0-6 foot depth), complete and in place for the sum of dollars and cents per Each.

$

$

Page 33: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 14 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

510 70 VF

Extra Depth for All 5-foot Diameter Manhole, complete and in place for the sum of dollars and cents per Vertical Foot.

$

$

511 100 EA

Furnish & Install 4-inch SDR-26 PVC Sanitary Sewer Service (Green Color) from main to property Line or easement line, including connection to existing sewer service, complete and in place for the sum of dollars and cents per Each.

$

$

512 7 EA

Furnish & Install 6-inch SDR-26 PVC Sanitary Sewer Service (Green Color) from main to property Line or easement line, including connection to existing sewer service, complete and in place for the sum of dollars and cents per Each.

$

$

513 3 EA

Furnish & Install 4-inch DIP (lined with PROTECTO 401 Ceramic Epoxy Lining) Sanitary Sewer Service from main to property Line or easement line, including connection to existing sewer service, complete and in place for the sum of dollars and cents per Each.

$

$

514 28 EA

Locate Existing Service and Connect, work fully performed for the sum of dollars and cents per Each.

515 6 EA

Connect to Existing Manhole by Coring and Rework Invert, work fully performed for the sum of dollars and cents per Each.

$

$

516 4 EA

Connect to Existing Sanitary Sewer Line, work fully performed for the sum of dollars and cents per Each.

$

$

Page 34: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 15 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

517 2 EA

Remove & Dispose Existing Manhole, work fully performed for the sum of dollars and cents per Each.

$

$

518 2 EA

Remove & Dispose Existing Cleanout, work fully performed for the sum of dollars and cents per Each.

$

$

519 3 EA

Abandon Existing Manhole, work fully performed for the sum of dollars and cents per Each.

$

$

520 30 EA

Cut & Plug Existing Sanitary Sewer Line, work fully performed for the sum of dollars and cents per Each.

$

$

521

40 LF

Furnish & Install Concrete Encasement, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

522 100 TN

Furnish & Install Rock Cushion, complete and in place for the sum of dollars and cents per Ton.

$

$

523 6,300 LF

Furnish, Install & Maintain Temporary Trench Repair, immediately after Sanitary Sewer installation, including 6-inch flexbase (TxDOT Type “A”- Grade 1) and 2-inch Type “D” HMAC, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

524 20 LF

Remove and Replace 18 inch RCP, including concrete collars, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

Page 35: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 16 of 22

Item Quantity Prices in Figures

No. & Unit Description & Price In Words Unit Price TOTAL

525 4,600 SY

Furnish & Install Grass Sodding to Match Existing Yard, complete and in place for the sum of dollars and cents per Square Yard.

$

$

526 7,935 LF

Pre-Television All Existing Sanitary Sewer Lines within project, including three lines along Tucker between Wren and Fielder, and two lines along Wren between Lovers and Tucker, & Identify Existing Services & Connections, work fully performed for the sum of dollars and cents per Linear Foot.

$

$

527 6,110 LF

Post-Television All New Sanitary Sewer Lines within project, refer to Section 10-69 for details, work fully performed for the sum of dollars and cents per Linear Foot.

$

$

528 1 LS

Construction Contingency for Sanitary Sewer Items, work fully performed for the sum of: One hundred thousand dollars and None cents per Lump Sum.

$ 100,000

$ 100,000

SUB-TOTAL SANITARY SEWER IMPROVEMENTS (Items 501 - 528) $ SANITARY SEWER IMPROVEMENTS IN MATLOCK ROAD ALTERNATE A (601A – 608A)(FUNDED BY TWDB)

Item No.

Quantity & Units

Description & Price In Words

Prices in Figures

Unit Price TOTAL

601A 1,640 LF

Furnish & Install 8-inch ASTM D-2241/RJ Certa-Lok Yelomine PVC Pipe (SDR-21) Sanitary Sewer Line by Horizontal Directional Drill, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

Page 36: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 17 of 22

Item No.

Quantity & Units

Description & Price In Words

Prices in Figures

Unit Price TOTAL

602A 30 LF

Furnish & Install 8-inch ASTM D-2241/RJ Certa-Lok Yelomine PVC Pipe (SDR-21) Sanitary Sewer Line by other than open cut, including 8-inch pipe, 16-inch steel casing pipe (0.25-inch minimum wall thickness), stainless steel casing spacers (minimum three per joint), bore pit, & pressure grout, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

603A 90 LF

Furnish & Install 8-inch Sanitary Sewer Line, PVC (SDR- 26, 115psi, Green Color) by open cut, all depths, including trench, embedment, & backfill, complete and in place for the sum of dollars and cents per Linear Foot

$

$

604A

90 LF

Furnish & Install Trench Safety Systems for Sanitary Sewer Line for all depths, in accordance with the Trench Safety Plan & OSHA Standards, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

605A 90 LF

Furnish, Install & Maintain Temporary Trench Repair, immediately after Sanitary Sewer installation, including 6-inch flexbase (TxDOT Type “A”- Grade 1) and 2-inch Type “D” HMAC, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

606A 570 SY

Remove and Replace Concrete Pavement (hand finishing joint to joint) with minimum 8-inch or match existing thickness, whichever is greater, 3,600 psi and 6-inch monolithic curb, including 8-inch CTB under entire panel, complete and in place for the sum of dollars and cents per Square Yard.

$

$

607A 570 SY

Additional Cost (above the cost of Item 606A) for 8-inch High Early Strength Reinforced Concrete Paving (3,600 psi/12 hour), as directed by City Engineer or Inspector, work fully performed for the sum of dollars and cents per Square Yard.

$

$

Page 37: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 18 of 22

Item No.

Quantity & Units

Description & Price In Words

Prices in Figures

Unit Price TOTAL

608A 200 SY

Furnish, Install & Remove 4-inch Type “D” HMAC over compacted subgrade for temporary traffic control and access to private properties, complete and in place for the sum of dollars and cents per Square Yard.

$

$

SUB-TOTAL ALTERNATE A (601A – 608A) $ SANITARY SEWER IMPROVEMENTS IN MATLOCK ROAD ALTERNATE B (601B – 613B)(FUNDED BY TWDB)

Item No.

Quantity & Units

Description & Price In Words

Prices in Figures

Unit Price TOTAL

601B 1,665 LF

Furnish & Install 8-inch Sanitary Sewer Line, PVC (SDR- 26, 115psi, Green Color) by open cut, all depths, including trench, embedment, & backfill, complete and in place for the sum of dollars and cents per Linear Foot

$

$

602B 1,665 LF

Furnish & Install Trench Safety Systems for Sanitary Sewer Line for all depths, in accordance with the Trench Safety Plan & OSHA Standards, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

603B 95 LF

Furnish & Install 8-inch Sanitary Sewer Line, PVC (SDR- 26, 115psi, Green Color) by other than open cut, including pipe material, 16-inch steel casing pipe (0.25-inch minimum wall thickness), stainless steel casing spacers (minimum three per joint), bore pit, & pressure grout, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

604B

1,665 LF

Furnish, Install & Maintain Temporary Trench Repair immediately after Sanitary Sewer installation, including 6-inch flexbase (TxDOT Type “A”- Grade 1) and 2-inch Type “D” HMAC, complete and in place for the sum of dollars and cents per Linear Foot.

$

$

Page 38: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 19 of 22

Item No.

Quantity & Units

Description & Price In Words

Prices in Figures

Unit Price TOTAL

605B 1 LS

Removal and Disposal of Concrete Pavement and Subgrade as necessary for machine finishing, work fully performed for the sum of: dollars and cents per Lump Sum.

$

$

606B 2,580 SY

Preparation and Manipulation 14-inch Lime Stabilized Subgrade, complete and in place for the sum of dollars and cents per Square Yard.

$

$

607B 82 TN

Furnish Hydrated Lime for Stabilized Subgrade (63 lbs/SY), work fully performed for the sum of dollars and cents per Ton.

$

$

608B 2,580 SY

Preparation and Manipulation 12-inch Cement Stabilized Subgrade, complete and in place for the sum of dollars and cents per Square Yard.

$

$

609B 59 TN

Furnish Type I Portland Cement (45 lbs/SY), work fully performed for the sum of dollars and cents per Ton.

$

$

610B 2,580 SY

Furnish and Install 8-inch Concrete Pavement (machine finishing) with 6-inch Monolithic Curb, including reinforcing steel, blockouts and joints, complete and in place for the sum of dollars and cents per Square Yard.

$

$

Page 39: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 20 of 22

Item No.

Quantity & Units

Description & Price In Words

Prices in Figures

Unit Price TOTAL

611B 150 SY

Remove and Replace Concrete Pavement (hand finishing joint to joint) with minimum 8-inch or match existing thickness, whichever is greater, 3,600 psi and 6-inch monolithic curb, including 12-inch CTB under entire panel, complete and in place for the sum of dollars and cents per Square Yard.

$

$

612B 150 SY

Additional Cost (above the cost of Item 611B) for 8-inch High Early Strength Reinforced Concrete Paving (3,600 psi/12 hour), as directed by City Engineer or Inspector, work fully performed for the sum of dollars and cents per Square Yard.

$

$

613B 200 SY

Furnish, Install & Remove 4-inch Type “D” HMAC over compacted subgrade for temporary traffic control and access to private properties, complete and in place for the sum of dollars and cents per Square Yard.

$

$

SUB-TOTAL ALTERNATE B (601B – 613B) $

Page 40: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 21 of 22

TOTAL SUMMARY MOBILIZATION & SWPPP $ (Items 101 – 102) PAVING IMPROVEMENTS $ (Items 201 - 239) DRAINAGE IMPROVEMENTS $ (Items 301 – 313) WATER IMPROVEMENTS $ (Items 401 - 420) SANITARY SEWER IMPROVEMENTS $ (Items 501 - 528) TOTAL BASE BID $ ALTERNATE A $ (Items 601A –608A) ALTERNATE B $ (Items 601B – 613B) TOTAL BASE BID + ALTERNATE A $ TOTAL BASE BID + ALTERNATE B $

Page 41: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 5 Page 22 of 22

It is definitely understood that in case of a conflict among the prices quoted for any item in the Proposal Schedule on the foregoing pages, the unit price or lump sum price shall govern. The undersigned bidder agrees to begin work within twelve (12) days after date of written notice to do so, and substantially to complete the work within 330 calendar days after the date on which he or she is required to begin; provided, however, that the OWNER'S construction funds are available. Enclosed with this Proposal is a Bidder's Bond or Cashier's Check for five percent (5%) bidders bond ($ ). dollars, which it is agreed shall be collected and retained by the OWNER if the OWNER accepts this bid within one hundred twenty (120) days after the opening of bids, and the undersigned bidder then fails to execute the contract and bonds with the said OWNER within twelve (12) days after official notice of such acceptance; otherwise, said Bidder's Bond or Check shall be returned to the undersigned on demand. The undersigned acknowledges receipt of the following addendum: Addendum No. 1 Addendum No. 2 Addendum No. 3 BIDDER: Company Name

By: Please Print Signature Title (Seal if Corporation) Address City, State, Zip Phone Number Email

Page 42: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 6 Page 1 of 4

SECTION NO. 6

CONTRACT STATE OF TEXAS § COUNTY OF TARRANT § THIS AGREEMENT, made and entered into this day of , 20 by and between the City of Arlington, Texas, a municipal corporation located in Tarrant County, Texas, hereinafter referred to as "Owner" and of the City of , County of , and State of , hereinafter referred to as "Contractor”.

W I T N E S S E T H: For and in consideration of the payments, agreements and conditions hereinafter mentioned, and under the conditions expressed in the bonds herein, Contractor hereby agrees to complete the construction of improvements described as follows:

Tucker, Wren, Lovers, and Matlock Water and Sanitary Sewer Renewals City of Arlington Project No. WUOP16009

in the City of Arlington, Texas, and all extra work in connection therewith, under the terms as stated in the latest revision of the STANDARD SPECIFICATIONS FOR WATER & SANITARY SEWER CONSTRUCTION IN THE CITY OF ARLINGTON, TEXAS, AS ADOPTED BY ORDINANCE 97-124 OF THE ARLINGTON CITY COUNCIL, ON SEPTEMBER 2, 1997, as it may be amended from time to time, hereinafter referred to as “Standard Specifications”; and under the terms of ALL Special Provisions and Special Specifications of this contract; and at his, her or their own proper cost and expense to furnish all superintendence, labor, insurance, equipment, tools and other accessories and services necessary to complete the said construction in accordance with all the Contract documents, incorporated herein as if written word for word, and in accordance with the plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory manner therefore, and the specifications as prepared by

City of Arlington Water Utilities Department herein entitled the ENGINEER

each of which has been identified by the endorsement of the Contractor’s written proposal, these Special Provisions of the Standard Specifications, Special Specifications, and the payment, performance, and maintenance bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract. The Contractor hereby agrees to commence work within twelve (12) days after the date written notice to do so shall have been given to him or her and to complete same within 330 calendar days after the date of the written notice to commence work. The owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided therein.

Page 43: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 6 Page 2 of 4

This Contract is entered into subject to the Charter and ordinances of Owner, as they may be amended from time to time, and is subject to and is to be construed, governed, and enforced under all applicable State of Texas and Federal laws. Situs of this Contract is agreed to be Tarrant County, Texas, for all purposes including performance and execution. If any of the terms, sections, subsections, sentences, clauses, phrases, provisions, covenants, or conditions of this Contract are held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the terms, sections, subsections, sentences, clauses, phrases, provisions, covenants, or conditions of this Contract shall remain in full force and effect and shall in no way be affected, impaired, or invalidated. Owner reserves the right to terminate this agreement immediately upon breach of any term or provision of this Contract by Contractor; or, if at any time during the term of this Contract, Contractor shall fail to commence the work in accordance with the provisions of this Contract or fail to diligently provide Services in an efficient, timely, and careful manner and in strict accordance with the provisions of this Contract or fail to use an adequate number or quality of personnel or equipment to complete the work or fail to perform any of its obligations under this Contract, then Owner shall have the right, if Contractor shall not cure any such default after thirty (30) days written notice thereof, to terminate this Contract and complete the work in any manner it deems desirable, including engaging the Services of other parties therefore. Any such act by Owner shall not be deemed a waiver of any other right or remedy of Owner. If after exercising any such remedy the cost to Owner of the performance of the balance of the work is in excess of that part of the Contract sum which has not therefore been paid to Contractor hereunder, Contractor shall be liable for and shall reimburse Owner for such excess. No right or remedy granted herein or reserved to the parties is exclusive of any other right or remedy herein by law or equity provided or permitted; but, each shall be cumulative of every other right or remedy given hereunder. No covenant or condition of this Contract may be waived without the written consent of the parties. Forbearance or indulgence by either party shall not constitute a waiver of any covenant or condition to be performed pursuant to this Contract. Contractor’s status shall be that of an Independent Contractor and not an agent, servant, employee, or representative of Owner in the performance of this Contract. No term or provision of, or act of Contractor or Owner under this Contract shall be construed as changing that status.

This Contract embodies the complete agreement of the parties hereto, superseding all oral or written previous and contemporary agreements between the parties relating to matters herein; and except as otherwise provided herein, cannot be modified without written agreement of the parties. Owner and Contractor each bind themselves, their successors, executors, administrators and assigns to the other party to this Contract. Neither Owner nor Contractor will assign, sublet, subcontract or transfer any interest in this Contract without the written consent of the other party. No assignment, delegation of duties or subcontract under this Contract will be effective without the written consent of Owner. It is further agreed that one or more instances of forbearance by the City in the exercise of its rights herein shall in no way constitute a waiver thereof. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and date first written above.

Page 44: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 6 Page 3 of 4

CONTRACTOR Company Name By: Printed Name WITNESS: Title ATTEST: CITY OF ARLINGTON, TEXAS Mary W. Supino, City Secretary Walter J. Pishkur Director of Water Utilities

APPROVED AS TO FORM: TERIS SOLIS, City Attorney

By:

Page 45: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 6 Page 4 of 4

THE STATE OF TEXAS § CONTRACTOR ACKNOWLEDGMENT COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act and deed of , a corporation of County, , and as thereof, and for the purposes and consideration therein expressed, and in the capacity therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this day of , 20 . Notary Public in and for The State of Texas Notary's Printed Name My Commission Expires: THE STATE OF TEXAS § CITY ACKNOWLEDGMENT COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Walter J. Pishkur, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act and deed of the CITY OF ARLINGTON, a municipal corporation of Tarrant County, Texas, and as the Director of Water Utilities thereof, and for the purposes and consideration therein expressed, and in the capacity therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this day of , 20 . Notary Public in and for The State of Texas Notary's Printed Name My Commission Expires:

Page 46: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 7 Page 1 of 3

SECTION NO. 7

THE STATE OF TEXAS § Performance Bond COUNTY OF TARRANT §

KNOW ALL BY THESE PRESENTS: THAT of the City of , County of , State of , hereinafter referred to as "PRINCIPAL", and , a corporate surety/sureties organized under the laws of the State of and authorized to do business in the State of Texas, hereinafter referred to as "SURETY" (whether one or more), are held and firmly bound unto the CITY OF ARLINGTON, TEXAS, a municipal corporation located in Tarrant County, Texas, hereinafter referred to as "CITY", in the amount of ($ ), lawful money of the United States, to be paid in Arlington, Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, assigns, administrators and successors, jointly and severally; and firmly by these presents, the condition of this obligation is such that: WHEREAS, PRINCIPAL entered into a certain written Contract with the City of Arlington, dated the day of , 20 , a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of:

Tucker, Wren, Lovers, and Matlock Water and Sanitary Sewer Renewals

City of Arlington Project No. WUOP16009

in the City of Arlington, Texas, as more particularly described and designated in the above-referenced contract such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word: NOW, THEREFORE, If PRINCIPAL shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of the above referenced Contract in accordance with the plans, specifications and Contract documents during the original term thereof, and any extension thereof which may be granted with or without notice to SURETY, and during the life of any guaranty required under the Contract, and shall also well and truly perform and fulfill all the covenants, terms, conditions and agreements of any and all authorized modifications of such Contract that may hereafter be made, notice of which modifications to SURETY being hereby waived, then this obligation shall be void, otherwise to remain in full force and effect; and in case PRINCIPAL shall fail to do so, it is agreed that CITY may do such work and supply such materials and charge the same against PRINCIPAL and SURETY on this obligation, and PRINCIPAL and SURETY hereon shall be subject to the liquidated damages mentioned in the Contract for each day's failure on its part to comply with the terms and provisions of such Contract. This bond shall remain in effect for a period of one (1) year following the date of final acceptance of City of Arlington Project No. WUOP16009.

Page 47: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 7 Page 2 of 3

Provided, further, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas. And, that SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work performed thereunder, or the plans, specifications, drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder. The undersigned and designated agent is hereby designated by SURETY as the agent resident in either Tarrant or Dallas Counties to whom any requisite notice may be delivered and on whom service of process may be had in matters arising out of such suretyship. IN WITNESS WHEREOF, this instrument is executed on this the day of , 20 . WITNESS: PRINCIPAL: COMPANY Signature Signature Typed/Printed Name Typed/Printed Name Title Title Address Address City State Zip City State Zip

Page 48: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 7 Page 3 of 3

WITNESS: SURETY:

Company Signature Signature Typed/Printed Name Typed/Printed Name Title Title Address Address City State Zip City State Zip

Page 49: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 8 Page 1 of 3

SECTION NO. 8 THE STATE OF TEXAS § Payment Bond COUNTY OF TARRANT §

KNOW ALL BY THESE PRESENTS: THAT of the City of , County of , State of , hereinafter referred to as "PRINCIPAL", and a corporate surety/sureties organized under the laws of the State of and authorized to do business in the State of Texas, hereinafter referred to as "SURETY" (whether one or more), are held and firmly bound unto the CITY OF ARLINGTON, TEXAS, a municipal corporation located in Tarrant County, Texas, hereinafter referred to as "CITY", and unto all persons, firms and corporations who may furnish materials for or perform labor upon the buildings, structures or improvements referred to in the attached Contract, in the penal sum of ($ ), lawful money of the United States, to be paid in Arlington, Tarrant County, Texas, for payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, and firmly by these presents, the condition of this obligation is such that, WHEREAS, PRINCIPAL entered into a certain Contract with the City of Arlington, dated the day of , 20 , a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of:

Tucker, Wren, Lovers, and Matlock Water and Sanitary Sewer Renewals City of Arlington Project No. WUOP16009

NOW THEREFORE, If PRINCIPAL shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and materials in the prosecution of the work provided for in the above referenced Contract, and any and all duly authorized modifications of such Contract that may hereafter be made, notice to SURETY of such modifications being hereby waived, then this obligation shall be void, otherwise to remain in full force and effect. This bond shall remain in effect for a period of one (1) year following the date of final acceptance of City of Arlington Project No. WUOP16009. PROVIDED, further, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas. And, that such SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work performed thereunder, or the plans, specifications, drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder. This Bond is given pursuant to the provisions of Chapter 2253 of the Government Code, as amended. The terms "payment bond beneficiary", "public work labor", and "public work

Page 50: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 8 Page 2 of 3

material", as used herein, are in accordance with and as defined in the relevant provisions of Chapter 2253 of the Government Code. The undersigned and designated agent is hereby designated by SURETY herein as the resident agent in either Tarrant or Dallas Counties to whom all requisite notice may be delivered and on whom service of process may be had in matters arising out of such suretyship. IN WITNESS WHEREOF, this instrument is executed on this the day of _______________, 20 . WITNESS: PRINCIPAL: Company Signature Signature Typed/Printed Name Typed/Printed Name Title Title Address Address City State Zip City State Zip

Page 51: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 8 Page 3 of 3

WITNESS: SURETY:

Company Signature Signature Typed/Printed Name Typed/Printed Name Title Title Address Address City State Zip City State Zip The Resident Agent of the SURETY in either Tarrant or Dallas County, Texas, for delivery of notice and service of process is: NAME ADDRESS NOTE: Date of Payment Bond must NOT be prior to date of Contract.

Page 52: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 9 Page 1 of 3

SECTION NO. 9 THE STATE OF TEXAS § Maintenance Bond COUNTY OF TARRANT §

KNOW ALL BY THESE PRESENTS: THAT of the City of , County of , State of , hereinafter referred to as "PRINCIPAL", and , a corporate surety/sureties organized under the laws of the State of and authorized to do business in the State of Texas, hereinafter referred to as "SURETY" (whether one or more), are held and firmly bound unto the CITY OF ARLINGTON, TEXAS, a municipal corporation located in Tarrant County, Texas, hereinafter referred to as "CITY", in the amount of ($ ), lawful money of the United States, to be paid in Arlington, Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors and assigns, jointly and severally; and firmly by these presents, the condition of this obligation is such that: WHEREAS, PRINCIPAL entered into a certain written Contract with the City of Arlington, dated the day of , 20 , a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of:

Tucker, Wren, Lovers, and Matlock Water and Sanitary Sewer Renewals City of Arlington Project No. WUOP16009

in the City of Arlington, Texas, as more particularly described and designated in the above-referenced contract such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word: NOW, THEREFORE, If PRINCIPAL will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of acceptance and do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and do and perform all necessary work and repair any defective condition growing out of or arising from the improper joining of same, or on account of any breaking of same caused by PRINCIPAL in laying or building same, or on account of any defect arising in any of such work laid or constructed by PRINCIPAL, or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by PRINCIPAL; then this obligation shall be void, otherwise it shall remain in full force and effect; and in case PRINCIPAL shall fail to do so it is agreed that the CITY may do such work and supply such materials and charge the same against PRINCIPAL and SURETY on this obligation, and in addition, PRINCIPAL and SURETY herein shall be subject to the liquidated damages as provided in the Contract referred to herein for each day's failure on its part to comply with the terms and provisions of such Contract.

Page 53: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 9 Page 2 of 3

PROVIDED, further, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas. And, that SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work performed thereunder, or the plans, specifications, drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder. The undersigned and designated agent is hereby designated by SURETY as the resident agent in either Tarrant or Dallas Counties to whom all requisite notice may be delivered and on whom service of process may be had in matters arising out of this suretyship. IN WITNESS WHEREOF, this instrument is executed on this the day of _____________, 20_ . WITNESS: PRINCIPAL: Company Signature Signature Typed/Printed Name Typed/Printed Name Title Title Address Address City State Zip City bbState Zip

Page 54: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 9 Page 3 of 3

WITNESS: SURETY: Company Signature Signature Typed/Printed Name Typed/Printed Name Title Title Address Address City State Zip City State Zip

Page 55: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 1 of 30

SECTION NO. 10

SPECIAL PROVISIONS 10-1 PURPOSE OF SPECIAL PROVISIONS: This project shall be constructed in accordance with the latest revision of the STANDARD SPECIFICATIONS FOR WATER & SANITARY SEWER CONSTRUCTION IN THE CITY OF ARLINGTON, TEXAS, AS ADOPTED BY ORDINANCE 97-124 OF THE ARLINGTON CITY COUNCIL, ON SEPTEMBER 2, 1997 (http://www.arlington-tx.gov/water/water-sewer-specs-details/), as it may be amended from time to time, hereinafter referred to as “Standard Specifications”; provided that where any discrepancies occur between the Special Provisions and the Standard Specifications, the Special Provisions shall govern. The Special Provisions are included herein for the purpose of adapting the Standard Specifications to the project which is the subject of this agreement and of adding thereto such further provisions as may be necessary to state the agreement in its entirety. References in parentheses following headings indicate the corresponding section in the Standard Specifications. 10-2 SCOPE OF WORK:

A. The work governed by these specifications is located in the City of Arlington, Texas, and consists of the Tucker, Wren, Lovers, and Matlock Water and Sanitary Sewer Renewals, City of Arlington Project No. WUOP16009, including all necessary appurtenances.

B. The intent of the contract documents, including the Standard Specifications, Special Provisions, and other instruments, documents, drawings, maps, etc., comprising the Plans and Specifications, is to describe a completed work to be performed by the Contractor under the contract as an independent contractor.

C. The work will be staked out by the Contractor of this project and will be performed subject to

the right of inspection of the Director of Water Utilities or his authorized representative. Any provision of the agreement vesting in the Owner or Engineer the right of supervision or inspection is understood by the parties hereto to be for the purpose of ensuring that the Plans and Specifications are complied with and that the completed work is obtained as therein described, and no such provision shall be interpreted as vesting in the Owner or Engineer the right to control the details of the work. Payment for construction staking will be considered subsidiary to the project cost.

D. The contractor shall perform an elevation survey of all street segments in the contract and establish removal and replacement limits to ensure ponding water will not exist after construction. Contractor shall provide cut sheets clearly showing concrete removal limits to the Project Inspector with Public Works Department for review and approval prior to starting construction. Survey shall include enough information to evaluate drainage of the street and adjacent properties. The City will make the final determination as to the limits of the concrete replacement. Payment to complete this work and survey will be considered subsidiary to the project cost.

(Rev. 6/2014) 10-2A MINORITY/WOMEN BUSINESS ENTERPRISE: N/A

Page 56: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 2 of 30

10-3 BONDS AND INSURANCE: The following bonds and proof of insurance shall be filed with the Owner as a condition of the contract, together with appropriate powers of attorney.

A. PERFORMANCE BOND: A performance bond in the amount of the total bid price shall be executed by the Contractor as principal and by a corporate surety acceptable to and approved by the Owner, and which is authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code. Said bond shall be conditioned upon the faithful performance of the work in accordance with the plans, specifications and contract documents, and shall be solely for the protection of the City of Arlington. In addition to the foregoing requirements, if the amount of this bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety’s name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer authorized and admitted as a reinsurer in Texas who qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety’s or reinsurer’s name in the current U.S. Treasury Department Circular 570.

B. PAYMENT BOND: A payment bond in the amount of the total bid price shall be executed by the

Contractor as principal and by a corporate surety acceptable to and approved by the Owner, which is authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code. Said bond shall be solely for the protection and use of persons supplying labor and materials in the prosecution of the work provided for in the contract. In addition to the foregoing requirements, if the amount of this bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety’s name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer authorized and admitted as a reinsurer in Texas who qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety’s or reinsurer’s name in the current U.S. Treasury Department Circular 570.

C. MAINTENANCE: A maintenance bond in the amount of the total bid price shall be executed by

the Contractor as principal and by a corporate surety acceptable to and approved by the Owner, and authorized to do business in the State of Texas Said bond shall meet and fulfill all the requirements imposed on the Performance Bond and Payment Bond for this project. Said bond shall secure maintenance by the Contractor on the project made the subject of the contract for two (2) years from the date of acceptance of work by the Owner.

D. INSURANCE: Contractor shall, at its own expense, purchase, maintain and keep in force during

the term of this contract such insurance as set forth below. Contractor shall not commence work under this contract until it has obtained all the insurance hereby and such insurance has been approved by the City, nor shall the Contractor allow any subcontractor to commence work on one or more subcontracts until all similar insurance of the subcontractor has been obtained and

Page 57: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 3 of 30

approved. All insurance policies provided under this contract shall be written on an "occurrence" basis. (Rev. 07/2012)

Compensation Insurance Workers' Compensation Statutory Limit Employers Liability $1,000,000 Each Occurrence $1,000,000 Disease - Each Employee $1,000,000 Disease - Policy Limit Liability Insurance Commercial General Liability $1,000,000 each occurrence (No standard coverages are to be $2,000,000 Aggregate (Rev. 10/2013) excluded by endorsement, XCU and Contractual liability are not to be excluded) Automobile Liability Insurance Commercial Auto Liability Policy $1,000,000 Combined (including coverage for owned, hired, Single Limit and non-owned autos) Umbrella Liability (Following Form and Drop Down $2,000,000 each occurrence (Rev. 10/2013) Provisions included) It is agreed by all parties to this contract that the insurance required under this contract shall:

1. The City of Arlington as an additional insured on all applicable policies. The additional insured shall extend to premises/operations and products/completed operations. (Rev. 6/2016)

2. Provide for thirty days notice of cancellation to the City, for non-payment of premium,

material change, or any other cause. 3. Be written through companies duly authorized to transact that class of insurance in the

State of Texas with an A.M. Best rating of A:VII or better: and, 4. Waive subrogation rights for loss or damage so that insurers have no right to recovery

or subrogation against the City of Arlington, it being the intention that the required insurance policies shall protect all parties to the contract and be primary coverage for all losses covered by the policies.

Contractor shall provide City a Certificate of Insurance on an Acord form or other

State-approved form evidencing the required coverages to: Water Utilities Department City of Arlington P. O. Box 90231 Mail Stop 01-0200

Page 58: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 4 of 30

Arlington, Texas 76004-3231 E. WORKERS’ COMPENSATION INSURANCE COVERAGE: In addition to the requirements

above, the Contractor shall comply with the following in its provision of workers’ compensation insurance.

2. DEFINITIONS:

Certificate of Coverage (“certificate”) - A copy of a certificate of insurance, a certificate of

authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83 or TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a project, for the duration of the project.

Duration of the project includes the time from the beginning of the work on the project until the

contractor’s/person’s work on the project has been completed and accepted by the governmental entity.

Persons providing services on the project (“subcontractor” in §406.096) - includes all persons

or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. “Services” include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation or other service related to a project. “Services” does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries and delivery of portable toilets.

2. The Contractor shall provide coverage, based on proper reporting of classification codes and

payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project.

3. The Contractor must provide a certificate of coverage to the governmental entity prior to being

awarded the contract. 4. If the coverage period shown on the Contractor’s current certificate of coverage ends during

the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended.

5. The Contractor shall obtain from each person providing services on a project, and provide to

the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the

governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and

Page 59: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 5 of 30

(b) no later than seven (7) days after receipt by the Contractor, a new certificate of coverage

showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project.

6. The Contractor shall retain all required certificates of coverage for the duration of the project

and for one (1) year thereafter.

7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project.

8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed

by the Texas Workers’ Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage.

9. The Contractor shall contractually require each person with whom it contracts to provide

services on a project, to: (a) provide coverage, based on proper reporting of classification codes and payroll

amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project;

(b) provide to the Contractor, prior to that person beginning work on the project, a

certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project;

(c) provide the Contractor, prior to the end of the coverage period, a new certificate of

coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

(d) obtain from each person with whom it contracts, and provide to the Contractor:

(1) a certificate of coverage, prior to the other person beginning work on the project; and

(2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project;

(e) retain all required certificates of coverage on file for the duration of the project and

for one (1) year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery,

within ten (10) days after the person knew or should have known, of any change

Page 60: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 6 of 30

that materially affects the provision of coverage of any person providing services on the project; and

(g) contractually require each person with whom it contracts, to perform as required by

previous paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services.

10. By signing this contract or providing or causing to be provided a certificate of coverage, the

Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers’ compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.

11. The Contractor’s failure to comply with any of these provisions is a breach of contract by

the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten (10) days after receipt of notice of breach from the governmental entity.

10-4 WARRANTY SERVICE CLAUSE: Under the terms of the warranties which arise from these contract documents and/or the terms of any applicable special warranties required by the contract documents, if any of the work in accordance with this contract is found to not be in accordance with the requirements of the contract documents, the Contractor shall correct such work promptly after receipt of written notice from the City of Arlington or the architect, engineer or other entity as the contract documents may provide. This obligation shall survive acceptance of the work under the contract and termination of the contract. In order to facilitate a prompt response, Contractor agrees to provide for warranty service to the extent practical, from local businesses, including goods and services, when such goods and services are comparable in availability, quality and price. If Contractor fails within a reasonable time after written notice to correct defective work or to remove and replace rejected work, or if Contractor fails to perform the work in accordance with the contract documents, or if Contractor fails to comply with any provision in the contract documents, either the City of Arlington or its designee may, after seven (7) day's written notice to contractor, correct and remedy any such deficiency. 10-5 INDEMNIFICATION: Contractor does hereby agree to waive all claims, release, indemnify, defend and hold harmless the City of Arlington (Owner) and all of its officials, officers, agents, employees, in both their public and private capacities, from and against any and all liability, claims, losses, damages, suits, demands or causes of action including all expenses of litigation and/or settlement, court costs and attorney fees which may arise by reason of injury to or death of any person or for loss of, damage to, or loss of use of any property occasioned by error, omission, or negligent act of Contractor, his officers, agents, employees, subcontractors, invitees or any other persons, arising out of or in connection with the performance of this contract, and Contractor will at his or her own cost and expense defend and protect City of Arlington (Owner) from any and all such claims and demands.

Page 61: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 7 of 30

Contractor does hereby agree to waive all claims, release, indemnify, defend and hold harmless City of Arlington (Owner) and all of its officials, officers, agents, and employees, from and against any and all claims, losses, damages, suits, demands or causes of action, and liability of every kind including all expenses of litigation and/or settlement, court costs and attorneys fees for injury or death of any person or for loss of, damages to, or loss of use of any property, arising out of or in connection with the performance of this contact. Such indemnity shall apply whether the claims, losses, damages, suits, demands or causes of action arise in whole or in part from the negligence of the City of Arlington (Owner), his officers, officials, agents or employees. It is the express intention of the parties hereto that the indemnity provided for in this paragraph is indemnity by Contractor to indemnify and protect City of Arlington (Owner) from the consequences of City of Arlington’s (Owner's) own negligence, whether that negligence is a sole or concurring cause of the injury, death or damage. In any and all claims against any party indemnified hereunder by any employee of the Contractor, any sub-contractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation herein provided shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the contractor or any sub-contractor under workmen's compensation or other employee benefit acts. 10-6 PREVAILING WAGE RATES: The Contractor shall comply with V.T.C.A., Government Code, Chapter 2258, in performing this project. In accordance with V.T.C.A., Government Code, Chapter 2258, the prevailing wage rates as set forth in Section 2 of the contract documents shall be paid on this project. For overtime work and legal holidays, the hourly rate shall be one and one-half times the basic hourly rate set forth in Section 2. The City will require an affidavit stating that the Contractor has complied with the prevailing wage rate provision of the contract documents, prior to acceptance of the project. The City reserves the right to conduct interviews with the Contractor's employees to insure compliance with Section 2 of the contract documents in accordance with applicable State and Federal Laws. Upon written request by the City, the general contractor shall be responsible for submitting payroll information to the City of Arlington for all employees performing work on the project, whether employed by the general contractor or a subcontractor to the general contractor. Each submittal shall be certified by the general contractor as to completeness and accuracy. A Contractor or subcontractor in violation of V.T.C.A., Government Code, Chapter 2258 is liable for a penalty. That Contractor or subcontractor shall pay to the City sixty dollars ($60.00) for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman, or mechanic is paid less than the said stipulated rates for work done under the contract. The Contractor or subcontractor violating a requirement of this Special Provision may be determined ineligible to bid on or receive any additional work during the calendar year following the year in which the violation of this Special Provision occurred. (Rev. 5/2011) 10-7 ADDENDUM: The Owner reserves the right to issue one or more addenda to the Special Provisions, if necessary, prior to accepting bids for the work. Such addendum(s) shall be, and are hereby made a part of these specifications. Upon receipt of the addendum(s), the Contractor shall acknowledge the receipt of each addendum in the appropriate spaces provided in the addendum and include each signed acknowledgment in the sealed bid.

Page 62: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 8 of 30

10-8 TIME FOR COMPLETION AND LIQUIDATED DAMAGES (A 3.17): Since time is of the essence, the City has seen fit to establish the time required to complete this project. The time, as set out in SECTION NO. 5 of this contract, will be the maximum number of calendar days allowed to substantially complete this project. Substantially complete is defined as having completed all bid items included in the contract to allow the facilities to function as designed. Failure of the Contractor to complete the work within this time from the date of the issuance of the work order or notice to proceed will result in damages being sustained by the Owner. Contractor and Owner agree that it is and will continue to be impractical and extremely difficult to determine the actual amount of such damages. Unless otherwise provided in the SPECIAL PROVISIONS, the Contractor will pay the Owner five hundred dollars ($500) for each calendar day of delay in finishing the work in excess of time specified for completion, plus any authorized time extensions. Execution of the contract under these specifications shall constitute agreement by the Owner and Contractor that five hundred dollars ($500) for each calendar day of delay, deducted from the contractors monthly estimate as stated above is not to be considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated damages, since it would be impractical and extremely difficult to fix the actual damages resulting from additional engineering, inspection services and other additional work caused by such delay. 10-8A COMPUTATION OF CONTRACT TIME FOR COMPLETION: The engineer will furnish the Contractor a monthly statement on forms furnished by the City, showing number of calendar days during the month, the number of calendar days allowed in the contract and the calendar days remaining under the contract. If the satisfactory completion of the contract shall require unforeseen work or work and materials in greater amounts than those set forth in the contract, then additional calendar days will be considered, equal to the time which, in the opinion of the engineer, the work as a whole is delayed. However, the completion time can only be changed by the execution of a supplemental agreement. Time will be charged for all calendar days regardless of weather conditions, material supplies, or other conditions not under the control of the Contractor, which could impede the prosecution of the work. Time will also be charged for Sundays and holidays. Prior to beginning construction operations, the Contractor shall submit to the engineer a critical path method (CPM) chart progress schedule showing the manner of prosecution of the work that he intends to follow in order to complete the contract within the allotted time. The purpose for this schedule is to assure adequate planning and execution of the work. The progress schedule must present a reasonable approach to completing the work within the allotted time. Payment of partial monthly estimates shall not be commenced until the CPM chart progress schedule has been approved by the engineer. The Contractor shall be entirely responsible for maintaining the progress of the work in accordance with the approved schedule. Should it become evident, in the opinion of the engineer, any time during the construction that the progress of the work has not been maintained in accordance with the approved schedule, the Contractor shall, upon written request of the engineer, promptly submit a revised schedule. This revised schedule shall set out operations, methods, equipment, added labor, and additional work shifts by which time lost shall be made up. At the end of each estimate period, the engineer will determine whether the Contractor is in compliance with the approved schedule, or the approved revised schedule. In the event the Contractor is determined not to be in compliance, he will be notified immediately in writing. If the Contractor does not correct the work progress to comply with the approved revised schedule by the

Page 63: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 9 of 30

end of the month of notification, payment for work performed during the period of non-compliance will be reduced according to the following: 1st Month - Reduction = 30% X work performed (Month Only) 2nd Month - Reduction = 40% X work performed (Month Only) 3rd Month - Reduction = 50% X work performed (Month Only) Subsequent Month - Reduction = 50% work performed (Month Only) The first month (the month of notification) is that month in which notification is made. Each month's reduction will be assessed only for that work performed during that specific month. The reduction will be cumulative for the entire period of non-compliance; i.e., 30% payment reduction for the work performed during the first month, plus 40% payment reduction for work performed during the second month, plus 50% payment reduction for work performed during the third month, and plus 50% payment reduction for work performed in each succeeding month of non-compliance thereafter. When the work progress becomes in compliance with the approved schedule, or the approved revised schedule, all withheld monies will be paid to the Contractor with the next regular estimate. The Contractor shall anticipate possible delays and shall be prepared to supplement and revise his construction methods accordingly. Prior to any construction activities, the Contractor shall install erosion control measures. The Contractor shall then begin the work to be performed under the contract within 10 days after the date of the authorization to begin work and shall continuously prosecute same with such diligence as will enable him to complete the work within the time limit specified. He shall not open up work to the detriment of work already begun. The Contractor shall conduct his operations so as to impose a minimum interference to traffic. 10-9 DELAYS (A 3.17): The Contractor assumes the risk of all suspensions of, or delays in, performance of the contract regardless of the length thereof, arising from all causes whatsoever, whether or not relating to this contract, including wrongful acts or omissions of Owner or its contractors or subcontractors except only to the extent, if any, that compensation or an extension of time may be due as expressly provided for elsewhere in this contract for such suspension or delays, and, subject only to such exception, the Contractor shall bear the burden of all costs, expenses and liabilities which he may incur in connection with such suspensions or delays, and all such suspensions, delays, costs, expenses and liabilities of any nature whatsoever, whether or not provided for in this contract, shall conclusively be deemed to have been within the contemplation of the parties. Notwithstanding any provisions of this contract, whether relating to time of performance or otherwise, Owner makes no representation or guarantee as to when the construction site or any part thereof will be available for the performance of the contract, or as to whether conditions at the construction site will be such as to permit the contract to be formed thereon without interruption or by any particular sequence or method or as to whether the performance of the contract can be completed by the time required under this contract or by any other time. Wherever in connection with this contract it is required, expressly or otherwise, that Owner shall perform any act relating to the contract, including making available or furnishing any real property, materials or other things, no guarantee is made by the Owner as to the time of such performance and the delay of Owner in fulfilling such requirement shall not result in liability of any kind on the part of Owner except

Page 64: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 10 of 30

only to the extent, if any, that an extension of time or compensation may be due as expressly provided for in this contract. An extension of time will only be considered when a claim for such extension is submitted to the City in writing by the Contractor within fourteen (14) calendar days from the time when any alleged cause of delay occurs. 10-10 CONSTRUCTION WATER (C 1.8): Contractor is responsible to provide all water necessary for the construction of this project. All construction water will be metered by City owned meters. A fee and a deposit must be paid before the meter is released to the contractor. Payment and meter pick up locations are the South Service Center, 1100 S.W. Green Oaks, or City Hall Customer Care, 101 W. Abram. The meter readings will be submitted online by the contractor and billed each month in accordance with the current Customer Care and Business Services Policy. Any damage that occurs to the meter during this time will be repaired by the City of Arlington at the expense of the Contractor. The cost of the repairs will be deducted from the deposit and the remaining deposit will be returned to the Contractor. This procedure will be followed wherever construction water is needed. If the meter is set on a fire hydrant, the meter assembly shall be provided with an approved backflow prevention device, provided by the contractor in accordance with the standard detail and the Fire Hydrant Meter Agreement requirements located under http://www.arlington-tx.gov/water/builder-services/construction-meters-backflow-prevention/. (Rev. 6/2015) 10-11 DETOURS AND BARRICADES (C 23.2): See Section 11. 10-12 PROCUREMENT OF GOODS AND SERVICES FROM ARLINGTON BUSINESSES AND/OR HISTORICALLY UNDERUTILIZED BUSINESSES: N/A 10-13 PRICE FOR MATERIALS AND LABOR (A 3.8): The Contractor is cautioned that Texas law regarding tax exemption for City projects has been revised. The Contractor is responsible for obtaining the latest information from the State Comptroller's Office and/or other appropriate entities and bidding accordingly. 10-14 DISPOSAL OF EXCESS MATERIAL (C 3.12): The disposal of excess material resulting from construction including asbestos-cement pipe shall be removed and disposed of by the Contractor. Removal and disposal of asbestos-cement pipe shall be in accordance with the latest Federal and State regulations. The location of suitable disposal sites is solely the responsibility of the Contractor; the Owner shall in no way be responsible for the actions of the Contractor. No dumping will be allowed in flood plains or below the 100 year flood elevation of drainage ways. This work will be considered subsidiary to the unit prices bid on this project unless otherwise indicated in the bid proposal as a pay item. (Rev. 5/2013) 10-15 INGRESS AND EGRESS (C 1.10): The Contractor shall try at all times to keep private drives and roadways along the street open to citizens and to provide residents with ingress and egress to their property. It is not the intent of this provision to work a hardship on the Contractor or his forces, and it is realized that there will be times when it is impossible to provide ready access to all property; however, the Contractor will attempt to keep drives open as long as it does not, in the opinion of the engineer, interfere with the progress of the work. At the end of each work day, the Contractor shall leave the job in such condition so that the street and drives are open to the public. In case of rain, the Contractor shall have men

Page 65: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 11 of 30

and equipment on the job to help cars that might become stuck as a result of the construction and to help provide ingress and egress. 10-16 SAFETY REQUIREMENTS (A 3.5): The Contractor shall exercise reasonable precautions, at all times, for the safety of employees and others on or near the work and shall comply with all applicable provisions of Federal, States, and Municipal Safety Laws and Building and Construction Codes. In particular, the Contractor must review and abide by the Occupational Safety and Health Act (OSHA) and amendments thereto. 10-17 INVESTIGATION OF LOCAL CONDITIONS (A 3.2.a(6)): Prior to the submission of the proposal, the Contractor shall have made a careful examination of the site of the work and of the contract documents, including the plans and specifications, and shall become informed as to the location and nature of the proposed construction, the kind of facilities required before and during the construction period, labor conditions, and all other matters that may affect the cost and time of completion of the work. Particular attention is called to the fact that all excavation will be unclassified and the Contractor is expected to satisfy himself fully as to the nature of the excavation. 10-18 CHANGE OF LOCATION (A 3.18b): No change in the alignment is contemplated; however, should a change be necessary, the owner reserves the right to make such change. Any such changes will be compensated for at the unit prices bid for materials actually installed. 10-19 GUARANTEE (A 3.8.c): The Contractor shall guarantee all work for a period of two years from the date of written acceptance by the owner. Damage or leaks due to acts of God or from sabotage and/or vandalism are specifically exempted from this guarantee. When defective material and workmanship are discovered, required repairs are to be made under this guarantee and all such repair work shall be done by this Contractor at his own expense immediately after notice has been given him by the Owner. Should the Contractor refuse or fail to make the repairs within one day thereafter, the Owner may make the necessary repairs and charge the Contractor with the actual cost of the labor and materials required. 10-20 POLY-VINYL CHLORIDE (PVC) WATER PIPE & FITTINGS (B 4A and B 4B): The poly-vinyl chloride (PVC) water pipe shall in all respects comply with the latest revision of AWWA C900 Class 150 (DR 18) PVC pipe and C905 Pressure Rating 235 psi PVC pipe. All fittings shall be mechanical joint ductile iron fittings. 10-21 POLY-VINYL CHLORIDE (PVC) SEWER PIPE & FITTINGS (B 7): SCOPE: This specification designates general requirements for unplasticized, poly-vinyl chloride

(PVC), plastic gravity sewer pipe with integral wall bell and spigot joints for the conveyance of domestic sewage. The pipe and fittings shall comply in all respects to ASTM D3034 or F679 SDR 26 pipe, the latest revision. (Rev. 10/2012)

MATERIALS: Pipe shall be made from clean, virgin, approved Class 12454 BC PVC compound

conforming to ASTM resin specification D 1784. Clean reworked material generated from the manufacturer's own production may be used.

Page 66: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 12 of 30

PIPE: All pipe shall be suitable for use as a gravity sewer conduit. Provisions must be made for contraction and expansion at each joint with a rubber ring. The rings shall securely lock the solid cross section rubber ring into position. Standard lengths shall be 20 feet and 13 feet ± 1 inch.

FITTINGS: All fittings and accessories shall be as manufactured and furnished by the pipe

supplier or approved equal and have bell and spigot configurations identical to that of the pipe. Adapters appropriate for the existing pipe material, shall be used to tie into existing pipe for the service lines and laterals. No separate payment will be made for adapters, tees, bends, or other necessary fittings used in the installation of this line, but shall be considered to be subsidiary to the unit prices bid for pipe and services.

PHYSICAL AND CHEMICAL REQUIREMENTS: Pipe shall be designated to pass all tests at 73

degrees F (± 3 degrees F). PIPE STIFFNESS: Minimum "pipe stiffness" (F/Y at 5% deflection) shall be calculated in

accordance with ASTM Designation D 2412, External Loading Properties of Plastic Pipe by Parallel-Plate Loading.

JOINT TIGHTNESS: Assemble two sections of pipe in accordance with the manufacturer's

recommendations. Subject the joint to an internal hydrostatic pressure of 25 psi for one hour. Consider any leakage failure of the test requirements.

FLATTENING: There shall be no evidence of splitting, cracking, or breaking when the pipe is

tested as follows: Flatten specimen of pipe, six inches (6") long between parallel plates in a suitable press until the

distance between the plates is forty percent of the outside diameter of the pipe. The rate of loading shall be uniform and such that the compression is completed within two to five minutes.

DROP IMPACT TEST: Pipe (6" long section) shall be subjected to impact from a free falling tup

(20 lb.Tup A) in accordance with ASTM method D 2444. No shattering or splitting (denting is not a failure) shall be evident when the following energy is impacted:

NOMINAL SIZE 4" 6" 8" 10" 12" __________________________________________________________________________ Ft. - Lbs. 150 210 210 220 220 ACETONE IMMERSION TEST: After two (2) hours immersion in a sealed container of

anhydrous (99.5% pure) acetone, a 1" long sample ring shall show no visible spalling or cracking. (Swelling or softening is not a failure when tested in accordance with ASTM D 2152.)

PAYMENT: The price bid per linear foot for PVC pipe at the various depths shall be full

compensation for all material, labor, equipment, and incidental work required to complete the line ready for use, including embedment and seepage collars. The cost of trenching, embedment, seepage collars, backfill, compaction of backfill and exfiltration testing should be included in the unit price bid per linear foot, complete in place.

Page 67: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 13 of 30

10-22 LOCATION AND PROTECTION OF EXISTING STRUCTURES AND UTILITIES (C2.5): In the preparation of plans and specifications, the engineer has endeavored to indicate the location of existing underground utility lines which are known to the engineer. No attempt has been made to show minor lines or services lines. It is not guaranteed that all major lines or structures have been shown on the plans. Prior to the start of the construction, the Contractor shall call 1-800-DIGTESS for utility locations. In addition, the Contractor shall coordinate with all the local representative of the utility companies and any other public and private utility companies, and shall advise said representatives of the route of the proposed construction in order to obtain the assistance of the utility companies in the location of and in the avoidance of conflicts with utility lines. The Contractor shall uncover and determine the elevation and location of all conflicts well ahead of the trench excavation. For City’s water and sanitary sewer locates, please submit the requests at http://www.arlington-tx.gov/contact/report-a-new-issue/water-utilities. For City’s streetlights, signals and fibers/cables, and storm pipe locates, call Public Works Department at 817-459-5434. (Rev. 7/2016) Where excavation endangers adjacent structures and utilities, the Contractor shall, at his own expense, carefully support and protect all such structures and/or utilities so that there will be no failure or settlement. Where it is necessary to move services, poles, guy wires, pipe lines, or other obstructions, the Contractor shall notify and cooperate with the utility owner. In case damage to any existing structure or utility occurs, whether failure or settlement, the Contractor shall restore the structure or utility to its original condition and position without compensation from the owner. All costs of temporarily or permanently relocating the conflicting utilities shall be borne by the Contractor without extra compensation from the owner. If in the opinion of the engineer, concrete backfill is necessary for the support of the utility lines crossing trenches, the engineer may direct 1500 psi concrete backfill be used. Payment will be made to the contractor at the unit price for the installation of such quantity of the concrete backfill as directed by the engineer. 10-23 CONCRETE CYLINDER WATER PIPE (B 2): Not applicable. 10-24 PIPE HANDLING FOR CONCRETE CYLINDER PIPE (C 4.4): Not applicable. 10-25 PIPE HANDLING: Pipe, fittings, valves and other accessories shall at all times be handled with care to avoid damage. In loading and unloading they shall be lifted by hoists, cranes or rolled on skidways in a manner which avoids sudden shock. Under no circumstance shall pipe be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. Pipe shall be placed on the site of the work parallel with the trench alignment and with the bell ends facing the direction in which the work will proceed. Proper implements, tools, equipment and facilities shall be provided and used by the Contractor for the correct and safe execution of the work. All pipe, fittings, specials, valves, etc. shall be lowered into the trench by means of a suitable machine and shall not be rolled or dumped into the trench. The equipment shall have sufficient capacity to handle the pipe. The method of construction shall be subject to the City’s approval. Before being lowered into the trench, each joint of pipe shall be inspected and any unsound or damaged pipe shall be repaired or rejected.

Page 68: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 14 of 30

Pipe shall be kept free of all debris during the laying operation. The pipe shall be swept or swabbed prior to installation. The swab shall be of a design acceptable to the City. At the close of each operating day, the open end of the pipe shall be effectively sealed against the entrance of all objects, especially water. No pipe shall be laid in water or when the trench conditions or the weather are unsuitable for such work, except in an emergency and then only upon permission of the City. All pipe shall be laid accurately to established lines and grades with valves and fittings at the required locations and with joints centered and spigots pushed home. Where it becomes necessary to make deflections in the line of the pipe, sections of pipe beveled ends or fabricated fittings shall be used. Minor deflection of the line of the pipe may be obtained in standard pipe joints; however, the maximum joint opening caused by such deflection shall not exceed the recommendations of the pipe manufacturer. Random length pipe and/or grade adapters may be used to make unforeseen changes in the field. 10-26 PLUGGING EXISTING LINES TO BE ABANDONED: Plugs shall be inserted into the bells of all dead-end fittings. Spigot ends of fittings and plain ends of pipe shall be capped. Capped or plugged outlets to fittings shall be tied to the fittings and shall be restrained according to the fitting manufacturer’s recommendations. Ends of all lines to be abandoned shall be plugged. In addition, any line already abandoned that must be cut to accomplish this project shall be plugged at open ends resulting from the cut. Unit price bid item for plugging existing lines shall include the cost of all labor and material necessary to do this work. 10-27 RELOCATION OF EXISTING FIRE HYDRANTS (C 12): The unit price bid for relocating existing fire hydrants shall include the cost of the necessary fittings and extensions to relocate the fire hydrants as specified on the plans and to adjust them to the finished top of curb grade. 10-28 SALVAGING EXISTING FIRE HYDRANT: The contractor shall remove and dispose of the fire hydrants identified by the project, including concrete pad. No fire hydrants shall be delivered to the City. No separate pay item for the work. (Rev. 7/2015) 10-29 2:27 CONCRETE BACKFILL MATERIAL (B 22.3): 2:27 Concrete Backfill Material shall be composed of concrete containing two bags of Portland Cement per cubic yard of concrete, and the slump of the concrete shall be as designed by the engineer. Aggregate shall be a free flowing well-graded granular material passing a 1½" screen and free from sticks, lumps, clay balls, and organic matter. Cement treated base (CTB) may be substituted for the 2:27. If CTB is used, it shall be sufficiently moist to set up and should be placed the same day it is delivered. 2:27 Concrete or CTB Backfill Material shall be used as designed on the plans or at such additional locations determined by the engineer and shall be paid for at the unit prices bid for 2:27 Concrete Backfill Material. (Rev. 12/2011) 10-29A CEMENT TREATED BASE (CTB): Cement Treated Base shall be in accordance with TXDOT’s Standard Specification, Item 276. Use strength “L”. In any areas where the City determines the subgrade is unstable or unsuitable, the subgrade material shall be removed and be replaced with CTB compacted to 95% of TEX-113E. Unless a separate item is included in the PROPOSAL, CTB shall be subsidiary. (Rev. 12/2011) 10-30 EMBEDMENT REQUIREMENTS FOR WATER PIPE & FITTINGS (B 19 & C 3.7):

Page 69: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 15 of 30

All PVC water pipe shall be surrounded by and embedded in a six-inch (6") minimum encasement of granular material (Class "C" embedment). The pipe shall be laid on 6" of granular embedment, which shall extend to ¼ of the outside diameter from the bottom. (Rev. 5/2015) 10-31 EMBEDMENT REQUIREMENTS FOR POLY VINYL CHLORIDE (PVC) SANITARY SEWER PIPE & FITTINGS (B 19 & C 3.7): All PVC sanitary sewer pipe shall be surrounded by and embedded in a six-inch (6") minimum encasement of crushed rock (Class "B" embedment). (Rev. 5/2015) 10-32 LOW PRESSURE AIR TEST OF SANITARY SEWER LINES: After completing backfill of a section of sanitary sewer line, the contractor shall, at his expense, conduct a Line Acceptance Test using low-pressure air. The test shall be performed using the below stated equipment according to stated procedures and under the supervision of the inspecting resident engineer.

A. EQUIPMENT: The equipment used shall meet the following minimum requirements: (1) Pneumatic plugs shall have a sealing length equal to or greater then the diameter of the pipe

to be inspected. (2) Pneumatic plugs shall resist internal test pressures without requiring external bracing or

blocking. (3) All air used shall pass through a single control panel. (4) Three individual hoses shall be used for the following connections: (a) From the control panel to pneumatic plugs for inflation. (b) From the control panel to a sealed line for introducing the low-pressure air. (c) From a sealed line to control panel for continually monitoring the air pressure rise

in the sealed line.

B. GENERAL PROCEDURE: All pipe shall be backfilled prior to air testing.

Air tests shall be made by the pressure drop versus time method. The air test shall be performed by testing sections of pipe of various lengths. The Contractor shall furnish all material, equipment and labor necessary to perform the air test. Air gauges shall be recently calibrated and shall be stamped showing the date of calibration. Should the sanitary sewer system fail air tests, the Contractor shall repair the leaks and retest at his own expense.

C. TESTING PIPE LESS THAN 36 INCHES IN DIAMETER: Pneumatic plugs shall have a sealing

length equal to or greater than the diameter of the pipe to be inspected. Pneumatic plugs shall resist internal test pressures without requiring external bracing or blocking. All air used shall pass through a single control panel.

Three individual hoses shall be used for the following connections: from the control panel to pneumatic plugs for inflation; from the control panel to a sealed line for introducing the low-

Page 70: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 16 of 30

pressure air; and from a sealed line to the control panel for continually monitoring the air pressure rise in the sealed line.

The air compressor shall be of adequate capacity for charging the system.

The following procedure shall be used for air testing a sewer system: all pneumatic plugs shall be seal-tested before being used in the actual test installation; one length of pipe shall be laid on the ground and sealed at both ends with the pneumatic plugs to be checked; air shall be introduced into the plugs to 25 psig; the sealed pipe shall be pressurized to 5 psig; the plugs shall hold against this pressure without bracing and without movement of the plugs out of this pipe.

After a manhole-to-manhole reach of pipe has been backfilled and the pneumatic plugs checked, the plugs shall be placed in the line and inflated to 25 psig. Low pressure air shall be injected into the line until the internal pressure reaches 4 psig. Two minutes shall then be allowed for the pressure to stabilize.

In areas where ground water is known to exist, the contractor shall install a one-half inch (½") diameter capped pipe nipple, approximately ten inches (10") long, through the manhole. This shall be done at the time the sewer line is installed. Immediately prior to the performance of the Line Acceptance Test, the ground water shall be determined by removing the pipe cap, blowing air through the pipe nipple into the ground so as to clean it, and then connecting a clear plastic tube to the pipe nipple. The hose shall be held vertically and a measurement of the height (in feet) of water over the invert of the pipe shall be taken after the water has stopped rising in this plastic tube. The height shall be divided by 2.3 feet to establish the pounds of pressure that will be added to all readings.

After the pipe pressure has stabilized at 3.5 psig or the adjusted pressure due to ground water submergence, a stop watch shall be started and the time required for the internal pressure to reach 2.5 psig determined. Minimum permissible holding time for runs of single pipe diameter are indicated in the table below.

D. EXAMPLE: If the height of water is 11.5 feet, then the added pressure will be psig. This will

increase the 3.5 psig to 8.5 psig and the 2.5 psig to 7.5 psig. The allowable drop and the timing remain the same.

Page 71: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 10 Page 17 of 30

AIR TEST TABLES

MINIMUM HOLDING TIME IN MUNUTES AND SECONDS REQUIRED FOR PRESSURE TO DROP FROM 3.5 TO 2.5 PSIG

1 2 3 4

Specification Time for Length (L) Show (min:sec)

Pipe Diameter

(in.)

Minimum Time

(min: sec)

Length for Min.

Time (ft)

Time for Longer Length

(sec)

100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft 500ft 600ft 650ft

4 3:46 597 .380 L 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:46 3:48 4:07 6 5:40 398 .854 L 5:40 5:40 5:40 5:40 5:40 5:40 5:42 6:24 7:07 8:33 9:15 8 7:34 298 1.520 L 7:34 7:34 7:34 7:34 7:36 8:52 10:08 11:24 12:11 15:11 16:27

10 9:26 239 2.374 L 9:26 9:26 9:26 9:53 11:52 13:51 15:49 17:48 19:47 23:44 25:43 12 11:20 199 3.418 L 11:20 11:20 11:24 14:15 17:05 19:56 22:47 25:38 28:29 34:11 32:02 15 14:10 159 5.342 L 14:10 14:10 17:48 22:15 26:42 31:09 35:36 40:04 44:31 53:25 57:52 18 17:00 133 7.692 L 17:00 19:13 25:38 32:03 38:27 44:52 51:16 57:41 64:06 76:55 83:20 21 19:50 114 10.470 L 19:50 26:10 34:54 43:37 52:21 61:00 69:48 78:31 87:15 104:42 113:20 24 22:40 99 13.674 L 22:47 34:11 45:34 56:58 68:22 79:46 91:10 102:33 113:58 136:45 148:09 27 25:30 88 17.306 L 28:51 43:16 57:41 72:07 86:32 100:57 115:22 129:48 144:14 173:05 187:30 30 28:20 80 21.366 L 35:37 53:25 71:13 89:02 106:50 124:38 142:26 160:15 178:04 213:41 231:30 33 31:10 72 25.852 L 43:05 64:38 86:10 107:43 129:16 150:43 172:21 193:53 215:28 258:34 280:06 36 34:00 66 30.768 L 51:17 76:55 102:34 128:12 153:50 179:29 205:07 230:46 256:25 307:42 333:21 39 36:50 61 36.114 L 60:11 90:17 120:22 150:28 180:34 210:39 240:45 270:51 300:56 361:08 391:14

Page 72: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 18 of 30

E. TESTING PIPE 36 INCHES AND LARGER IN DIAMETER: For pipes 36 inches in diameter and over, the air test may be performed by testing each joint connection individually utilizing a joint tester similar to the Cherne Joint Tester. No joint shall be air tested until the pipe has been backfilled. At no time shall pipe installation exceed 100 feet from the latest joint tested. The method of testing shall be described in this section. The time allowed for the pressure drop for 3.5 psig to 2.5 psig shall be 10 seconds. Failure to pass the air test shall be cause for rejection. Rejected pipe shall be removed. Reinstallation and/or repairs may be made at the option of the City.

F. MEASUREMENT AND PAYMENT: No separate payment will be made for the tests specified

herein, but the cost thereof shall be included and considered subsidiary to the various other items.

IF THE INSTALLATION FAILS TO MEET THIS REQUIREMENT, THE CONTRACTOR SHALL DETERMINE, AT HIS OWN EXPENSE, THE SOURCE OF LEAKAGE. HE SHALL THEN REPAIR OR REPLACE ALL DEFECTIVE MATERIALS AND/OR WORKMANSHIP.

10-33 DEFLECTION TESTING OF FLEXIBLE SANITARY SEWER (C 27): PVC and any other flexible sewer pipe shall pass a deflection test conducted under the inspection of the Project Engineer. A rigid mandrel shall be used to measure deflection. The rigid mandrel shall have an outside diameter (OD) equal to 95% of the inside diameter (ID) 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 an OD controlled pipe and the average inside diameter for an ID controlled pipe. Statistical or other tolerance packages shall not be considered in mandrel sizing. Deflection tests shall be conducted after the final backfill has been in place at least 30 days. No pipe shall exceed a deflection of 5.0%. If a pipe fails to pass the deflection test, the Contractor, at his own expense, shall replace one complete length of pipe at the point of failure. No separate payment will be made for the tests specified herein, but the cost thereof shall be included and considered subsidiary to the various other items. 10-34 TRENCH BACKFILL (C 3.15): After free moisture is gone from the embedment material, the ditch shall be backfilled with native material and compacted by mechanical methods. If hand pneumatic tampers are used, the backfill shall be placed in layers not exceeding six inches (6") in loose thickness and thoroughly compacted to ninety-five percent (95%) Standard Proctor density at optimum moisture content, + two percent (2%) as determined by ASTM D698. Backfill shall be placed in uniform layers completely across the trench, and compaction shall proceed in an orderly, uniform manner. If compaction is performed by the use of heavy tamping (sheep's foot) rollers, backfill shall be placed in layers not exceeding nine inches (9") in loose thickness and compacted to ninety-five percent (95%) Standard Proctor density at optimum moisture content, + two percent (2%) as determined by ASTM D698. For line laid prior to street repair or replacement, the backfill as described above shall continue to within two feet (2') of the top of subgrade. At this point the trench shall be widened a minimum of one foot (1') on each side. The remaining two feet (2') shall be native material, compacted in six inch (6") loose lifts at optimum moisture content, +/- two percent (2%), to a density of ninety-five percent (95%) of maximum dry density, as determined at ASTM D698. Payment shall be subsidiary to unit prices bid for pipe.

Page 73: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 19 of 30

The City of Arlington shall be responsible for testing during backfill operations. If a test does not meet the requirements as outlined above, the contractor shall be responsible for additional tests until the above requirements are met. 10-35 CLEARING AND GRUBBING: The contractor shall do all clearing and grubbing necessary for construction operations. All trees, branches, limbs, and roots shall be removed and disposed of by the contractor so as to leave the right-of-way and/or utility easement in a neat and presentable condition. Removal shall be accomplished daily when construction is in a residential area. Clearing and grubbing shall be done so as not to injure or damage adjacent property. 10-36 DUCTILE IRON PIPE (B 5): Where ductile iron pipe is chosen for use on this project, it shall be furnished and installed in accordance with the applicable provisions of the Standard Specifications, the details shown on the plans and as hereinafter specified. All ductile iron pipe shall conform to the requirements of the latest revision of ANSI/AWWA C151/A21.51 and ANSI/AWWA C150/A21.50 for the minimum thickness. All ductile iron pipe shall be asphaltic coated outside in accordance with the latest revision of ANSI/AWWA C151/A21.51. Ductile iron pipe for water line shall have a cement-mortar lining in accordance with latest revision of ANSI/AWWA C104/A21.4. Ductile iron pipe for sanitary sewer line shall be lined with Protecto 401 Ceramic Epoxy lining.

All ductile iron pipe joints shall be "Push On" Type and shall conform to the latest revision of ANSI/AWWA C111/A21.11. All ductile iron pipe shall be wrapped by polyethylene encasement in accordance with latest revision of ANSI/AWWA C105/A21.5.

Restrained joint shall be mechanically interlocking joint and used at the locations indicated on the plans. Restrained joints shall be U.S. Pipe "TR Flex", American Ductile Iron Pipe "Flex Ring", Clow Corporation "Super-Lock", or approved equal. Field welding shall not be allowed. The price bid per linear foot for ductile iron pipe at the various depths shall be full compensation for all material, labor, equipment, and incidental work required to complete the line ready for use, including trenching, embedment, backfill, and testing. (Rev. 3/2016) 10-37 CRUSHED STONE FOR GRAVEL & DIRT DRIVEWAYS: N/A 10-38 CLEANING OF NEW WATER MAIN: The Contractor shall "run" the poly pigs prior to pressure testing of the new main, chlorinating the line, the obtaining of the safe water sample, and the final tie-in being made. The locations for inserting and exiting the poly pigs may be decided during the Pre-construction meeting. No separate payment will be made for this work but it will be considered subsidiary to the various unit prices bid. The Contractor will also be required to pull a swab through the water pipe prior to installation.

Page 74: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 20 of 30

Contractor shall include in the pipe installation with appropriate cleaning wyes and associated appurtenances required to successfully complete the “pigging” operations. The cleaning wyes and associated appurtenances shall be subsidiary to the linear foot unit price for each size and class of water line. 10-39 ROCK CUSHION: When in the opinion of the Engineer the subgrade material encountered at grade is soft spongy, and unsuitable, it shall be removed to a depth necessary below the barrel of the pipe to achieve stable layers and replaced with a rock cushion so as to provide an unyielding stable foundation. The rock used in cushion shall be crushed rock and shall be free from silt, loam, or vegetable matter and shall be of a gradation of from 3/4 inch to one inch (1"). Rock cushion will be paid for at the contract unit price per cubic yard in place and shall be the total compensation for furnishing all labor, materials, tools, and equipment for performing this particular phase of work. For sanitary sewer pipe installation, rock cushion shall be paid for the amount of rock placed at a depth greater than four inches (4") below the bottom of the pipe. Subgrades that have been allowed to become unstable by neglect of the Contractor, by improper drainage or lack of drainage, and when in the opinion of the Engineer the condition was caused by the neglect or fault of the Contractor, the Engineer shall order the Contractor to remove the unstable subgrade and replace the same with rock cushion at the expense of the Contractor, and no extra compensation will be allowed. 10-40 THRUST BLOCKS (C 4.11 and C 6.10): Concrete blocks or thrust blocks shall be placed at the plugs and bends of 5 degree or greater in the main. The concrete blocking shall be placed so as to rest against firm undisturbed foundation of trench bottom. The supporting area shall be sufficient to withstand the thrust, including water hammer which may develop. All concrete blocking used for thrust blocks shall conform with the section "Thrust Blocking" of the Standard Specifications. This is not a separate pay item but will be considered subsidiary to the various other items. Concrete blocking shall be placed at bends, tees, wyes, crosses, plugs, etc., in the water line. The concrete blocking shall be placed so as to rest against firm undisturbed trench walls. The supporting area for each block shall be sufficient to withstand the thrust, including water hammer. Each block except those for upward thrusts shall rest on a firm, undisturbed foundation of trench bottom. Blocking at bends shall be computed based upon pipe thrust at bends, or tees, with internal pressure of 150 psi. Where upward thrusts are to be blocked, the concrete blocking shall be of sufficient weight to resist the thrust and the concrete shall be reinforced as directed by the engineer. Other blocking sizes shall be computed based upon a maximum safe allowable soil bearing pressure of 2,500 pounds per square foot of undisturbed earth. The concrete blocking shall be placed against undisturbed trench walls, with a minimum of 18-inches between trench wall and pipe. Blocking shall extend a minimum of 0.75 X pipe diameter below and above the centerline of pipe and shall not extend beyond any joints. If requested by the engineer, the ends of the thrust blocks shall be contained in wood or metal forms. Where upward thrusts are to be blocked, tie-down blocking shall be used. Refer to Figure 5 and Figure 6 of the Standard Details.

Page 75: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 21 of 30

10-41 FIRE HYDRANTS (B 9): Refer to the latest fire hydrant specifications and detail at http://www.arlington-tx.gov/water/water-sewer-specs-details. (Rev. 11/2016) 10-42 DUCTILE IRON FITTINGS (B 15): (Rev. 5/2015) All fittings shall comply with ANSI/AWWA C110/A21.10 or ANSI/AWWA C153/A21.53, latest revision, and designed for a working pressure of not less than 150 psi. Ductile iron fittings for water lines shall have a "Standard Thickness" cement mortar lining and bituminous seal coat over the cement mortar lining in accordance with the ANSI/AWWA C104/A21.4 and ANSI/AWWA C110/A21.10, latest revisions. Ductile iron fittings for sanitary sewer shall be lined with Protecto 401 Ceramic Epoxy coating of 40 mils nominal thickness. All fittings shall be installed with a double layer of polyethylene wrap in compliance with A.W.W.A Standard C105 (ANSI A21.5). Only those manufacturers whose ductile iron fittings have been specifically approved by Arlington Water Utilities Department can be used in the City's water and sanitary sewer system. Ductile iron fittings, including polywrap, blocking, bolts, gaskets, or any other joint accessories, shall be subsidiary to the price bid for pipe and no separate payment will be made for fittings. 10-43 STREET CUT AND BACKFILL (C 23): Existing paved streets and drives shall be cut with a saw or clay spade to ensure a neat straight line along the edges of the trench. After the embedment material has been placed around the pipe, the remainder of the backfill shall be placed as soon as possible and shall be done in accordance with SECTION NO. 10-34 and the street repair details shown on the plans. Repair of streets, including street cut and backfill, will be paid for at the contract unit price per linear foot of trench and shall be the total compensation for furnishing all labor, materials, tools, and equipment for performing this particular phase of work. When complete street replacement is indicated, payment will be lump sum for all labor, materials, tools and equipment necessary to replace the portion of street disturbed by the Contractor, including street cut, backfill, lime application, subgrade preparation, and curb and gutter. 10-44 JOINT SEALING COMPOUND FOR MANHOLES: Joint compound for sealing the tongue and groove joints to be used in the construction of the pre-cast manholes shall meet or exceed all requirements of Federal Specifications SS-S00210, "Sealing Compound, Preformed Plastic for Pipe Joints", Type I, Rope Form. Such plastic gaskets shall be equal to RAM-NEK as manufactured by K.T. Snyder Company, Inc., of Houston, Texas, and meet the following requirements: The sealing compound shall be produced from blends of refined hydro-carbon resins and plasticizing compounds reinforced with inert mineral filler, and shall contain no solvents, irritating fumes, or obnoxious odors. The compound shall not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. It shall be supplied in extruded rope-form of suitable cross-section and of such sizes as to seal the joint space when the pipes are laid. The sealing compound shall be protected by a

Page 76: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 22 of 30

suitable removable two-piece wrapper. The two piece wrapper shall be so designed that one-half may be removed longitudinally without disturbing the other half to facilitate application of the sealing compound. Application of the compound shall be in accordance with the manufacturer's recommendations. ESTIMATING GUIDE (Approx.) Approximate Minimum Requirements (Tolerance = 10%) Pipe Size Primer per 100 Joints Cut Lengths per Joints 48" 12.0 Gals. 4 Pieces 1 1/2" X 3'5" 96" 35.0 Gals. 8 Pieces 2" x 3'5" 10-45 CAST-IN-PLACE MANHOLES (C18.3): Cast-in-place concrete manholes shall have a minimum inside diameter at the base of four feet (4’) or five feet (5’). The Contractor shall not remove any forms until 24 hours after the concrete is placed. No backfill shall begin until 96 hours after the concrete is placed. Rim elevation of manholes shall be adjusted to match existing grade. All internal drop manholes shall be a minimum of five feet (5’) in diameter, regardless of the depth of the manhole. A fiberglass manhole marker shall be installed 3 feet (3’) from the edge of the concrete pad. The marker shall be embedded at least six inches (6”) into the ground and shall extend at least seventy-two inches (72”) above the top of the concrete pad. The marker shall be white with a white on green, ultra-violet light resistant label indicating SANITARY SEWER MANHOLE. 10-46 GATE VALVES (B 10): (Rev. 11/2016) Refer to the latest gate valve specifications and detail at http://www.arlington-tx.gov/water/water-sewer-specs-details. No bypass valves shall be installed for all resilient-seated gate valves, unless otherwise specified on the plans or bid proposal. 10-47 AIR RELEASE VALVES (C 14): N/A 10-48 TYING INTO EXISTING LINES (C 25): The unit price bid for tying into existing lines shall include all labor and material necessary to tie the old main into the new main. The Contractor shall furnish all labor, material, equipment, and services required for the locating and uncovering of the existing line, the making of cuts in the line, the removal, relocation, and lowering or raising of existing lines as required, de-watering of the trench, connecting of the existing line into the new main and all appurtenant work required for a complete connection. This shall include the cost of offset bends as necessary for vertical and/or horizontal alignment. The new water lines will have to be tested, chlorinated, and a good sample received before the old lines can be plugged or abandoned and the new line tied in. 10-49 4" PVC SEWER SERVICE CONNECTIONS: The cost of the four inch (4”) sanitary sewer service connections shall include the cost of tying into the existing service, embedment, and other materials and labor for the installation of the sewer service line at various depths. Service connections will be paid at a lump sum for each service.

Page 77: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 23 of 30

10-50 WATER SERVICES: The Contractor shall use the latest City details shown on the following link for water services: http://www.arlington-tx.gov/water/water-sewer-specs-details/ (Rev. 8/2015) 10-51 WATER METER REPLACEMENT:

A. NEW METER: The City has pre-purchased the AMI meters required for this project. The unit price bid for meters shall be for installation only and include compensation for pickup of meters at the South Service Center, 1100 SW Green Oaks Boulevard and deliver to the job site. The Contractor shall be responsible for loading the meters at the South Service Center Warehouse and transporting to the jobsite. Prior to transport, the Contractor shall be responsible for inspecting the meters and confirming the good working condition of the entire meter assembly prior to delivering it to the jobsite. Any work required to complete repairs to the meter subsequent to its transport from the South Service Center shall be the responsibility of the Contractor and no separate payment shall be made for such repairs.

B. METER REPLACEMENT SCHEDULING: Contractor shall coordinate with City Meter Services Representative on the scheduling of the meter replacements to make sure they will be available to pick up the old meters and take final readings. Contractor to verify size of meter prior to installation. The contractor shall provide the Project Engineer a spreadsheet as shown below, including serial number and size of the new meters and their corresponding addresses.

Address Old / New Meter Serial Number Meter Size

A. METER REPLACEMENT: Contractor shall check for running water prior to commencing meter

change-out. Contractor will be responsible for turning off the water to the building. Contractor shall then replace the meter, using new gaskets or washers. Contractor shall put plastic caps on the inlet and outlet of the old meter and handle the meter with care in the event of post-removal testing. All meter adapters, bushings, or other hardware necessary to install the new water meter in the customer’s existing meter setup must be furnished by the Contractor. Contractor is required to install standard connections (meter couplings) for all ¾” thru 2” meters if none exist currently. These couplings must receive prior approval from Meter Services Representative. Contractor shall be responsible for bringing meter to the final grade based on the latest details with all necessary pipe and fittings. All work in the customer side shall be performed by a licensed plumber. All work in customer side shall be completed by a licensed plumber and considered as subsidiary to the bid item for meter replacement.

B. EXISTING METER: Contractor shall leave the old meter inside or next to the new meter box for City Meter Services Representative to pick up and to take final readings. If meters are not picked up at the end of the day by City representative, the Contractor will be responsible for storing the old meters in a secure location.

C. DIRT OR WATER AROUND METER: Contractor shall be responsible for removing and properly disposing of any reasonable amount of dirt needed to access a meter in a meter box. Dirt shall be removed such that there is a minimum of 2” clearance below the meter. If a water meter box is flooded so that the water is fully or partially submerged, the Contractor must remove water prior to changing the meter. Contractor must ensure that the water service is not in any way contaminated, even intermittently, by standing water in the meter box. (Rev. 11/2013)

Page 78: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 24 of 30

10-52 WATER METER RELOCATION OR ADJUSTMENT: If no meter replacement is required, the Contractor shall be responsible for relocating or adjusting (horizontal and vertical) water meters to finished grade. This shall include the relocation or adjustment of the service line on the City's side of meter, the quarter bend, the curb stop or angle valve, depending on service size, and the meter. The meter with curb stop or angle valve shall be adjusted to 7” - 10” below the final grade measured from compression fitting. Relocation or adjustment of the customer's service line shall be performed by a licensed plumber. As directed by the inspector, each meter relocation or adjustment shall be surveyed and a Grade Verification Sheet shall be completed by the Contractor and inspector. The Contractor shall also be responsible for disconnection and reconnection of antenna used for AMI meters. (Rev.11/2016) All of the relocation or adjustment work including the City’s side and customer's side and the work related to antenna shall be considered subsidiary to the various bid items unless otherwise indicated in the bid proposal as a pay item. The Contractor shall also endeavor to keep meters accessible during the project construction for reading purpose. In the event the meters are covered during construction, the Contractor shall mark their locations with stakes and shall uncover the meters within 24 hours when notified to do so by the inspector.

(Rev. 12/2013) 10-53 WATER METER BOX REPLACEMENT: The City has pre-purchased the meter boxes required for this project. The Contractor shall be responsible for loading the meter boxes at the South Service Center Warehouse, 1100 SW Green Oaks Boulevard, and transporting to the job site. Water meter boxes broken by the Contractor shall be replaced at the Contractor's own expense. The Contractor shall also be responsible for disconnection and reconnection of antenna used for AMI meters. All meter boxes shall be set to the finished grade. All work related to meter box and antenna shall be considered subsidiary to the various bid items unless otherwise indicated in the bid proposal as a pay item.

If any portion of the meter box is in concrete sidewalk, it shall be replaced with concrete box with metal lid and set to the finished grade of the sidewalk. All cast iron meter boxes shall be replaced as well. (Rev. 12/2013) 10-54 TRAFFIC CONTROL: It is essential that traffic be maintained and controlled along All Streets within the limits of construction at all times. Work shall be accomplished between the hours of 7:00 a.m. to 5:00 p.m. daily. At least one lane of traffic shall be maintained at all times during all phases of construction. This will require the contractor to provide adequate flagmen (two minimum) when only one lane of traffic is available. At the end of each day's work, the full width of the existing pavement shall be open to traffic. This may require the use of steel plates across the ditch lines to maintain traffic. All warning signs, warning devices, and barricades during the construction of the project shall be installed and maintained as required in the City of Arlington Barricade Manual and should be coordinated through the City of Arlington Public Works and Transportation/Traffic Engineering. Adequate barricading and warning signs shall be maintained in accordance with the barricade manual as directed by the Project Engineer or his designated representative. This is to be considered subsidiary to the several items for which unit prices are requested in the Proposal unless bid item is included. No streets shall be closed to through-traffic on this project without the written approval of the Director of Public Works and Transportation.

Page 79: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 25 of 30

10-54A TEMPORARY TRAFFIC SIGNALS: See Section 11. 10-55 BACKFILL AND INITIAL CLEANUP: Backfill and initial cleanup shall be done daily. This work shall progress immediately behind pipe laying and shall be within fifty feet of the pipe laying operation at all times. It shall also include the disposal of all excess material on a daily basis. Ditch lines, storm drains, inlets, bar ditches, and other drainage facilities shall be maintained and cleaned on a daily basis so they will function for their intended purposes. Where lines or services are laid in, along, or across the street pavement, the ditch line shall be backfilled and compacted upon the completion of that day's work. Barricades with warning lights shall be erected at these locations and shall be maintained by the contractor until such time as the permanent pavement is replaced. Steel plates shall be placed across the ditch lines up the time the pavement is replaced. No later than the first working day following the installation of the pipe, the necessary 2:27 concrete, CTB, or crushed stone, as required elsewhere in these specifications, shall be installed. No later than the second day following the installation of a line, the specified asphalt shall be placed in the ditch and the street repair shall be completed. No exceptions or deviations from the requirement that all ditch lines be repaired within two working days after the installation of the pipe will be sanctioned on this project. It is of utmost importance that we have the cooperation of the contractor in the control of the traffic, and the procedures outlined for backfilling and cleanup on this project. In the event these procedures are not followed, pipe laying shall cease immediately and not resume until the cleanup is completed and the roadway is safe for traffic. Particular care shall be taken during inclement weather to assure that driveways are backfilled with washed rock, or other suitable material, and all-weather access maintained for property owners. No driveway shall be blocked for longer than two (2) hours and only after notifying the affected property owner. Where lines or services are laid in, along, or across street pavement the pavement shall be left in a clean and acceptable condition. At the end of each work day the Contractor shall sweep and/or wash the pavement to leave the roadway completely clean of dirt and debris. Dirt, debris, and/or wash water shall be collected for appropriate disposal and shall NOT be washed into waterways or storm drains. Other suitable methods of maintaining the pavement in a clean, unobstructed condition may be utilized by the Contractor. No additional payment will be made for cleaning of pavement. It shall be considered subsidiary to the work performed under this contract. 10-56 CLEAN-UP: It is the intent of this contract that an adequate cleanup be performed by the Contractor prior to acceptance of the project and final payment. Backfilling and cleanup shall follow the laying of the pipe as closely as possible. Upon completion of the work, the contractor shall remove all construction debris and excess material from the job site, leaving nothing objectionable on either public or private property. After cleanup has been completed, the contractor shall check to see that all drainage ditches are properly graded so as to provide adequate drainage and to prevent ponding of the water in the drainage ditch. 10-57 PROJECT SIGNS: The contractor on this project shall provide and erect up to four project signs as required prior to construction.

Page 80: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 26 of 30

Generally, project signs shall be located at the beginning and end of the project and on major intersecting streets. Locations of signs will be as determined by the engineer and/or construction inspector. The amount of money to be indicated on the sign shall be as indicated in the work authorization letter. The sign shall be in accordance with the detail shown on http://www.arlington-tx.gov/water/water-sewer-specs-details/. Construction shall be on 3/4" weatherproof (marine) plywood and the painting shall be accomplished with good quality paint which will not weather or fade excessively during the life of the contract. Signs shall be placed in prominent locations and maintained in good condition until the completion of the project. Damaged or defaced signs will be repaired within two working days at the contractor’s expense. The cost of the sign(s) shall be considered subsidiary to the unit prices bid on this project. 10-58 STORM WATER MANAGEMENT: See Section 11. 10-59 EXISTING IRRIGATION SYSTEMS: Prior to construction, the Contractor and inspector shall identify and document the sprinkler systems that will be affected by the construction of the project. The Contractor shall contact the owner of each sprinkler system and arrange to test each system. In the presence of the inspector, the Contractor shall: (1) determine if the system functions properly, (2) identify the layout of the system and, (3) document in writing the layout and function of the system. Any existing sprinkler system including sprinkler heads, control valves, etc. that are temporarily plugged, removed or damaged during the construction shall be put back to better or previous condition. The work described above is required for all projects and will be considered subsidiary to the unit prices bid on this project. (Rev. 11/2012) 10-60 ABANDONING EXISTING GATE VALVE BOX: The unit price for abandoning existing gate valves shall include abandoning existing gate valve box by removing the top 10" or top section, fill void area with concrete and repair pavement if located in street, or replace with 2" of topsoil including hydromulch or sod if back of curb. 10-61 BYPASS PUMPING: Bypass pumping required for performance of the project will be considered subsidiary to the unit prices bid on this project unless otherwise indicated in the bid proposal as a pay item.

10-62 HYDRO-MULCH OR SOD: See Section 11 for sodding.

10-63 SATURDAY OR CITY HOLIDAY INSPECTION: Any Contractor requiring the services of an Inspector on Saturdays will be charged a flat rate of $40.00 per hour for inspection services. In addition, the Contractor will also be required to deliver a non-refundable $100.00 deposit to the Department of Public Works and Transportation by 12:00 noon on the preceding Friday. (Rev 5/2014) Following the performance of inspection services, an invoice will be prepared and mailed to the Contractor via the U.S. Postal Service. The $100.00 deposit will be deducted from the total invoice amount. All invoices must be paid in order for the Contractor to receive the retained funds at the termination of a project, and/or to receive a final project acceptance. The Contractor will be charged only for the hours worked. If the Contractor works only 2.5 hours, no invoice will be generated (2.5 hours x $40 = $100 deposit already received). If an Inspector watches several projects and the remitted deposits equal or surpass the amount needed to pay for his or her hours,

Page 81: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 27 of 30

no invoices will be delivered. However, if the $100.00 deposit is delivered and the Contractor is unable to work for any reason, including weather, the $100.00 fee will not be refunded. Construction Services management will determine the appropriate number of Inspectors necessary and which Inspectors will work on each Saturday. No money will be exchanged in the field. A. SUMMARY OF PROCESS

1. Contractor delivers the $100.00 non-refundable deposit to the Department of Public Works and Transportation before 12:00 noon on the preceding Friday prior to the Saturday that is to be worked. If the deposit is not time stamped by the deadline, the contractor will not be able to work on that Saturday. (Rev. 05/2014)

2. Contractor works desired number of hours and is invoiced at $40.00 per hour for the

number of hours worked by the Inspector minus the previously remitted $100.00 deposit. 3. Contractor pays invoice that he receives in the mail.

Overtime during the work week is not subjected to the required process listed above. Night time tie-ins are also exempt from these rules when they are done in an effort to reduce the impact of water outages to customers. (Rev. 05/2014)

B. HOLIDAY SCHEDULE

Below are holidays observed by the City of Arlington. No work will be permitted except in the most extreme circumstances and with prior approval from the Construction Services Manager. If approved to work on a holiday, the Saturday inspection rates will apply. (Rev 05/2014)

» Martin Luther King Day (third Monday in January) » President’s Day (third Monday in February) » Good Friday (Friday preceding Easter) » New Year’s Day (January 1) » Memorial Day (Last Monday in May) » Independence Day (July 4) » Labor Day (First Monday in September) » Thanksgiving Day (Fourth Thursday in November) » Thanksgiving Friday (Friday after Thanksgiving Day) » Christmas Eve (December 24) » Christmas Day (December 25)

In addition to the above, any holiday that falls on a Saturday will be observed on the preceding Friday. Any holiday that falls on Sunday will be observed on the following Monday. If a holiday falls on a Friday or on a Monday, the contractor will not be permitted to work on the Saturday after or preceding the holiday. (Rev. 05/2014)

10-63A WORK PERFORMED WITHOUT BENEFIT OF INSPECTION: Contractor shall provide the City 24 hours notice prior to any construction. Any time that work is being performed on bid items, work that supports bid items, or work that requires lane closures, an Inspector must be

Page 82: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 28 of 30

present. Work performed without the proper inspection shall be performed at the Contractor’s risk. This work will be consider unauthorized, and at the option of the Construction Services Manager may not be measured and paid for and may require removal at the Contractor’s expense. If the Contractor fails to satisfactorily repair, replace or remove the unauthorized work or materials immediately upon receipt of written notice, the City will have authority to cause such remediation to be performed and to deduct the cost thereof from any monies due or to become due to the Contractor. If there is ever any question as to what requires inspection, please check with the assigned Inspector, Inspector Supervisor, or Construction Services Manager. General clean-up and similar items of work that have no direct pay can be performed without the benefit of inspection. (Rev. 12/2011) 10-64 CONSTRUCTION CONTINGENCY ALLOWANCE: A construction contingency allowance, in the amount designated in the Proposal, is provided to allow for expeditious handling of unforeseen conditions that may arise during the course of the Project, and may only be used with the concurrence of the Engineer and applicable City Department Director or designee. Before contingency work is performed, the Contractor shall submit a proposed price for the work to the Engineer and shall obtain written approval before proceeding with the additional work. Any balance of funds remaining in the construction contingency allowance at the close of the project belongs to and shall remain with the City of Arlington. 10-65 ADJUSTMENT OF MANHOLES/CLEANOUTS AND VALVE BOXES: The contractor shall adjust manholes/cleanouts and valve boxes up to the finished pavement grade, including 5’x5’x6” concrete pads for manholes and 2’x2’x6” pads for cleanouts and valve boxes. No separate pay item for the work.

10-66 MOBILIZATION AND BONDS: A lump sum bid item has been included for compensation for mobilization and bonds. Upon presentation of a paid invoice for the required bonds, the Contractor will be paid that amount from the amount stated in the proposal. However, a monthly pay estimate will not be processed solely for paying these items. Work on other pay items must be initiated prior to processing the first monthly pay estimate. The remaining amount of the lump sum will be paid when 10 percent of the amount for the original construction items is earned. (Rev. 12/2011) 10-67 GPS DATA ON NEW WATER AND SANITARY SEWER INSTALLATION: A bid item has been designated in the Proposal to have the Contractor provide the owner with GPS data on the following water and sanitary sewer attributes being installed with this project. Installation includes, but not limited to, construction of new or adjustment and relocation of existing water and sanitary attributes. Examples of water/sewer attributes includes: Gate Valves, Blow-off Valves, Air Release Valves, Fire Hydrants, Meter Boxes, Pig Wye Vaults, Manhole lids, Cleanouts, and the flowline of manholes. Horizontal accuracy will be up to a sub-centimeter. The data will need to be formatted to the following base datum and be based on the latest version of the City’s GPS monument Manual located on Public Works and Transportation web page: (Rev. 08/2013) Note: Coordinates must be attained in Grid Coordinates not Surface Coordinates. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic False_Easting: 968500.00000000 False_Northing: 6561666.66666667 Central_Meridian: -98.50000000 Standard_Parallel_1: 32.13333333

Page 83: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 29 of 30

Standard_Parallel_2: 33.96666667 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot_US Geographic Coordinate System: GCS_North_American_1983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree The Contractor shall provide the City with GPS data in an ESRI shapefile or geodatabase format on a CD. The points collected in the field must have a description field that includes a general description of each feature collected such as 6” gate valve and/or the construction plan stationing. The City Staff will need to verify the data and approve it before payment can be made on this item. 10-68 CEMENT: See Section 11.

10-69 CCTV INSPECTION OF SANITARY SEWER MAINS (C 28): (Rev. 11/2016)

A. SCOPE: This section of the specifications covers the City inspection of sanitary sewer mains by closed circuit television (CCTV).

B. GENERAL: The final inspection on all projects shall include a CCTV inspection of the

completed sanitary sewer main installation, exclusive of services. The CCTV inspection, including furnishing of necessary personnel, equipment and materials, shall be performed by the Contractor. All defects in the installed facility revealed by the CCTV inspection shall be remedied by the Contractor prior to the acceptance of the project.

C. CONTRACTOR'S RESPONSIBILITIES: Prior to sanitary sewer main acceptance, the

Contractor shall inspect all newly constructed mains, excluding services, by CCTV in accordance to the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment & Certification Program (PACP) standards, latest edition. The Contractor shall provide the City a CCTV inspection video and a PACP inspection report summarizing the inspection with all PACP observation codes with their corresponding Structural Grade and O&M condition grades clearly marked. The inspection shall be performed by a NASSCO PACP Certified inspector, and the report shall clearly show the CCTV inspector’s name and registration number. In addition to defects noted for NASSCO PACP sanitary sewer standards, the CCTV inspector shall note any defects that meet the NASSCO PACP definition of ‘Joint Offset Small (JOS)’, Joint Separated Small (JSS)’, or ‘Joint Angular Small (JAS)’. Such defects shall be clearly highlighted, embolden, circled or marked in a way to distinguish them from the other observation codes.

The sanitary sewer main shall be thoroughly cleaned and flushed with water, by the Contractor, prior to CCTV inspection. The pipe shall have flow depth less than ¼ pipe full unless approved by the City in writing. The Contractor will be held liable for all damages to the public and private property caused directly and/or indirectly by the CCTV inspection or by surcharging of sanitary sewer mains. The Contractor is responsible for any fines, penalties or other costs imposed upon the City by any agency or private party as a result of the CCTV inspection or improper discharges by the

Page 84: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section 10

Page 30 of 30

Contractor. The Contractor shall ensure no equipment or other obstructions remain in the line after inspection. All costs associated with retrieving any lodged equipment, shall be incidental to the inspection.

D. BASIS FOR CCTV REPORT ACCEPTANCE: CCTV inspection report will be accepted by the

City if the inspection noted under C 28.3 has a PACP Overall Pipe Structural and O&M Rating of 0, and contains no defects meeting the NASSCO PACP definition of JOS, JSS, or JAS. Any defects observed shall be corrected and re-inspected by the contractor prior to acceptance by the City at the contractor’s expense.

E. MEASUREMENT AND PAYMENT: Payment will be at the unit price bid per linear foot of

CCTV inspection of the new sanitary sewer mains. END OF SECTION

Page 85: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Revised 8/2015 Section 11 – Listing Page 1 of 4

SECTION NO. 11

SPECIAL PROVISIONS

NUMERICAL LISTING 11-1 PURPOSE OF SPECIAL PROVISIONS 11-1A CONTRACT TERMS - N/A 11-2 SCOPE OF WORK - See Section 10 11-2A MINORITY / WOMEN BUSINESS ENTERPRISE N/A 11-3 BONDS, INSURANCE, & AFFIDAVITS – See Section 10 11-4 INDEMNIFICATION – See Section 10 11-5 ADDENDUM – See Section 10 11-6 TIME FOR COMPLETION & LIQUIDATED DAMAGES – See Section 10 11-6A BONUS - N/A 11-7 COMPUTATION OF CONTRACT TIME FOR COMPLETION – See Section 10 11-7A SATURDAY OR CITY HOLIDAY INSPECTION - See Section 10 11-7B WORK PERFORMED WITHOUT BENEFIT OF INSPECTIONS - See Section 10 11-8 DELAYS – See Section 10 11-9 MONTHLY ESTIMATE 11-9A RIGHT TO AUDIT 11-10 PREVAILING WAGE RATES 11-11 CONSTRUCTION WATER – See Section 10 11-11A CONSECUTIVE STREET CONSTRUCTION 11-12 DETOURS AND BARRICADES 11-12A TEMPORARY TRAFFIC SIGNALS 11-13 SALES TAX EXEMPTION 11-14 ACCESS TO PRIVATE PROPERTIES 11-14A CRUSHED ROCK BAD WEATHER PROTECTION 11-15 USE OF PRIVATE PROPERTY 11-16 PROTECTION OF THE PUBLIC 11-17 PROTECTION OF ADJACENT PROPERTY 11-18 TESTING 11-19 DEFECTIVE MATERIALS, EQUIPMENT, OR IN-PLACE CONSTRUCTION 11-19A MATERIALS AND WORKMANSHIP: WARRANTIES AND GUARANTEES 11-20 EXISTING UTILITIES

Page 86: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Revised 8/2015 Section 11 – Listing Page 2 of 4

11-20A DUTY OF AN EXCAVATOR RELATING TO EXCAVATION OPERATIONS THAT MAY DAMAGE UNDERGROUND FACILITIES

11-21 PROTECTION & CLEANING OF EXISTING SEWERS 11-22 LOCATION & PROTECTION OF EXISTING STRUCTURES & UTILITIES 11-23 RIGHT-OF-WAY PREPARATION – N/A 11-24 ROADWAY EXCAVATION – N/A 11-24A BASE FAILURE REPAIR – N/A 11-25 UNCLASSIFIED STRUCTURAL EXCAVATION – N/A 11-26 SITE GRADING – N/A 11-27 COMPACTED ROADWAY FILL & EMBANKMENT – N/A 11-27A BORROW – N/A 11-28 FILLING – N/A 11-29 DRAINAGE 11-30 REMOVAL ITEMS 11-31 HYDRATED LIME 11-32 LIME STABILIZATION OF SUBGRADE – N/A 11-33 FLEXIBLE BASE 11-33A CEMENT TREATED BASE (CTB) 11-34 CONCRETE CURB AND GUTTER 11-35 EPOXY BONDING AGENT 11-36 HOT MIX ASPHALTIC CONCRETE 11-36A PAVING FABRIC (PETRO-MAT) 11-37 TACK COAT 11-37A NON-TRACKING TACK COAT 11-38 ASPHALTIC PRIME COAT 11-39 REINFORCING STEEL 11-40 TEMPORARY BATCH PLANT – N/A 11-41 TESTING REQUIREMENTS 11-42 CONCRETE VALLEY GUTTERS 11-43 CONCRETE DRIVEWAYS 11-44 RECONSTRUCT DRIVES 11-45 CONCRETE SIDEWALKS 11-45A BARRIER FREE RAMPS 11-46 CONCRETE MEDIANS – N/A 11-46A CONCRETE PANEL REPLACEMENT 11-47 WATER METER RELOCATION OR ADJUSTMENT

Page 87: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Revised 8/2015 Section 11 – Listing Page 3 of 4

11-47A WATER METER BOX REPLACEMENT – N/A 11-48 VERTICAL ADJUSTMENT OF SANITARY SEWER MANHOLES,

SANITARY SEWER CLEANOUTS AND WATER VALVES – See Section 10 11-49 REINFORCED CONCRETE PIPE – N/A 11-50 CORRUGATED METAL PIPE – N/A 11-50A HIGH DENSITY POLYETHYLENE PIPE (HDPE) – N/A 11-50B ALUMINIZED STEEL TYPE 2 COATED SPIRAL RIB METAL PIPE (SRMP)

– N/A 11-51A MECHANICALLY COMPACTED TRENCH BACKFILL SPECIFICATIONS 11-51B FLOWABLE FILL TRENCH BACKFILL SPECIFICATIONS 11-52 CONCRETE STRUCTURES 11-53 REINFORCED CONCRETE BOX CULVERT 11-54 UNCLASSIFIED CHANNEL EXCAVATION 11-55 MANHOLES, INLETS, AND OTHER CONCRETE DRAINAGE

STRUCTURES 11-56 CURB INLET 11-57 BACKFILL & BACKFILL MATERIAL 11-58 TOPSOIL 11-59 5" REINFORCED CONCRETE RIPRAP – N/A 11-60 HYDRO-MULCH SEEDING – N/A 11-61 SODDING/TURFGRASS PLANTING 11-62 SLOPE EROSION CONTROL – N/A 11-63 STEEL GUARD RAIL – N/A 11-64 CLEAN-UP 11-65 FINAL INSPECTION 11-66 TOWING OF VEHICLES 11-67 CONDUIT 11-68 SPRINKLER RELOCATIONS 11-69 PROJECT SIGNS – See Section 10 11-69A SIGNS FOR BUSINESSES 11-70 USE OF CITY PARKS 11-71 STORM WATER MANAGEMENT 11-71A STORM WATER MANAGEMENT 11-71B STORM WATER MANAGEMENT 11-71C NONWOVEN FILTER FABRIC FOR INLET PROTECTION 11-72 GPS MONUMENT 11-73 FINAL QUANTITIES

Page 88: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Revised 8/2015 Section 11 – Listing Page 4 of 4

11-74 PUBLIC MEETING 11-74A PARTNERING MEETING – N/A 11-74B CONSTRUCTION MEETING 11-75 TEMPORARY STREET REPAIR FOR TRENCHES – N/A 11-75A TEMPORARY STREET REPAIR FOR TRENCHES 11-76 PROTECTION OF ADJACENT LANDSCAPING IMPROVEMENTS 11-77 RESTORATION OF EXISTING PAVED SURFACES 11-78 PORTLAND CEMENT TREATED SUBGRADE – N/A 11-79 CONSTRUCTION CONTINGENCY ALLOWANCE 11-80 LIME AND CEMENT MODIFICATION OF SUBGRADE SOILS 11-81 TREE REMOVAL 11-81A TREE TRIMMING 11-82 MOBILIZATION AND BONDS 11-83 GALVANIZED GABIONS WITH PVC COATING – N/A 11-84 CEMENT 11-85 GPS DATA ON STORMWATER ATTRIBUTES – N/A 11-86 TRENCHLESS TECHNOLOGY/BORING 11-87 MOWING DURING CONSTRUCTION – N/A 11-88 MATERIAL SAFETY DATA SHEET

Page 89: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 1 of 45

SECTION NO. 11

SPECIAL PROVISIONS – PAVING AND DRAINAGE SPECIFICATIONS 11-1 PURPOSE OF SPECIAL PROVISIONS: The project shall be in accordance with the Standard Specifications for Public Works Construction as issued by the North Central Texas Council of Governments, as it may be amended from time to time, hereinafter referred to as the Standard Specifications. (Rev 12/2011) These Special Provisions are included for the purpose of adapting the Standard Specifications to the particular project which is subject to this agreement and of adding thereto such further provisions as may be necessary to state the contract in its entirety. The work shall conform to the requirements of these Special Provisions and the details as shown on the drawings. These contract documents are intended to be complementary. Requirements of any of the contract documents are as binding as if called for by all. In the event of conflict between the drawings and the Special Provisions, the interpretation of the drawings shall have priority. Where any discrepancies occur between the Special Provisions and the Standard Specifications, the Special Provisions shall govern. (Rev. 6/2009) References made to TxDOT Items in this contract shall mean items in the Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges as published by the Texas Department of Transportation in 2004. Metric projects will refer to the 1995 edition. Further technical requirements contained in other publications are referenced in sections where they apply and are hereby incorporated. (Rev. 5/2003) 11-1A CONTRACT TERM: N/A 11-2 SCOPE OF WORK: See Section 10. 11-2A MINORITY/WOMEN BUSINESS ENTERPRISE (MWBE): N/A

11-3 BONDS, INSURANCE AND AFFIDAVITS: See Section 10. 11-4 INDEMNIFICATION: See Section 10. 11-5 ADDENDUM: See Section 10. 11-6 TIME FOR COMPLETION AND LIQUIDATED DAMAGES: See Section 10. 11-6A BONUS: N/A 11-7 COMPUTATION OF CONTRACT TIME FOR COMPLETION: See Section 10. 11-7A SATURDAY OR CITY HOLIDAY INSPECTION: See Section 10. 11-7B WORK PERFORMED WITHOUT BENEFIT OF INSPECTION: See Section 10.

Page 90: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 2 of 45

11-8 DELAYS: See Section 10. 11-9 MONTHLY ESTIMATE: Monthly pay estimates will be processed at the beginning of each month for work performed during the prior month. Assuming there are no issues encountered during the standard process, payment will be processed within 30 days from the end of the prior month. Where multiple locations are included in the contract, City may require measurements to be performed on a daily basis. Invoices shall be submitted for the actual work performed. (Rev. 12/2011)

11-9A RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give contractor reasonable advance notice of intended audits. (Rev. 3/2003) 11-10 PREVAILING WAGE RATES: See Section 10. 11-11 CONSTRUCTION WATER: See Section 10. 11-11A CONSECUTIVE STREET CONSTRUCTION: The rate of progress shall be such that at no time shall more than three (3) streets be under construction at the same time without prior approval by the project engineer or inspector. (Rev. 8/2012) 11-12 DETOURS AND BARRICADES: The Contractor shall submit one (1) copy of a Traffic Control Plan together with the checklist, two (2) weeks prior to closing any street or causing any obstruction to traffic on any street to the City’s Traffic Engineering Division (located at 1011 W. Main Street). The Contractor shall not proceed with the implementation of the Traffic Control Plan until notified by the City that the plan has been accepted. The Traffic Control Plan shall be drawn at a scale not less than 1″=200′ unless approved by the Traffic Engineer and such that it is legible and shall include proposed street closings, detours, barricade placements, and sign placement, including advance warning signs, temporary signals, portable message boards and pavement markings, if necessary. The Contractor shall furnish and erect suitable barricades, signs, signals and appropriate pavement markings to protect motorists and pedestrians, as set forth in the CITY OF ARLINGTON WORK AREA TRAFFIC CONTROL MANUAL and/or the latest edition of the TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. However, vertical panels will not be allowed unless approved by the Traffic Engineer. The barricades, signs, signals and pavement markings shall be constructed, placed, and adequately maintained as set forth in the Traffic Control Plan or as directed by the engineer or his/her authorized representative. Unless otherwise approved by the engineer or his/her authorized representative, two-way traffic shall be maintained on all roadways under construction at all times. If it becomes necessary to detour traffic off the existing paved roadway for more than seven (7) days, a hard surface driving lane, such as asphalt, shall be properly constructed and maintained by the Contractor throughout the duration of the detour. All temporary tie-ins shall be constructed of 4-inch Type B asphalt over a compacted subgrade (standard compaction). Subsequent maintenance of all detours and tie-ins shall be considered

Page 91: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 3 of 45

subsidiary to the unit prices bid for temporary asphalt. Cutting, removing, and replacing the asphalt for utility installations, excavation, and/or liming operations shall be considered subsidiary to the initial placement of asphalt and will not be paid for each re-installation. Asphalt shall be replaced within seven (7) days of removal for these activities. A bid item shall be included for furnishing, installing, maintaining and final removal of the asphalt. (Rev. 6/2014) Where pavement drop-offs occur, traffic control plans shall be in accordance as illustrated on the following "Traffic Control Device Detail," which is enclosed as part of these specifications. These guidelines are applicable to construction work where continuous pavement edges or drop-offs exist parallel and adjacent to a lane used for traffic. When performing maintenance on major arterials or as directed by the Traffic Engineer, Contractor shall use portable message boards to inform the public of the construction date, length of project, and to expect delays. The signs shall be operational 24 hours a day. Portable message boards shall be erected three (3) working days prior to beginning work, and all verbiage shall be approved by the City Traffic Engineer. (Rev 6/2014)

No direct compensation (unless bid item included) will be made to the Contractor for furnishing, installing, and maintaining any Traffic Control Devices, including but not limited to message boards, barricades, warning signs, signals, pavement markings, and detours and their subsequent maintenance and removal. This is to be considered subsidiary to the several items for which unit prices are requested in the PROPOSAL. Should it be necessary for the City to provide and/or maintain signs, barricades, signals, and markings the cost of such shall be deducted from the monthly estimate. (Rev. 12/2011)

Page 92: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 4 of 45

(Rev. 6/2014)

Page 93: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 5 of 45

11-12A TEMPORARY TRAFFIC SIGNALS: A. DESCRIPTION: Temporary signals shall be considered for all existing signalized

intersections within the limits of this project. This section describes furnishing, installing, maintaining, and removing intersection temporary traffic signals. Temporary traffic signals are considered a part of the Traffic Control Plan and no additional pay will be made to the contractor for this work. (Rev. 10/2010)

B. GENERAL:

1. Contractor shall furnish, install, maintain, reconfigure, and remove temporary traffic signals in accordance with the Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges as published by the Texas Department of Transportation, latest edition. All traffic signal installations shall conform to the latest Texas Manual on Uniform Traffic Control Devices (TMUTCD). (Rev. 4/2015)

2. City will supply signal controller cabinet, signal controller and necessary video

imaging video detection systems (VIVDSs), and VIVDS cable. Contractor shall contact the Traffic Operations Division to arrange for pickup of equipment.

(Rev. 4/2015) 3. The contractor will transfer VIVIDS from any signalized intersection with existing

VIVIDS to the temporary facilities. This transfer includes reuse of existing VIVDS cable where feasible. The City of Arlington Field Operations Division will provide (loan) VIVIDS to the contractor for installation and use on the temporary signal(s) for any signalized intersection without VIVIDS. (Rev. 4/2015)

4. The engineer may request changes to the timing intervals during the project as

required by construction or traffic conditions. All engineer-requested changes shall be completed within 24 hours. (Rev. 4/2015)

5. Furnish and install the temporary electrical service for temporary traffic signals

according to the requirements of the City of Arlington. Contractor is responsible for all necessary permits, inspection, and coordination as needed between the City and the utility regarding billing. (Rev. 4/2015)

6. Request a signal inspection of the complete temporary traffic signal installation.

Make this request to the inspector at least 3 working days before the requested inspection. The engineer will not grant turn on approval until the contractor corrects all discrepancies identified in the inspection. (Rev. 4/2015)

7. Verify the span heights throughout the project duration. (Rev. 4/2015) 8. Place all signal faces as directed by the engineer. Make every effort to give

maximum visibility to all signals intended for view by the motoring public. (Rev. 4/2015) 9. Provide the name and telephone number of the persons qualified and assigned to

maintain the temporary traffic signal to the engineer. Ensure this persons is available 24 hours a day, 7 days a week, from the start of the project until the

Page 94: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 6 of 45

temporary traffic signal is no longer needed. Ensure that emergency calls are received by an individual and not by an answering machine. (Rev. 4/2015)

10. Upon acceptance of new signal and completion of work, the contractor will switch

control of the intersection over to the permanent cabinet installation including relocating the VIVIDS. Upon deactivation of the temporary signal, call the electrical utility immediately for the temporary electrical service disconnect.

(Rev. 4/2015) 11. Upon acceptance of new signal, completely remove poles and other supports used

for temporary signals. Remove the temporary traffic signal faces the same day the permanent traffic signal is turned on. Removal of remaining temporary signal components shall be completed within 3 days of activation of the permanent signal. When approved, concrete foundations may be left 2 feet or more below finish grade. Backfill and surface restoration is the responsibility of the contractor.

(Rev. 4/2015) 12. Any equipment furnished by the city shall be returned to the city, unless the city

desires to use the equipment in the permanent signal system. All other temporary signal components shall be completely removed and retained by the Contractor.

(Rev. 4/2015)

C. MAINTENANCE: 1. Contractor shall immediately correct lamp/LED outages within 24 hours of the

reported outage. 2. Respond within one hour of notification to provide corrective action to any

emergency such as but not limited to signal cable problems and equipment failures. If equipment becomes damaged or faulty beyond repair, replace it within one working day. In order to fulfill this requirement, maintain, in stock, sufficient amounts of materials and equipment to provide repairs.

3. The City of Arlington will maintain all emergency vehicle pre-emption devices. 4. The City of Arlington Field Operations Division will make every effort to have

permanent signals relocated, in place, and in working order as required by the time the project is accepted. If this does not occur, it will not delay project acceptance; and a separate agreement between the general contractor, sub-contractor, and the City of Arlington may be written so the City of Arlington takes over responsibility of payments to the traffic control sub-contractor for on-going maintenance and removal of the temporary signals. (Rev. 4/2015)

11-13 SALES TAX EXEMPTION: The Contractor is responsible for understanding Texas law regarding tax exemption for City projects and bidding accordingly. Latest information can be obtained from the State Comptroller's Office and/or other appropriate entities. (Rev. 8/2012)

11-14 ACCESS TO PRIVATE PROPERTIES: The Contractor shall maintain all private drives in an accessible condition to allow residents ingress and egress before leaving the job site, except during the placing and curing of drive approaches. All commercial drives and other

Page 95: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 7 of 45

locations with high traffic volumes, as directed by the engineer, shall be maintained with 4-inch Type B asphalt over a compacted subgrade (standard compaction). Subsequent maintenance of drives shall be considered subsidiary to the unit prices bid. Cutting, removing, and replacing the asphalt for utility installations, excavation, and/or liming operations shall be considered subsidiary to the initial placement of asphalt and will not be paid for each re-installation. Asphalt shall be replaced within seven (7) days of removal for these activities. The Contractor will leave with the engineer the phone numbers of responsible persons available twenty-four (24) hours a day to handle emergencies concerning egress and ingress. If a vehicle becomes stranded due to an inaccessible condition, any legitimate claims arising from such conditions shall be the sole responsibility of the Contractor. If such claims are not settled prior to the monthly pay estimate, they shall be deducted from that estimate. (Rev. 10/2002)

11-14A CRUSHED ROCK BAD WEATHER PROTECTION: During periods of bad weather, the Contractor shall put in place, on excavated streets, an amount of Type A, Grade 1, flex base sufficient to provide temporary access to private non-commercial property. Crushed concrete flexible base meeting TxDOT Item 247, Grade 1 is also acceptable to provide temporary access to private property. All flex base will be removed and stockpiled for future use at other locations as necessary. Any base removed and hauled off the project site without approval from the engineer will be replaced by an equal quantity at the Contractor's expense. Special care will be taken by the Contractor during placement and removal of the flex base, not to unnecessarily combine the flex base with native material on the project. If special care is not taken by the Contractor, an equal quantity of flex base will be replaced at the Contractor's expense. Daily tickets will be submitted and signed by the inspector or his representative no later than one (1) week after delivery. Any tickets not submitted within this time frame or signed by the inspector shall not be paid. NOTE: The use of flex base as a means to detour traffic or maintain two lanes of traffic will not be paid under this item. The tons number in the bid quantity is a rough estimate as the actual amount used will be determined by the need for temporary and/or emergency access during construction. (Rev. 12/2000) 11-15 USE OF PRIVATE PROPERTY: The Contractor shall not at any time use private property to park or turn around construction vehicles or store equipment and/or materials without the written permission of the property owner involved. The Contractor shall not at any time use water metered by meters set for the property owner’s use without written permission of the property owner. Contractor is responsible for any and all damages to private property used for construction purposes. (Rev. 12/2000) 11-16 PROTECTION OF THE PUBLIC: (COG 107.18) The Contractor shall at all times conduct the work in such manner as to ensure the least possible obstruction to public traffic and protect the safety of the public. Any provisions necessary for the work being performed to provide public safety and convenience shall be the direct responsibility of the Contractor and shall be performed at his entire expense. Materials placed on the site, materials excavated and construction materials or equipment shall be located so as to cause as little obstruction to the public as possible.

Page 96: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 8 of 45

The City of Arlington reserves the right to remedy any neglect on the part of the Contractor in regard to public convenience and safety which may come to its attention. The cost of such work done or material furnished by the City of Arlington shall be deducted from monies due or to become due to the Contractor. (Rev. 7/2003) For protection and convenience of the public and emergencies, the Contractor shall furnish the City with a telephone number at which the Contractor can be contacted 24 hours a day during the entire construction period of this project. This telephone number shall be furnished to the City in writing prior to the beginning of construction. (Rev. 6/2009) 11-17 PROTECTION OF ADJACENT PROPERTY: The Contractor shall be responsible for the protection of all fences, trees, curb and gutter, and other improvements on the property adjoining the construction sites from damage by the Contractor's equipment and personnel. The Contractor shall be responsible for notifying the property owners in advance of any trimming to be done on trees. The Contractor will notify the City of any trees, shrubs, or bushes that must be removed by the construction. No trees will be removed by the Contractor until permission is granted by the engineer or his designated representative. The Contractor will not be allowed to place excess material, forms, equipment, or any other material outside the street right-of-way without written permission of the property owner and approval of the Engineer. No dumping will be allowed in floodplains or below the 100-year flood elevation of drainage ways. (Rev. 12/2000)

For documentation purposes, Contractor will be responsible to video the job site prior to commencing work and to provide the Inspector with a date stamped copy of the video. Contractor will be responsible for any damages caused by the Contractor or his subcontractors. Damages shall be repaired or resolved promptly upon notification by the Inspector. Damages to irrigation by negligence of the contractor shall be repaired by a licensed irrigator within 48 hours of being damaged. Contractor will be responsible for any cost incurred if City forces or City contractor repairs the damages due to lack of response from the Contractor. Such cost shall be deducted from the monthly pay estimates. (Rev. 3/2012) 11-18 TESTING: The Assistant Director of Public Works, as he/she deems necessary, shall have the authority to test materials, equipment and in-place construction to verify compliance with project specifications. The expense of tests shall be paid for by the City except as specifically noted within this Special Provision. The failure of the City to make any tests shall in no way relieve the Contractor of his responsibility to provide materials, equipment, and in-place construction which comply with project specifications. The Contractor shall provide such facilities as the engineer may require for collecting and forwarding samples and shall not, without specific written permission of the engineer, use the materials represented by the samples until tests have been made and materials approved for use. The Contractor will furnish adequate samples without charge to the City of Arlington. In case of concrete, the aggregates, design minimum and the mixing and transporting equipment shall be approved by the engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the contract documents. (Rev. 5/2003)

Page 97: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 9 of 45

11-19 DEFECTIVE MATERIALS, EQUIPMENT OR, IN-PLACE CONSTRUCTION: A. Materials and equipment not conforming to the requirements of these specifications will

be rejected and shall be removed immediately from the site of the work, unless permitted to remain by the engineer. Rejected materials, the defects of which have been subsequently corrected, shall have the status of new material.

B. In-place construction not conforming to the requirements of these specifications will be

removed and replaced at the Contractor's expense or reworked at the Contractor's expense as deemed appropriate by the engineer. Tests made on in-place construction which has been replaced or reworked due to failure to meet project specifications will be authorized by the engineer and the cost of such tests will be the expense of the Contractor. Testing will be performed by testing company under contract with the City of Arlington at the rates specified by that contract. (Rev. 1/1995)

C. If the Contractor fails to satisfactorily repair, replace or remove the defective work or

materials immediately upon receipt of written notice, the City will have authority to cause such remediation to be performed and to deduct the cost thereof from any monies due or to become due to the Contractor. (Rev. 6/2009)

11-19A MATERIALS AND WORKMANSHIP: WARRANTIES AND GUARANTEES: Under the terms of the warranties which arise from these contract documents and/or by the terms of any applicable special warranties required by the contract documents, if any of the work in accordance with this contract is found to not be in accordance with the requirements of the contract documents, the Contractor shall correct such work promptly after receipt of written notice from the City of Arlington or the architect, engineer or other entity as the contract documents may provide. This obligation shall survive acceptance of the work under the contract and termination of the contract. In order to facilitate a prompt response, Contractor agrees to provide for warranty service to the extent practical, from local businesses, including goods and services, when such goods and services are comparable in availability, quality and price. If Contractor fails within a reasonable time after written notice to correct defective work or to remove and replace rejected work, or if Contractor fails to perform the work in accordance with the contract documents, or if Contractor fails to comply with any provision in the contract document, either the City of Arlington or its designee may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency at the expense of the Contractor. (Rev. 6/1992) 11-20 EXISTING UTILITIES: The Contractor shall make every effort to protect existing utilities and other lines or structures. The Contractor shall not adjust, remove, or operate existing utilities unless specifically requested to do so in these specifications or authorized to do so by the engineer or his representative. Contractor shall protect all utility pole(s) impacted by the construction. Protection shall include temporary bracing of the utility poles where adjacent excavation could reasonably compromise the stability of the utility pole(s). Contractor shall coordinate the utility pole bracing with the owner of the utility pole(s) and the City of Arlington’s project Engineer. Unless there is a specific pay item for temporary pole bracing of utility pole(s), bracing of utility poles shall be incidental to other pay items included in the contract. Any utility damaged by the Contractor during the construction shall be suitably replaced at the Contractor's expense. (Rev 3/2015)

Page 98: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 10 of 45

The Contractor should not assume the City has Surface Utility Engineering (SUE) maps for any of the proposed locations. Contractor will be responsible for calling for ALL locates (1-800-DIGTESS) in a timely matter so that all utility issues may be addressed and resolved within the allotted contract time. For City’s water & sewer locates, submit the requests at http://www.arlington-tx.gov/contact/report-a-new-issue/water-utilities. For City’s streetlights, signals and fiber, call (817) 459-5434. (Rev 8/2016) The Contractor shall contact the proper utility representative for questions or coordination of construction related to existing utilities. (Rev. 10/2004) 11-20A DUTY OF AN EXCAVATOR RELATING TO EXCAVATION OPERATIONS

THAT MAY DAMAGE UNDERGROUND FACILITIES: A. A person who intends to excavate shall notify a one call notification center not earlier

than the 14th day before the date the excavation is to begin or later than the 48th hour before the time the excavation is to begin, excluding Saturdays, Sundays, and legal holidays. Provided, however, if an excavator makes a Saturday notification, the excavator may begin the excavation the following Tuesday at 11:59 a.m. unless the intervening Monday is a holiday. If the intervening Monday is a holiday, the excavator may begin the excavation the following Wednesday at 11:59 a.m.

B. The notice required under this section shall include:

1. the name of the person serving the notice;

2. the location of the proposed area of excavation, including: a. the street address, if available, and the location of the excavation at the street

address; or b. if there is no street address, an accurate description of the excavation area using

any available designations such as the closest street, road, or intersection;

3. the name, address, and telephone number of the excavator or the excavator's company;

4. the excavator's field telephone number, if one is available; 5. the starting date and time, and the anticipated completion date of excavation; and 6. a statement as to whether explosives will be used.

C. To have a representative present during the excavation, the utility owner shall contact the

excavator and advise the excavator of the utility owner's intent to be present during excavation and confirm the start time of the excavation. If the excavator wants to change the start time, the excavator shall notify the operator to set a mutually agreed-to time to begin the excavation. (Rev. 12/2000)

11-21 PROTECTION & CLEANING OF EXISTING SEWERS: If the Contractor, through carelessness or negligence, obstructs the flow of any existing sanitary sewer or deposits any materials in the sanitary sewer within the limits of the project, the Contractor shall provide the

Page 99: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 11 of 45

necessary equipment and labor (or hire a subcontractor approved by City of Arlington Water Utilities Field Operations) to clean and televise the affected sewers. The limits of the sewer lines to be cleaned and televised will be determined by Water Utilities Field Operations staff. The identified lines shall be cleaned within 48 hours of notification. After cleaning, the Contractor shall televise and videotape the sewer line. Video tapes shall be delivered to Arlington Water Utilities South Service Center, 1100 SW Green Oaks Blvd., so they can be reviewed and approved for acceptance of the cleaning work. (Rev. 12/2004) 11-22 LOCATION & PROTECTION OF EXISTING STRUCTURES & UTILITIES: In the preparation of plans and specifications, the engineer has endeavored to indicate the location of existing underground utility lines which are known to the engineer. No attempt has been made to show minor lines or service lines however, and it is not guaranteed that all major lines or structures have been shown on the plans. Prior to the start of construction, the Contractor shall communicate with the local representative of all utility companies and advise said representatives of the route of the proposed construction in order to obtain the assistance of the utility companies in the location of and in the avoidance of the conflicts with utility lines. It is the Contractor's responsibility to uncover and determine the elevation and location of all potential conflicts well ahead of the excavation. (Rev. 12/2000) 11-23 RIGHT-OF-WAY PREPARATION: N/A

11-24 ROADWAY EXCAVATION: N/A 11-24A BASE FAILURE REPAIR: N/A 11-25 UNCLASSIFIED STRUCTURAL EXCAVATION: N/A 11-26 SITE GRADING: N/A 11-27 COMPACTED ROADWAY FILL & EMBANKMENT: N/A 11-27A BORROW: N/A 11-28 FILLING: N/A 11-29 DRAINAGE: Contractor shall maintain adequate drainage at all times during construction. Changing of natural runoff flow locations or concentrating flows to a point of potential harm to the adjacent property shall not be allowed. (Rev. 10/1990)

11-30 REMOVAL ITEMS: The removal of existing concrete curb and gutters, concrete valley gutters, concrete drive, and existing drainage features, approaches shall be at the locations indicated by the engineer and shall be paid for under the right-of-way preparation pay item (See Special Provision 11-23) unless a separate bid item is included in the PROPOSAL. All concrete curb and gutter and drive approaches removed will be broken out at existing construction expansion joints if possible. Where existing concrete is removed at a location other than a joint, the slab will be sawed in a neat straight line the full depth of the slab. The cost for sawing and breaking shall be considered subsidiary to the unit price bid for concrete removal. The Contractor shall make every effort to protect all concrete surfaces that will remain. Any

Page 100: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 12 of 45

remaining surfaces damaged during removal operations by the Contractor will be replaced at the Contractor's own expense. Disposal of excess materials and debris resulting from construction, including but not limited to concrete, excess soil, forms, and rebar shall be removed and disposed of on a daily basis, unless other disposal schedule is approved by inspector. Depending on type of material or debris, dump trucks should be the primary source of disposal. Contractor will be responsible for providing the necessary equipment or vehicle for such task. (Rev. 12/2011) Dump trucks must be tarped while in transit to disposal sites. Tarps must be secured and not torn or tattered. All applicable State and local laws and ordinances relating to hauling, handling, and disposal of such materials shall be complied with. Use of Roll Off Box shall meet the City’s Ordinances. (Rev. 12/2011) The responsibility of locating suitable disposal sites for removal items on this project will be solely a function of the Contractor. The City of Arlington will in no way be responsible for the actions of the Contractor if he disposes of excess material in locations that are not approved. No dumping or disposal of excess material will be allowed in floodplains or below the 100-year flood elevation of drainage ways. (Rev. 12/2000) 11-31 HYDRATED LIME: The hydrated lime to be used on this job shall conform to COG Specification Item 301.2 with the exception of 301.2.1.2 Quicklime. No Quicklime will be allowed on this project. (Rev. 7/2003) 11-32 LIME STABILIZATION OF SUBGRADE: N/A 11-33 FLEXIBLE BASE: All flexible base shall be in accordance with Item 247 of the 1993 edition of the Texas Department of Transportation Standard Specifications for the Construction of Highways, Streets, and Bridges. Type "A" Grade 1 Flex Base shall be used as subgrade material under the proposed HMAC pavement. An acceptable alternative to Type "A" Grade 1 Flex Base is crushed concrete. Crushed concrete shall be categorized as Type "D" Grade 1 Flex Base. Flex Base shall be thoroughly compacted and placed to a depth specified on the plans. Type "A" Crushed or Retained on % Broken Aggregate Sq. Sieve 1 3/4 in. ....................................................................0 7/8 in. ............................................................... 10 - 35 3/8 in. ............................................................... 30 - 50 No. 4 ................................................................ 45 - 65 No. 40 .............................................................. 70 - 85 Max LL ................................................................35 Max PI .................................................................10 Wet Ball Mill, Max Amt. ....................................40 Max Increase in passing No. 40 ..........................20

Page 101: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 13 of 45

Payment for Flexible Base shall include all materials, labor, equipment, hauling and placement. Measurement shall be compacted in-place plan quantities by the square yard to the thickness specified on the plans. Daily tickets will be submitted by the Contractor and signed by the inspector or his representative no later than one week after delivery of the flexible base. (Rev. 12/1995) 11-33A CEMENT TREATED BASE (CTB): Cement Treated Base shall be in accordance with TxDOT’s Standard Specification, Item 276. Use strength “L”. In any areas where the City determines the subgrade is unstable or unsuitable, the subgrade material shall be removed and be replaced with CTB compacted to 95% of TEX-113E. Unless a separate item is included in the PROPOSAL, CTB shall be subsidiary. (Rev. 12/2011) 11-34 CONCRETE CURB AND GUTTER: Concrete curb and gutter shall be placed at locations along the project where portions of the existing curb and gutter is removed. Curb and gutter shall be replaced at a minimum thickness of 6 inches (6”) or shall match existing curb and gutter thickness, whichever is greater. Contractor shall remove additional 8” of existing material under new curb and gutter limits and replace with 8” CTB compacted to 95% TEX-113E. In cases where 100% of the existing curb and gutter is to be removed, it shall be replaced with the Standard 30 inch curb and gutter section. All concrete used for curb and gutter in the City of Arlington will have a cement content of not less than five and a half (5.5) sacks of cement per cubic yard of concrete, 4.5% entrained air (± 1.5%), and a minimum compressive strength at 28 days of 3,600 pounds per square inch. The unit price bid for curb and gutter shall include all reinforcing steel, including -#4 “L” bars at every eighteen inches (18”). Curb & gutter, including additional excavation and CTB will be paid by the linear foot. Expansion joints shall be placed at all intersections, P.Cs, P.Ts, driveways, inlets, other curb and gutter or every 200 feet. All expansion joints shall not be less than one-half inch (1/2") in thickness with longitudinal dowels. Dowel shall be three No. 4 smooth bars, 24 inches in length. One-half of the dowel shall be coated with asphalt and terminated with an expansion cap. All work shall be in compliance with C.O.G. Section 305.1. All loose material between the forms will be removed and the grade wetted prior to the placing of the concrete. An approved curing compound shall be applied to the surface in accordance with the Curing Specification. All curbs shall be vibrated to eliminate “honeycomb” appearance. If “honeycombed” appears, the contractor shall grout back side to smooth out the surface. (Rev. 1/2016)

Locations where homeowners have installed drain pipes that run through the curb, curb opening casting will be required to discharge water through the curb. Drain outfall shall be installed flush with the curb. It is the Contractor’s responsibility to connect existing pipe to the curb opening casting and ensure connection is secure with no water leaks or dirt infiltration. (Rev. 12/2011) 11-35 EPOXY BONDING AGENT: Epoxy used for tie bars drilled into existing concrete shall be submitted to the project inspector for approval. (Rev. 10/1995)

11-36 HOT MIX ASPHALTIC CONCRETE: A. PAVING MIXTURES:

1. Mixture Design: The Job Mix Formula shall be designed by the Contractor in accordance with the requirements of this Special Provision, TXDOT Bulletin C-14

Page 102: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 14 of 45

and TXDOT Test Method Tex-204-F and tested in accordance with TXDOT Test Methods Tex-201-F and Tex-202-F, with the exception that the laboratory density will be determined as a percentage of the mixture maximum theoretical density. The maximum theoretical specific gravity shall be determined in accordance with TXDOT Test Method Tex-227-F on trial samples of the mixture near optimum asphalt content and conform to the requirements herein. The Contractor shall submit the Job or Plant Mix Formula for review on forms acceptable to the City for each source of supply and type of mixtures specified. Total sand content shall not exceed 18% for Type "D" mix. The bulk specific gravity will be determined for each aggregate to be used in the design mixture. The mixture shall be designed to produce a mixture within the density and stability requirements shown below. In addition, washed gradations of the aggregate in the job mix formula shall be plotted on the 0.45 power chart for comparison with the maximum density line.

2. Stability and Density: The mixture shall be designed to produce an acceptable

mixture within tolerance, at or near optimum density. The mixture molded in the laboratory in accordance with TXDOT Test Method Tex-206-F and the bulk specific gravity of the laboratory compacted mixture determined in accordance with TXDOT Test Method Tex-207-F should have the following percent of maximum theoretical density as measured by TXDOT Test Method Tex-227-F and stability conforming to TXDOT Test Method Tex-208-F:

Optimum Density Range Stability, Percent 95 to 97 Percent Not Less than 42

3. Types: The paving mixtures shall consist of a uniform mixture of coarse aggregate, fine aggregate and asphaltic material. Mineral filler may also be required.

When properly proportioned, the mineral aggregate shall produce a gradation which will conform to the limitations for master grading given for the type specified unless otherwise shown on plans. The gradation will be determined in accordance with TXDOT Test Method Tex-200-F (Dry Sieve Analysis) and shall be based on aggregate only. The amount of asphaltic material shall conform to the limitations shown for the paving type specified in the following tables.

Type "B" (Fine Grade Binder or Leveling-up Course):

Percent Aggregate by Weight or Volume

Tolerance

Passing 1" sieve 100 – 2% Passing 7/8" sieve 95 to 100 ± 5% Passing 5/8" sieve 75 to 95 ± 5% Passing 3/8" sieve 60 to 80 ± 5% Passing No. 4 sieve 40 to 60 ± 5% Passing No. 10 sieve 27 to 40 ± 5% Passing No. 40 sieve 10 to 25 ± 3%

Page 103: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 15 of 45

Passing No. 80 sieve 3 to 13 ± 3% Passing No. 200 sieve 1 to 6 ± 3%

The asphaltic material shall form from 3.5 to 7 percent by weight or volume of the mixture (tolerances are ±0.5% by weight or ±1.2% by volume), unless specified otherwise on the plans. (Rev. 5/2013)

Type "D" (Fine Grade Surface Course):

Percent Aggregate by Weight or Volume

Tolerance

Passing 1/2" sieve 100 – 2% Passing 3/8" sieve 85 to 100 ± 5% Passing No. 4 sieve 50 to 70 ± 5% Passing No. 10 sieve 32 to 42 ± 5% Passing No. 40 sieve 11 to 26 ± 3% Passing No. 80 sieve 4 to 14 ± 3% Passing No. 200 sieve 1 to 6 ± 3%

The asphaltic material shall form from 4 to 8 percent by weight or volume of the mixture (tolerances are ±0.5% by weight or ±1.2% by volume), unless specified otherwise on the plans. (Rev. 5/2013)

4. Sampling and Testing for Field Control: Extraction tests for bitumen content and

aggregate gradation shall be made for each 500 tons produced or fraction thereof. Extraction tests shall conform to TXDOT Test Method Tex-210-F. Tests for stability of the asphalt mixture shall conform to TXDOT Test Method Tex-208-F. The mixture shall not vary from the grading proportions of the aggregate and the asphalt content by more than the respective tolerances and shall be within the limits specified for master grading.

5. Tolerances in Relation to Approved Design: The aggregate portion of the paving

mixture produced shall not vary from the design gradation by more than the tolerances shown in the above tables. The material passing the No. 200 sieve is further restricted to conform to the limitations for the master grading for the type specified. The asphaltic material portion of the paving mixture shall not vary from the design amount by more than the allowed tolerance and is also restricted to conform to the master limits. The method of test for determining the aggregate gradation and asphalt content of the mixture shall be TXDOT Test Method Tex-210-F or other methods of proven accuracy.

6. Recycled Asphalt Pavement (RAP): All RAP Material must meet TxDOT item

number 340. Do not exceed 15% RAP by weight in Type “B” mixtures; or 5% RAP by weight in Type “D” mixtures. (Rev. 5/2013)

B. IN-PLACE COMPACTION CONTROL: In-place compaction control is required for all

mixtures.

Page 104: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 16 of 45

1. Asphaltic concrete should be laid and compacted to contain not more than 8 percent nor less than 3 percent air voids unless otherwise indicated. The percent air voids will be calculated using the maximum theoretical specific gravity of the mixture determined according to TXDOT Test Method Tex-227-F. Roadway specimen, which shall either be cores or sections of asphalt pavement, will be tested according to TXDOT Test Method Tex-207-F. The same specimen shall be used for determining both the maximum theoretical density and field density. Specimens used for field density determinations shall be carefully crumbled, using heat, if necessary, and the maximum theoretical density determined as specified. If heating is necessary, the specimen shall be heated to the lowest temperature required for proper preparation of the sample. The use of nuclear field density determinations shall not be accepted as the basis for acceptance with respect to density. However, an approved nuclear gauge may be used to establish a rolling pattern.

2. The Contractor shall be responsible for assuring that the compaction of the asphaltic

concrete being laid will attain between 3 and 8 percent air voids. The Contractor's responsibility for the required compaction includes the selection of rolling equipment and the selection of rolling patterns to achieve the required compaction within the guidelines provided herein. The above selections of equipment and procedures must provide the required qualities of profile, smooth riding surface, and consistent workmanship in appearance. (Rev. 12/2011)

Initial testing will be the responsibility of the City of Arlington. Any retest will be the responsibility of the Contractor. Additional information is provided in Section 11-18 of these Special Provisions. (Rev. 12/2000)

C. ASPHALT TRANSITIONS: Transitional asphalt shall have a minimum thickness of six

inches (6”) or shall match existing pavement thickness, whichever is greater. Transition width shall be a minimum two feet (2’) for temporary and a minimum of four feet (4’) for permanent. Unless a separate item is included in the PROPOSAL, asphalt transition shall be subsidiary. (Rev. 12/2011)

11-36A PAVING FABRIC (PETRO-MAT): Paving fabric shall be Skaps GC140, Petro-mat 4598, or approved equal. Contractor to follow manufacturer’s installation procedure. Item shall include cost of fabric, tack coat materials, and labor necessary to install the paving fabric. (Rev. 10/2013) 11-37 TACK COAT: The unit bid prices for coarse graded base course and fine graded surface course shall include the application of a tack coat to each layer of asphaltic concrete before the next layer is applied and a tack coat shall also be applied to any exposed concrete edges that shall abuts any hot mix asphaltic concrete. The tack coat shall be a liquid asphalt complying with the specifications of the Asphalt Institute for SS-1h, MS-2 Emulsified Asphalt. The tack coat shall be applied to each layer at a rate not to exceed 0.05 gallons per square yard of surface. (Rev. 2/1998) 11-37A NON-TRACKING TACK COAT: The unit bid prices for coarse graded base course and fine graded surface course shall include the application of a non-tracking tack coat to each layer of asphaltic concrete before the next layer is applied and a non-tracking tack coat shall also be applied to any exposed concrete edges that shall abuts any hot mix asphaltic concrete. The

Page 105: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 17 of 45

non-tracking tack coat shall be applied to each layer at a rate not to exceed 0.05 gallons per square yard of surface.

Non-Tracking Tack Coat Emulsion

Property Test Procedure

Quick Setting QS-1HH

Min Max Viscosity, Saybolt Furol, 77º F,sec T 72 15 -- Storage stability, 1 Day, % T 59 -- 1 Settlement, 5-day, % T 59 2 5 Sieve test, % T 59 -- 0.30 Distillation test:1 T 59 Residue by distillation, % by wt. 50 -- Oil distillate, by volume of emulsion -- 1.0 Test on residue from distillation: Penetration, 77ºF, 100 g, 5 sec. T 49 -- 20 Solubility in trichloroethylene, % T 44 97.5 -- Softening point, ºF T 53 150 Dynamic shear, G*/sin(δ), 82°C, 10 rad/s, kPa T 315 1.0 -- 1. Exception to AASHTO T-59: Bring the temperature on the lower thermometer slowly to 350ºF ± 10ºF. Maintain at this temperature for 20 min. Complete total distillation in 60 ± 5 min. from first application of heat.

(Rev. 9/2013) 11-38 ASPHALTIC PRIME COAT: A prime coat shall be used on the stabilized base material immediately after the base material has been compacted to specified density and cut to grade. The prime coat shall be a liquid asphalt complying with the specification of the Asphalt Institute for type MS-2 Emulsified Asphalt. The prime coat shall be applied to the surface of the base at a rate of 0.20 to 0.40 gallons per square yard of surface and allowed to penetrate as far as possible. The cost of furnishing and installing the asphalt prime coat shall be considered subsidiary to the unit prices bid for hot mix asphaltic concrete. (Rev. 2/1998)

11-39 REINFORCING STEEL: All reinforcing steel used on this project shall comply in all respects to Item 440, "Reinforcing Steel" of the STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS, AND BRIDGES, as adopted by the Texas Department of Transportation on 1 March 1993. Payment for reinforcing steel shall be considered subsidiary to the various bid items. (Rev. 4/1994) 11-40 TEMPORARY BATCH PLANT: N/A

11-41 TESTING REQUIREMENTS: The strength of the concrete shall be determined during the construction by taking a minimum of three (3) test cylinders and/or two test beams during each fifty (50) cubic yards of continuous pouring. These tests shall be conducted by an approved testing laboratory and the initial tests shall be paid for by the City of Arlington. The cost of additional testing to isolate areas not complying with the specifications shall be paid for by the Contractor. Beam strength tests permitted by the specifications for early form removal shall be conducted by an approved testing laboratory and the cost shall be borne by the Contractor. (Rev. 8/1989)

Page 106: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 18 of 45

11-42 CONCRETE VALLEY GUTTERS: All concrete valley gutters shall have a minimum thickness of six inches (6") or shall match existing valley gutter thickness, whichever is greater. Contractor shall remove additional 8” of existing material under proposed valley gutter limits and replace with 8” CTB compacted to 95% TEX-113E. Concrete valley gutters shall be reinforced with #4 bars on twelve inch (12") spacing in both directions. All concrete shall have a minimum cement content of 5.5 sacks per cubic yard of concrete, 4.5% entrained air (± 1.5%) and a minimum compressive strength at 28 days of 3,600 pounds per square inch. All concrete shall be vibrated and an approved curing compound shall be applied to the surface. (Rev. 1/2016) 11-43 CONCRETE DRIVEWAYS: All concrete driveways shall have a minimum thickness of five inches (5”) for residential driveways and six inches (6”) for commercial driveways or shall match existing driveway thickness, whichever is greater. Driveways shall be composed of concrete having a minimum cement content of 5.5 sacks per cubic yard of concrete, 4.5% entrained air (± 1.5%) and a minimum compressive strength at 28 days of 3,600 pounds per square inch. The unit bid price shall also include #3 bars on twelve inch (12") centers both ways, or #4 bars on eighteen inch (18") centers both ways. All concrete shall be vibrated and an approved curing compound shall be applied to the surface. (Rev. 1/2016)

The City will replace only those existing driveways specified. Any new drives installed by the Contractor under criteria other than the above will be at his own expense. (Rev. 12/2000) Contractor shall notify all businesses and residents in writing 48 hours prior to removal of their driveways. (Rev. 12/2011) 11-44 RECONSTRUCT DRIVES: Existing drives which will be destroyed by proposed construction and which will be reconstructed are specifically called out on the plans and construction shall conform to this special provision. After construction operations are completed in the street area, these drives shall be reconstructed to original or better condition than existed before construction and to satisfaction of the engineer. Existing surface and base materials and storm drain pipe may be reused if approved by the engineer. Where new materials will be required in order to reconstruct drives to the required condition, the Contractor shall be aware of their need and they shall be incidental to the price requested. All work shall conform to the applicable standard and special project specifications. Payment for reconstructing drives shall be a price per square yard of typical concrete driveway or a price per square yard of exposed aggregate concrete driveway. Such price shall include all materials, labor, and supervision for the completed construction. (Rev. 8/1989)

11-45 CONCRETE SIDEWALKS: A. MATERIALS: Sidewalks shall have a minimum thickness of four inches (4”) and be

constructed of concrete with a minimum cement content of 5.5 sacks of cement per cubic yard of concrete, 4.5% entrained air (± 1.5%), and a compressive strength of not less than 3,600 pounds per square inch at 28 days. Reinforcing steel shall be #3 bars on 18" centers located two inches (2") below the top surface of the sidewalk. All concrete shall be vibrated and as soon as the concrete has obtained its initial set, a white pigmented approved curing compound shall be applied to the surface. (Rev. 10/2016)

B. CONSTRUCTION PROCEDURE: In general, the grade of the sidewalks shall be

established with respect to the curb. Forms shall be set for all sidewalks and shall be true

Page 107: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 19 of 45

to line and grade. Forms shall be set to provide a cross slope of 1/4 inch per foot (maximum) across the sidewalk toward the street. All forms shall remain in place at least twenty-four (24) hours.

The plane of all joints shall make a right angle with the surface of the pavement. No joints shall have an error in alignment of more than one-half (1/2") inch at any point. The edges of the slab at all joints, except where the joints are sawed, shall be rounded with an edger having a radius of one-fourth (1/4") inch, except as otherwise shown on the plans. The edging shall also be done symmetrically on each section with the plane of the joint. Longitudinal expansion joints, joints used to separate new from old concrete, and all joints around all fire hydrants shall be made of conventional three-quarter inch (3/4”) asphalt expansion joint material extending completely through the concrete unless otherwise specified on the plans. (Rev 10/2016) Transverse expansion joints shall be three-fourths (3/4") inch in width and be made of high grade redwood with removable cap strip or with pre-molded material with removable strip cap, sealed with non-sag silicon sealant, TxDOT Class 4 prequalified joint sealer. Joints shall be placed through the concrete at a spacing not to exceed forty (40') feet. No. 4 X 18" steel dowels shall be placed on eighteen inch (18″) centers through each expansion joint, one end of each dowel being wrapped or otherwise prevented from bonding to the concrete. (Rev 10/2016) Contraction joints shall be made in the sidewalk at regular intervals, such intervals generally being equal to the width of the sidewalk. The Contractor shall grade or fill, as necessary, along the sidewalk to match the existing ground. Care will be used to ensure that adjacent property outside the right-of-way line is protected. When sidewalks are constructed adjacent to retaining walls, the plans shall specify if the sidewalk and retaining wall are to be constructed as separate items or as a sidewalk with wall unit. The sidewalk with wall unit shall be constructed in accordance with the City of Arlington typical details. When specified to be constructed as separate items, the limits of pay for the sidewalk shall be all of the sidewalks up to the face of the retaining wall. The retaining wall shall be paid under retaining wall on a cubic yard basis. (Rev. 5/2014) Unless otherwise approved by the City, nothing shall be installed in the sidewalks, including but to limited to meters, meter boxes, valves, fire hydrant, manholes, and sign poles. (Rev 10/2016) 11-45A BARRIER FREE RAMPS: Sidewalks shall be constructed barrier free and fully accessible. Curb ramps are required at all intersections between sidewalks and streets. At driveways, the curb shall be laid down and the sidewalk section shall be maintained through the driveway. All concrete shall be vibrated and the ramps be constructed in accordance with the detail shown on the plans. Ramp slopes shall not exceed one inch (1") rise in twelve inches (12"). All ramps shall be constructed with an ADA compliant 2’ x 4’ Colonial Red (Federal Color No. 20109) Cast In Place Detectable/Tactile Warning Surface Tile as manufactured by Armor Tile or 4" x 8" x 2¼" ADA complaint detectable warning pavers in Antique (shade #32) as manufactured by Whitacre-Greer or in River Red as manufactured by Pavestone, or approved equal. All incidentals, including but not limited to, the transition, the landings, curb, pavers and

Page 108: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 20 of 45

sidewalks all the way to the tie-in as necessary to meet ADA compliance, the concrete below the detectable warning device, the bedding sand shall be subsidiary to the unit price bid for each ramp. (Rev. 12/2011) 11-46 CONCRETE MEDIANS: N/A 11-46A CONCRETE PANEL REPLACEMENT: All concrete paving shall be replaced at a minimum thickness of 8 inches (8”) or shall match existing pavement thickness, whichever is greater. Paving shall be reinforced with #4 rebar on eighteen inches (18”) spacing both directions. Contractor shall dowel nine inches (9”) into existing pavement to accomplish tie-in with #5 rebar, thirty inches (30”) in length, every eighteen inches (18”) with epoxy. (Rev. 12/2011) Any curb replacement associated with concrete paving shall be considered integral to the paving. All expansion joints in curbs shall conform to the joint locations in the slab. All expansion joints in the slab (newly replaced paving) shall conform to existing expansion joint unless otherwise approved by the Inspector. Joint Filler material shall be used and all joints shall be filled with top seal. Contractor shall submit mix design for high early strength concrete that meets specification and cures for traffic within 48 hours. All concrete shall be vibrated. (Rev. 1/2015) 11-47 WATER METER RELOCATION OR ADJUSTMENT: See Section 10. 11-47A WATER METER BOX REPLACEMENT: See Section 10. 11-48 VERTICAL ADJUSTMENT OF SANITARY SEWER MANHOLES, SANITARY SEWER CLEANOUTS, AND WATER VALVES: See Section 10. 11-49 REINFORCED CONCRETE PIPE: N/A 11-50 CORRUGATED METAL PIPE: N/A 11-50A HIGH DENSITY POLYETHYLENE PIPE (HDPE): N/A 11-50B ALUMINIZED STEEL TYPE 2 COATED SPIRAL RIB METAL PIPE (SRMP): N/A 11-51A MECHANICALLY COMPACTED TRENCH BACKFILL SPECIFICATIONS: After free moisture is gone from the embedment material, the ditch shall be backfilled with native material and compacted by mechanical methods. If hand pneumatic tampers are used, the backfill shall be placed in layers not exceeding six inches (6") in loose thickness and thoroughly compacted at least ninety-five percent (95%) Standard Proctor density at optimum moisture content, ± two percentage points as determined by ASTM D 698. Backfill shall be placed in uniform layers completely across the trench, and compaction shall proceed in an orderly, uniform manner. If compaction is performed by the use of heavy tamping (sheep's foot) rollers, backfill shall be placed in layers not exceeding nine inches (9") in loose thickness and compacted to at least ninety-five percent (95%) Standard Proctor density at optimum moisture content, ± two percentage points as determined by ASTM D 698.

Page 109: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 21 of 45

For lines under the proposed roadway and laid prior to new street construction, the backfill shall continue to within two feet (2) of the top of subgrade. At this point the trench shall be widened a minimum of one foot (1') on each side. The remaining two feet (2') shall be native material, compacted in six inch (6") loose lifts at optimum moisture content, ± two percentage points, to a density of at least ninety-five percent (95%) of maximum dry density, as determined by ASTM D 698. The City of Arlington shall be responsible for testing during backfill operations. If a test does not meet the requirements as outlined above, the Contractor shall be responsible for additional tests until the above requirements are met. Payment shall be subsidiary to unit prices bid for pipe. (Rev. 12/2000) 11-51B FLOWABLE FILL TRENCH BACKFILL SPECIFICATIONS: A. FLOWABLE BACKFILL: Flowable backfill shall consist of a mixture of native sand or

a blend of native sand/manufactured sand, cement, fly ash and water which produces a material with unconfined compressive strength of between 250 and 450 psi after 28 days.

The flowable mixture shall be mixed at a concrete batch plant or a mobile transit mixer

and shall have a minimum slump of five inches (5") and a minimum air content of 6 percent. The flowable mixture must be allowed to set prior to the placement of any overlying material.

B. MODIFIED FLOWABLE BACKFILL: Modified flowable backfill in areas of possible

future excavation such as utility installations shall consist of a mixture of native sand or a blend of native sand/manufactured sand, cement, fly ash and water which produces a material with unconfined compressive strength of between 50 and 150 psi after 28 days.

Modified flowable backfill in permanent areas such as abandoned pipe closures,

abutments and embankments shall contain the same materials with an unconfined compressive strength of greater than 150 psi after 28 days.

The flowable mixture shall be mixed at a concrete batch plant or a mobile transit mixer

and shall have a minimum slump of five inches (5") and a minimum air content of 6 percent.

The flowable mixture must be allowed to set prior to the placement of any overlying

material. The Contractor shall submit to the engineer a mix design for the type of flowable backfill

to be used 10 days prior to the start of the backfill operation. When the mix design has been approved by the engineer there shall be no changes or deviation from the proportions or sources of supply except as approved by the engineer.

C. Flowable backfill will be allowed for the following:

Backfill Structural Fill Miscellaneous Uses •Bridge abutments •Road base •Abandoned sewer mains

Page 110: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 22 of 45

•Box culverts •Pipe bedding •Soil erosion •Sewer trenches •Mud jacking •Slope stabilization •Utility trenches •Abandoned tank fill •Conduit trenches (Rev. 12/00)

11-52 CONCRETE STRUCTURES: Manholes and inlets shall be constructed to the size and location shown on the plans. Construction shall be in accordance with Item 465, "Manhole and Inlets" of the 1993 Texas Department of Transportation Specifications except as noted on the plans or in these Special Provisions. Payment shall be made for the manholes, inlets, and other drainage structures complete in place at the unit price bid in the PROPOSAL. The payment shall include all work and materials necessary to complete the structure, including excavation and backfill. No additional pay will be made for manhole ring and lid, or grade rings. No precast manholes or inlets will be allowed unless approved by the engineer prior to construction.(Rev. 12/2011)

Concrete for all concrete drainage structures, manholes, and inlets shall be Class "A" with a minimum compressive strength of 3,000 psi at 28 days. A minimum of five (5) sacks of cement (Type I) shall be used per cubic yard and the maximum water-cement ratio shall not exceed 6.5 gallons per sack. Concrete for channel lining and rip-rap shall also be Class "A" concrete having a minimum compressive strength of 3,000 psi at 28 days. The desired slump for Class "A" concrete shall be three inches (3") and the maximum allowable slump shall be four inches (4"). Air entrainment (4.5 %, ± 1.5%) is required for all exposed concrete. (Rev. 1/2016) Calcium Chloride will not be permitted. Air-entraining, retarding, and water reducing admixtures must be approved and shall conform in all respects to COG Specification Item 303.2.3. Aggregates for Class "A" concrete shall be either Grade 2 or Grade 3 for coarse aggregate, and Grade 1 for fine aggregate. Grades specified above refer to those outlined in Item 421 of the Texas Department of Transportation Specifications referenced above. Forms used in the construction, concrete placement, and concrete finishing, shall comply in all respects to the requirements of Item 420 of the above referred Texas Department of Transportation Specifications. All concrete shall be vibrated and be cured for a minimum of four (4) curing days. The acceptable methods for curing the concrete are as follows: (Rev. 12/2011) A. FORM CURING: Forms left in place in contact with the concrete. B. WATER CURING: Water curing using either wet mats, water spray or ponding. C. MEMBRANE CURING: Compound may be used.

Page 111: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 23 of 45

All weight supporting forms shall remain in place a minimum of four (4) curing days after which they may be removed if the concrete has attained a flexural strength of 500 psi as evidenced by strength tests of beam specimens cast at the time of the pour. If beams have not reached the required strength after 4 days, the forms shall be left in place 14 days. (Rev. 7/2003) 11-53 REINFORCED CONCRETE BOX CULVERT: Reinforced box culverts may be cast in place or an approved precast reinforced box culvert. Cast in place box culvert shall be constructed in accordance with TxDOT Item 462. The precast section shall be designed in accordance with COG 501.6.2. If multiple precast box sections are used, the void space between culvert walls shall be backfilled using flowable fill of at least 600 psi concrete. Flowable fill will not be paid for directly, but will be considered subsidiary to other items of construction. (Rev. 9/2011) Measurement for payment shall be by the linear feet of box culvert, complete in place including reinforcing steel. The linear feet shall be calculated using the length measured between the ends of the culvert barrel along the central axis as installed or constructed. (Rev. 9/2011) See Section 11-49 REINFORCED CONCRETE PIPE for joint make-up, joint sealer, and embedment specifications. (Rev. 10/2015) Payment shall be for box culvert complete in place. Payment shall be full compensation for furnishing all materials, labor and incidentals and performing all work necessary to complete the work including excavation and backfill. 11-54 UNCLASSIFIED CHANNEL EXCAVATION: N/A 11-55 MANHOLES, INLETS, AND OTHER CONCRETE DRAINAGE STRUCTURES: This section has been incorporated into Section 11-52. (Rev 12/2011) 11-56 CURB INLET: The unit prices bid for curb inlets shall include all structural excavation, Class "A" Concrete, reinforcing steel, manhole rings and covers, transition curb and gutter as shown, and backfilling. Providing neat lines can be cut in the soil, outside forms will not be required from the bottom to the construction joint. All inlets will be backfilled by mechanically tamping native material in layers not exceeding six inches (6") in compacted thickness to at least ninety-five percent (95%) of Standard Proctor density (ASTM D 698). Inlet tops shall not be cast until pavement is complete. Manhole lids shall be tack welded in place with three to four equally spaced one-inch welds. All concrete shall be vibrated. (Rev. 12/2011)

11-57 BACKFILL & BACKFILL MATERIAL: Backfill operations shall begin immediately following removal of the forms on the permanent improvements. All loose concrete, rocks, roots, trash, and other debris shall be removed from the excavation prior to any backfill being placed. Backfill material shall consist of the native material obtained from the street excavation unless in the opinion of the engineer, this material is unsuitable for use. The material shall not contain trash, rock, concrete, asphalt, lime shavings, gravel or other debris. Sand shall not be used for

Page 112: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 24 of 45

backfill material unless the native soil in the construction area is sandy in nature. All backfill material will be considered subsidiary to the unit price bid for the permanent improvements. Backfill shall be placed in such a manner as to eliminate voids in the backfill material. The use of power equipment to place the backfill, or to bring it to grade, shall be limited to small farm-type tractors. Bring the backfill material to within four inches (4") of proper finished grade. The top four inches (4") shall be placed in accordance with Spec 11-58 "Topsoil." (Rev. 12/2000) 11-58 TOPSOIL: A minimum of four inches (4") of topsoil shall be placed on all disturbed areas adjacent to permanent improvements within the project limits. The topsoil shall be free from stone, rock, lumps, clods of hard earth, plants or their roots, sticks and other foreign material and shall be brought to the lines and grades as established by the engineer. Under no circumstances will topsoil be accepted unless it is free from the aforementioned contaminants. Contractor may use approved means of treating the topsoil to ensure its acceptability. This item shall be considered subsidiary to the other items in this project and shall not be a separate pay item. The existing topsoil from the project limits may be used if Contractor stockpiles and protects it properly. No trash, lime shavings or other foreign material, shall be added to this stockpile. Topsoil material shall be stockpiled at locations approved by the engineer, and after completion of permanent improvements, topsoil shall be placed on all disturbed areas so as to provide a minimum four-inch (4") depth of topsoil. The topsoil shall be tilled to a 1/2"-1" diameter size. The City of Arlington retains the authority to require the Contractor to provide topsoil meeting the following specification should the Contractor fail to maintain the integrity of the stockpiled existing topsoil. The soil texture shall be classified as loam or sandy loam according to the following criteria: (% Passing) (% Passing) Loam Sandy Loam Sand (0.074 to 4.76 mm diameter) 25-50% 45-85% Silt (0.002 to 0.074 mm diameter) 30-50% Less than 50% Clay (Smaller than 0.002 mm) 5-25% Less than 20% (Hydrometer analysis) Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422. (Rev. 12/2000)

11-59 5" REINFORCED CONCRETE RIPRAP: N/A 11-60 HYDRO-MULCH SEEDING: N/A 11-61 SODDING/TURFGRASS PLANTING: This work includes labor, material, and equipment for soil preparation, fertilization, planting, and other requirements regarding turfgrass planting areas. Payment for sodding shall include the cost of all fertilizer and water. Grass sod variety shall match existing and adjacent property.

Page 113: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 25 of 45

A. SUBMITTALS: 1. Delivery Receipts and Invoices: All delivery receipts and copies of invoices for

materials used for this work shall be subject to checking by the Owner and shall be subsequently delivered to the office of the Owner.

2. Samples and Producers' Specifications: Various samples, certificates, and

specifications of seed, fertilizer, sand, compost, other soil amendments and other materials shall be submitted for approval as required by subsequent sections of this specification.

B. TURFGRASS:

1. Buffalograss Sod: Turfgrass sod shall be "Buchloe dactyloides" (Buffalograss) 'Prairie Grass' variety. Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three-quarters inch (3/4″). Sod shall be alive, healthy, vigorous, free of insects, disease, stones, and undesirable foreign materials and grasses. The grass shall have been mowed prior to sod cutting so that the height of the grass shall not exceed two inches (2″). Sod shall have been produced on growing beds of clay or clay-loam topsoil. Sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. All sod is to be harvested, delivered, and planted within a thirty-six (36) hour period of time. Sod shall be protected from exposure to wind, sun and freezing. If sod is stacked, it shall be kept moist and shall be stacked roots-to-roots and grass-to-grass.

2. Dimensions: All sod shall be machine cut to uniform soil thickness of one inch (1″)

plus or minus one-quarter inch (1/4″). All sod shall be of the same thickness. Rectangular sections of sod may vary in length, but all shall be of equal width and of a size that permits the sod to be lifted, handled, and rolled without breaking. Broken pads and torn, uneven ends will be unacceptable.

3. Solid Sodding: Prior to laying the sod, the planting beds shall be raked smooth to

true grade and moistened to a depth of four inches (4″), but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into contact with the sod bed by rolling or by hand tamping with an approved tamper so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, fine screened soil of good quality shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass.

If sod is placed after September 15, final acceptance on the grass will not occur

until after April 15. The grass shall not be over-seeded with rye. The Contractor shall water the grass until the grass is accepted.

C. FERTILIZER:

Page 114: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 26 of 45

1. General: Fertilizer shall be an organic commercial product uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked or otherwise damaged making it unsuitable for use, will not be acceptable. (Rev. 3/2009)

2. Planting Application: Fertilizer shall be an organically based product (nutrients

contained in the project shall be derived solely from the remains, part of the remains, or a by-product of a once-living organism) supplying nitrogen, phosphorus and potassium in a 1-1-1 to 5-5-5 analysis, such as Green Sense (3-1-2) or Sustane (5-4-2), or approved alternate formulation. The fertilizer shall contain a variety of cultures of soil-borne bacteria and trace elements, and be high (min. 18% each) in humus and humic acid. The Contractor shall submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. The specified fertilizer shall be applied at the rate of twenty pounds (20 lbs.) per one thousand (1,000) square feet according to specific label. Fertilizer shall be applied over sodded areas after planting, but not more than two (2) days later. (Rev. 3/2009)

D. HERBICIDES:

1. General: Herbicides will be applied as necessary for the eradification of weeds. The Contractor will choose an appropriate herbicide for application with respect to the kind of turfgrass being planted, climatic conditions, site conditions, and the state of work and the approved City chemical list available through the Parks Department. The applied herbicides shall not be detrimental to the establishment of turfgrass. Herbicides shall be approved for application by relevant U.S. Government agencies such as the U.S. Department of Agriculture and the Environmental Protection Agency. A pre-emergent that will not cause root pruning of new sod must be applied when sod is laid. (Rev. 3/2009)

2. Application: The rates and methods of application shall be in strict conformance

with local, state and federal laws and regulations. Applications shall follow the manufacturer's recommendations. All applications must be licensed by Texas Structural Pest Control Board or Texas Department of Agriculture.

3. Weed Control: The Contractor shall apply appropriate herbicides in the following

situations: a. Where weeds are present in the prepared soil, prior to the commencement of

planting operations.

b. Where weeds are present in the planted turfgrass areas, prior to the establishment of the turfgrass to a uniform stand.

c. In the planted turfgrass areas, where the presence of weeds precludes the

acceptability of the turfgrass as a uniform stand.

d. In other situations where the Owner judges that the presence of weeds is detrimental to the establishment or acceptability of the turfgrass.

Page 115: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 27 of 45

E. PLACEMENT: All turfing operations shall be executed across the slope, parallel to finished grade contours.

F. SOIL PREPARATION:

1. Scarification: Scarification shall be accomplished to loosen the soil, destroy existing vegetation, and prepare an acceptable sod bed. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of scarification shall be one to one and one half inches (1—1½″).

2. Cleaning: Soil shall be further prepared by the removal of debris, building

materials, rubbish, weeds, and stones larger than two inches (2″) in diameter. During the soil preparation process, a "Rock Pick" or other approved piece of machinery shall be used to gather surface stones as small as one inch (1″) in diameter. The Contractor shall be responsible for the disposal of collected materials.

3. Fine Grading: After scarifying and cleaning, all areas to be planted shall be leveled,

fine graded, and dragged with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps, and objectionable soil clods. Unless specified by the Owner medians shall be crowned in the center with cross slopes of approximately two percent (2%). This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting.

4. Owner shall approve bed preparation before grass planting begins.

G. PROTECTION: No heavy equipment shall be moved over the planted lawn area unless

the soil is again prepared, graded, leveled and replanted. It will be the responsibility of this Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damage shall be repaired or replaced as soon as possible at no cost to the Owner. The Owner may repair emergency conditions or noncompliance hazards at the cost of the Contractor.

H. ESTABLISHMENT AND ACCEPTANCE: Regardless of unseasonable climatic

conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to ESTABLISH A UNIFORM STAND OF TURFGRASS AS HEREIN SPECIFIED. When adverse condi-tions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may stop any phase of the work until conditions change to favor the establishment of turfgrass.

1. Uniform Stand of Turfgrass: A uniform stand with complete coverage of the speci-

fied grass shall be defined as not less than one hundred fifty (150) growing plants per square foot. Growing plants shall be defined as healthy grass plants of two blades or more at least one and one-half inches (1½″) tall. A uniform stand of turfgrass shall be free of weeds. No payment will be made for turfgrass until a uniform stand of grass has been established. Partial projects will not be accepted. A uniform stand of grass over four inches (4″) in height will not be accepted.

Page 116: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 28 of 45

2. Thirty (30) days following planting, the Owner will inspect the medians to verify

establishment as described above. Contractor will be required to replant and/or maintain any areas of grass that are unacceptable to the Owner until they meet the standards above.

I. POST-PLANTING MAINTENANCE: Maintenance shall begin immediately after each

portion of grass area is planted. All planted areas will be protected and maintained by watering, weed control, and replanting as necessary to establish a UNIFORM STAND WITH COMPLETE COVERAGE OF THE SPECIFIED GRASS. The entire project will continue to be replanted and maintained by the Contractor until complete coverage and acceptance are achieved over 100% of the area. Any water equipment deemed necessary by the Contractor will be provided by the Contractor.

1. Watering: Use a temporary irrigation system to irrigate the entire planted area daily

for the first ten (10) days on which less than one-half inches (1/2″) of rain has fallen in the previous twenty-four hours and then two (2) times per week for the balance of the month following planting. Water trucks will be permitted as a means of irrigating the sodded areas.

2. Weed Control: Appropriate herbicides shall be applied as necessary as previously

specified. 3. Grass shall be edged where it is adjacent to concrete areas. 4. All concrete areas where weeds are growing in the joints must be trimmed or

chemically sprayed. These areas must have all growth removed. 5. Ant infestations must be treated with Award or Amdro.

J. GRADING: It is the Contractor's responsibility to maintain the existing grades and leave

them in a true and even condition after planting turfgrass. K. EROSION CONTROL: Throughout the project and the maintenance period for turfgrass,

it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved.

L. CLEAN-UP: The Contractor shall remove any excess material or debris brought onto the

site or unearthed as a result of his turfgrass operations. M. GUARANTEE: The Contractor shall guarantee all materials used for this work to be

type, quality, and quantity specified. 11-62 SLOPE EROSION CONTROL: N/A 11-63 STEEL GUARD RAIL: N/A

Page 117: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 29 of 45

11-64 CLEANUP: It is the intent of the Special Provisions to ensure that an adequate cleanup job be performed by the Contractor as soon during the construction procedure as possible. In particular, all curb and gutter and sidewalk shall be backfilled as soon as possible. Before the project is accepted by the City, all rocks, stones, and other construction debris shall be removed. All necessary cleanup work shall be considered subsidiary to the various bid items on this contract. Refer to Section 11-30 for removal and disposal of excess materials and debris. (Rev. 12/2011) 11-65 FINAL INSPECTION: The engineer will make final inspection of all work included in the contract as soon as practicable after the work is completed and ready for acceptance. If the work is not acceptable to the engineer at the time of such inspection, he will inform the Contractor as to the particular defects to be remedied before final acceptance will be made. (Rev. 8/1989) 11-66 TOWING OF VEHICLES: The Contractor shall follow applicable City of Arlington Ordinances should it be determined that vehicles parked upon a City street must be moved in order to perform street maintenance or construction. (Rev. 12/2000) 11-67 CONDUIT: N/A 11-68 SPRINKLER RELOCATIONS: See Section 10. 11-69 PROJECT SIGNS: See Section 10. 11-69A SIGNS FOR BUSINESSES: Weatherproof signs directing motorists to adjacent business entrances shall be provided by the Contractor and used during construction at locations directed by the project engineer. The signs shall be white with red letters and include the business name, shall be approximately 18 inches by 24 inches and have lettering at least six inches tall. The sign shall be placed such that it is visible from the street to help direct patrons to adjacent businesses, but shall not obstruct traffic visibility for vehicles exiting the driveway. It will be the Contractor’s responsibility to maintain the signs until such time as the project engineer agrees they can be removed. A bid item has been included which shall cover all costs related to fabricating, installing, and maintaining the signs. (Rev. 10/2002) 11-70 USE OF CITY PARKS: The Contractor shall obtain written permission from the Parks and Recreation Department prior to the use of City park property for access or for the storage of machinery, equipment, materials, and/or supplies. Any damage incurred to City park property, by unauthorized use by the Contractor, will be the responsibility of the Contractor to repair in an equal or better condition. Payment to the Contractor may be withheld until the damage is repaired and/or payment for the damages has been made. (Rev. 12/1991) 11-71 STORM WATER MANAGEMENT A. This project is subject to the Texas Commission on Environmental Quality’s (TCEQ)

General Permit requirements for construction projects, through the Texas Pollutant Discharges Elimination System (TPDES) Program. On projects larger than 5 acres, the Contractor shall submit a Notice of Intent (NOI) and applicable fees to TCEQ at least 7 days (if submitted by paper) or immediately (if submitted online) prior to the start of any construction activity. Because the City is also considered by TCEQ to be a Primary Operator, the Contractor shall also prepare the Notice of Intent (NOI) for the City of

(REV

. 6/2

014)

Page 118: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 30 of 45

Arlington and submit applicable fees to TCEQ at least 7 days (if submitted by paper) or immediately (if submitted online) prior to the start of any construction activity. The Contractor shall provide the City of Arlington a copy of the NOI’s. (Rev. 3/2010)

On projects 1 acre and larger but less than 5 acres the Contractor shall be required to post

a signed and certified site notice at the construction site prior to the start of any construction activity. The Contractor shall provide the City of Arlington a copy of the signed and certified construction site notice at least 2 days prior to commencement of construction activities. (Rev. 04/2008) The information contained in the NOI’s and TCEQ Site Notices shall be in accordance with the TPDES General Permit Regulations. (Rev. 04/2008)

The Contractor shall provide to the City a site specific "Storm Water Pollution Prevention Plan" (SWPPP), in accordance with the TPDES General Permit Regulations, prior to submitting either the NOI or TCEQ site notice. The SWPPP shall be prepared and certified by a licensed professional civil engineer who is familiar with the TCEQ TPDES General Permit requirements. The SWPPP shall be subject to approval by the City and/or TCEQ. The SWPPP shall contain information as required by the TPDES General Permit Regulations, including, but not limited to:

(Rev. 7/2012)

1. Site Description - including a site map, description of construction activity, estimate of disturbed area, runoff coefficient, and name of receiving waters.

2. Description of Controls - including plans for controlling erosion and sedimentation

caused by construction activity by utilizing hay bales, silt fences, detention/retention structures, check dams, sand bag barriers, or other approved best management practices.

3. Construction Implementation - including phasing of construction activities and

corresponding sequencing of erosion/pollution control measures. The Contractor shall perform his construction operations in accordance with best management practices to control erosion/pollutants in storm water discharges during construction.

4. Information on endangered species and critical habitat. 5. Current description of construction and waste materials stored on-site with updates

as appropriate. Description of controls to reduce pollutants from these materials including storage practices to minimize exposure of the materials to storm water, spill prevention and response.

B. The following shall be maintained on the project site by the Contractor at all times:

1. Post near main entrance to project site or at project site office: a. NOI or TCEQ site notice depending on project size. b. Local contact person with phone number.

Page 119: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 31 of 45

c. Brief description of project. d. Location of SWPPP if site is inactive or does not have an on-site location to

store the plan.

2. SWPPP including any revisions.

3. Copy of the TPDES General Permit TXR150000. 4. Inspection reports for inspections performed every 14 days and within 24 hours

after every ½ inch rain. 5. Record of construction activities:

a. Dates when grading activities will occur. b. Dates when construction activities will temporarily and/or permanently cease

on a portion of the project. c. Dates when ground cover will be initiated on disturbed areas.

6. Current description of construction and waste materials stored on-site with updates

as appropriate. Description of controls to reduce pollutants from these materials including storage practices to minimize exposure of the materials to storm water, spill prevention and response.

C. A Notice of Termination (NOT) must be submitted by the Contractor (for both the City

and Contractor) to TCEQ within 30 days of project completion, and a copy provided to the city, on all 5 acre or larger projects. For smaller projects, the Contractor shall complete the applicable portion of the site notice related to removal of the site notice, and submit a copy of the completed site notice to the city within 30 days of project completion. (Rev. 4/2008)

D. A lump sum bid item and dollar amount has been included in the PROPOSAL to pay the

Contractor for providing the physical erosion/pollution control measures throughout the duration of the construction contract, as delineated in the approved SWPPP. The dollar amount provided in the PROPOSAL is only an estimate of the total cost. The actual amount to be paid to the Contractor shall be agreed upon in writing by the Contractor and the City after the SWPPP has been submitted and approved, but prior to beginning construction. The agreed upon dollar amount for this item shall be based upon the Contractor's cost of providing materials, equipment, and labor necessary to perform the work as detailed on the SWPPP and any revisions thereof, plus 15 percent to compensate the Contractor for overhead and profit. This amount includes removal of all items and structures constructed for storm water pollution protection. Monthly payment for this item shall be based on work completed each month. (Rev. 9/2013)

E. The erosion control measures must be in place on the project prior to being

authorized for any other construction activity. Any stockpiles of unusable items and/or excavated materials shall be removed from the project site within seven days.

Page 120: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 32 of 45

In case of failure on the part of the Contractor to control soil erosion, pollution and/or siltation, the engineer reserves the right to employ outside assistance or to use City forces to provide the necessary corrective measures. Such incurred direct costs plus project engineering costs will be deducted from any money due or to become due to the Contractor. (Rev. 4/2004)

11-71A STORM WATER MANAGEMENT: A. This project is subject to the Texas Commission on Environmental Quality’s (TCEQ)

General Permit requirements for construction projects, through the Texas Pollutant Discharges Elimination System (TPDES) Program. On projects larger than 5 acres, the Contractor shall submit a Notice of Intent (NOI) and applicable fees to TCEQ at least 7 days (if submitted by paper) or immediately (if submitted online) prior to the start of any construction activity. Because the City is also considered by TCEQ to be a Primary Operator, the Contractor shall also prepare the Notice of Intent (NOI) for the City of Arlington and submit applicable fees to TCEQ at least 7 days (if submitted by paper) or immediately (if submitted online) prior to the start of any construction activity. The Contractor shall provide the City of Arlington a copy of the NOI’s. The information contained in the NOI shall be in accordance with the TPDES General Permit Regulations.

A storm water pollution prevention plan (SWPPP) has been included in the plans, and bid items for the proposed erosion/pollution control measures have been included in the bid proposal. The bid prices for the control measures shall include all costs necessary to provide materials, equipment, and labor necessary to install, maintain and remove all control measures.

The SWPPP includes all areas on the project that require protection. It is the Contractor's responsibility to install the control measures at the appropriate time to coincide with the Contractor's proposed project schedule and phasing. If the Contractor feels additional control measures not shown on the SWPPP are necessary due to phasing plans, it is the Contractor's responsibility to indicate such in a written request to modify the SWPPP prior to start of construction. The engineer will evaluate the request and, if approved, will negotiate an appropriate change order, if necessary.

B. The following shall be maintained on the project site by the Contractor at all times:

1. Post near main entrance to project site or at project site office: a. NPDES permit number or NOI if permit number is not assigned.

b. Local contact person with phone number.

c. Brief description of project.

d. Location of SWPPP if site is inactive or does not have an on-site location to

store the plan.

2. SWPPP including any revisions.

Page 121: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 33 of 45

3. Copy of the NPDES General Permit as published in the Federal Register. 4. Inspection reports for inspections performed every 14 days and within 24 hours

after every ½ inch rain. 5. Record of construction activities:

a. Dates when grading activities will occur. b. Dates when construction activities will temporarily and/or permanently cease

on a portion of the project. c. Dates when ground cover will be initiated on disturbed areas.

6. Current description of construction and waste materials stored on-site with updates

as appropriate. Description of controls to reduce pollutants from these materials including storage practices to minimize exposure of the materials to storm water, spill prevention and response.

C. A Notice of Termination (NOT) must be submitted by the Contractor to TCEQ (for both

the City and Contractor) within 30 days of project completion, and a copy provided to the city.

D. The erosion control measures must be in place on the project prior to being

authorized for any other construction activity. Any stockpiles of unusable items and/or excavated materials shall be removed from the project site within seven days. In case of failure on the part of the Contractor to control soil erosion, pollution and/or siltation, the engineer reserves the right to employ outside assistance or to use City forces to provide the necessary corrective measures. Such incurred direct costs plus project engineering costs will be deducted from any money due or to become due to the Contractor. (Rev. 12/2000)

11-71B STORM WATER MANAGEMENT: This construction project disturbs less than one (1) acre and is not part of a Larger Common Plan of Development; and therefore does not require permit coverage under the Texas Commission on Environmental Quality’s (TCEQ) General Permit requirements for construction activities through the Texas Pollutant Discharges Elimination System (TPDES) Program. However, the Contractor shall use Best Management Practices (BMPs) to prevent or reduce discharge of pollutants due to construction activities. The Contractor shall provide the City inspector and project engineer a site map showing a plan for controlling erosion and sedimentation caused by construction activities. Inspection and maintenance of BMPs shall be in accordance with standards set forth in the TPDES General Permit Number TXR150000, Part III, Section, F.6 and F.7. A lump sum bid item and dollar amount has been included in the PROPOSAL to pay the Contractor for providing, installing, and maintaining the physical erosion/pollution control measures throughout the duration of the construction contract. The dollar amount provided in the PROPOSAL will be paid in full on the final construction estimate. This amount includes removal of all items and structures constructed for storm water pollution protection once vegetation is established. (Rev. 5/2014)

Page 122: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 34 of 45

11-71C NONWOVEN FILTER FABRIC FOR INLET PROTECTION: Contractor shall only use surface course inlet filters that have a minimum height or diameter of 9-inches and have a minimum length that is 2-feet longer than the length of the curb opening. See diagram below. Surface course inlet filters shall not be designed to completely block the inlet opening. The filter fabric shall be of a synthetic material that will allow stormwater to freely flow through while trapping sediment and debris. The geotextile shall be non-biodegradable and resistant to degradation by ultraviolet exposure and resistant to contaminants commonly encountered in storm water. Use filter fabric that is capable of reducing effluent sediment concentrations by no less than 80% under typical sediment migration conditions. Straw, straw fiber, straw bales, pine needles, straw logs, and leaf mulch are not permissible filter materials. When applicable, the filter fabric of curb inlet filters has the following Minimum Average Roll Values (MARV) for physical properties:

Weight ASTM D 3776 oz/yd2 3.0 Grab Tensile Strength ASTM D 4632 lbs 80 Grab Tensile Elongation ASTM D 4632 % 50 Puncture Strength ASTM D 4833 lbs 40 Mullen Burst Strength ASTM D 3786 psi 150 Trapezoid Tear Strength ASTM D 4533 lbs 30 Fabric Opening Size ASTM D 4751 US Std Sieve (max) 50 Permittivity ASTM D 4491 sec-1 1.5 Water Flow Rate ASTM D 4491 gal/min/ft2 100 Ultraviolet Resistance ASTM D 4355 (500 hrs) % 70

(Rev. 4/2013)

Page 123: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 35 of 45

Page 124: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 36 of 45

11-72 GPS MONUMENT: Contractor shall Furnish and Install 2 Berntsen Top Security Rod Monuments with logo # 200016 or 2 Berntsen C35D - 3 1/2" Aluminum concrete markers with E logo #E432 or any combination of both (at the City Surveyors discretion) complete and in place. Location of said Monuments/Markers shall be marked by the City Surveyor. Contractor shall notify the City Surveyor two weeks before planned installation date. Contractor shall have a Registered Professional Land Surveyor survey the Berntsen Monuments/Markers, publish and certify GPS data sheets that meet and/or exceed Second Order Specifications using the Global Positioning System (GPS). Data Sheet horizontal coordinates shall be NAD 83 (2007 Adjustment) or be based on the latest adjustment of the City’s GPS Monument Manual (located on Public Works & Transportation’s web page). Please specify which adjusted datum is used for the project. Data Sheet vertical datum for the Berntsen Monuments/Markers shall be based on NAVD88 derived from calculating by applying vertical shifts derived from Geoid model 2012A or Geoid model 2003 or Geoid model 2009 to ellipsoid heights calculated from GPS/GNSS observations referenced to the North American Datum of 1983 (2007) or later datum or meet and/or exceed Third Order Specifications using conventional leveling methods.. Contractor shall notify City Surveyor beforehand of exact date of installation of Berntsen Monuments/Markers so City Surveyor can inspect procedures of the installation of Berntsen Monuments/Markers. (Rev. 07/2013)

11 -73 FINAL QUANTITIES: The Contractor is required to be present when final quantities are measured by the inspector. The inspector will coordinate with the Contractor to schedule a mutually agreeable date and time (including Saturdays) to perform the final measuring. If the Contractor chooses not to be present when final quantities are measured by the inspector, the Contractor agrees to accept the inspector's measurements or reimburse the City for time the inspector spends remeasuring any portion of the project. (Rev. 12/2000) 11-74 PUBLIC MEETING: Prior to start of construction, a public meeting will be held for this project. The purpose of the meeting will be to explain the project to affected citizens and answer questions. A representative of the Contractor, knowledgeable of the project, shall attend the public meeting. The representative will be introduced and will be called on as necessary to assist in answering questions. (Rev. 12/2000) 11-74A PARTNERING MEETING: N/A 11-74B CONSTRUCTION MEETING: Once construction begins, project construction meetings may be held for this project. A representative of the Contractor, knowledgeable of the project, shall attend the construction meetings. The engineer will schedule the time and location, and determine the frequency of these meetings. (Rev. 10/2002) 11-75 TEMPORARY STREET REPAIR FOR TRENCHES: N/A 11-75A TEMPORARY STREET REPAIR FOR TRENCHES: This specification is applicable when the roadway is to be rehabilitated by mill and overlay or by reclamation. A temporary driving surface shall be required on all street cut openings and shall be in accordance with the Existing Street Backfill and Repair Details. The driving surface shall be placed by the Contractor as soon as possible after completing the backfill, but always within 5 working days after completion of the work involving the cut. Any temporary driving surface that fails to

Page 125: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 37 of 45

provide an acceptable driving surface shall be removed and replaced at the Contractor’s expense, as directed by the engineer. (Rev. 12/2005) 11-76 PROTECTION OF ADJACENT LANDSCAPING IMPROVEMENTS: The Contractor shall be responsible for the protection of any existing landscaping improvements in the medians and parkways adjacent to the project including but not limited to trees, shrubs and irrigation from damage by Contractor’s equipment or personnel. If the Contractor damages any of the landscaping improvements, the Contractor shall be responsible for replacing and/or repairing the improvements prior to processing the final pay estimate for the project. If the Contractor feels any of the landscaping improvements are in conflict with the project and must be removed or have prior damage, the Contractor shall coordinate this with the project inspector prior to removal of any landscaping improvements. (Rev. 12/2000) 11-77 RESTORATION OF EXISTING PAVED SURFACES: The Contractor shall be responsible for maintenance of existing paved roadway surfaces within the project limits throughout the duration of the project. The Contractor shall perform daily inspections and restoration work required to provide an acceptable driving surface, as determined by the engineer. Restoration of paved surfaces shall be of asphalt, unless otherwise approved by the engineer. Should the Contractor be notified by the City of unacceptable roadway conditions, the Contractor shall restore the surface within 24 hours. Should it become necessary for the City to provide for the restoration of the surface, the cost of such shall be deducted from the monthly estimate. All asphalt for restoration of existing paved surfaces shall be considered subsidiary to the various bid items on this contract. (Rev. 10/2002) 11-78 PORTLAND CEMENT TREATED SUBGRADE: N/A 11-79 CONSTRUCTION CONTINGENCY ALLOWANCE: See Section 10. 11-80 LIME AND CEMENT MODIFICATION OF SUBGRADE SOILS: Prior to beginning any lime modification, the subgrade shall be brought to the required line, grade, cross-section, and proof rolled in accordance with specification requirements. Proof rolling shall be in accordance with Texas Department of Transportation Standard Specification for Construction of Highways, Streets and Bridges, 1993, Item 216. The cost of proof rolling shall be considered subsidiary to this item. (Rev 11/2012) This item shall consist of treating the subgrade by scarifying, addition of lime slurry, initial mixing and curing, re-scarifying, addition of cement slurry, final mixing and compacting the material to the required density. This item applies to the subgrade, i.e., natural ground, embankment or existing pavement structure and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the Plans or as established by the Engineer. A. MATERIALS:

1. Soil. Soil shall consist of approved material free from roots, vegetation or other objectionable matter encountered in the subgrade. Rocks or similar debris larger than four (4) inches shall be removed from the subgrade prior to treatment. Ac-ceptable material shall also be used in preparation of the roadbed in accordance with this specification. Prior to beginning subgrade treatment, the area to be treated

Page 126: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 38 of 45

shall be proof rolled to identify any soft or unstable areas. Any soft or unstable areas shall be excavated and re-compacted with acceptable material to 95 percent of Standard Proctor density at 0 percent to +4 percent wet of optimum moisture content. Any unsuitable or deleterious material found during proof rolling shall be removed and disposed of.

2. Lime. The Contractor can use Type A, Hydrated Lime (a dry powdered material

consisting essentially of calcium hydroxide) or Type C, Quicklime-Grades DS and S (a dry material consisting essentially of calcium oxide), to produce a lime slurry or he may use Type B, Commercial Lime Slurry (a liquid mixture of essentially hydrated lime solids and water in slurry form). The lime and lime slurry shall meet the following chemical and physical requirements:

Chemical: Total "active" lime content, % by mass-- (i.e., % by mass Ca(OH)2 + % by mass CaO, if present) Unhydrated lime content, % by mass CaO----------------------------------------------- "Free Water" content, % by mass H2O--- Physical: Wet sieve requirement, as % by mass residue: Retained on 3.35mm sieve----------------- Retained on 600ìm sieve------------------- Dry sieve requirement, as % by mass residue: Retained on 25.0mm sieve------------------ Retained on 19.0mm sieve------------------ Retained on 150ìm sieve--------------------

A 90.0 min.1 5.0 max. 5.0 max. 0.2 max. 4.0 max. -- -- --

Type

B

87.0 min.2 -- -- 0.2 max.2 4.0 max.2 -- -- --

C -- 87.0 min. -- 8.0 max.3 -- 0.0 10.0 max. Grade DS 80% min. Grade S No limits

Note 1: No more than 5.0 percent by mass CaO (unhydrated lime) will be allowed in determining the total "active" lime content.

Note 2: In "solids content" of slurry.

Page 127: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 39 of 45

Note 3: The amount of total "active" lime content, as CaO, in the material retained on the 3.35 mm sieve must not exceed 2.0

percent by mass of the original Type C lime.

All slurry shall be furnished at or above the minimum "Dry Solids" content as approved by the Engineer and must be of a consistency that can be handled and uniformly applied without difficulty. The slurry shall be free of liquids other than water and any materials of a nature injurious of objectionable for the purpose intended. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the roadway subgrade. If storage bins are used, they shall be completely waterproof. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales or the Contractor shall place a set of standard platform truck scales or hopper scales at the location provided by the Engineer.

3. Portland Cement. The Contractor shall use bulk cement, Type I Portland

conforming to ASTM C 150 or Type I/II cement, as directed by Engineer. All apparatus for handling, weighing and spreading the cement shall be approved by the Engineer in writing before use on the project. Cement weighing and distribution equipment shall be as specified below (Section 3, Equipment).

Portland cement shall be stored and handled in closed weatherproof containers until immediately before distribution on the roadway subgrade. If storage bins are used, they shall be completely waterproof. If cement is furnished in trucks, each truck shall have the weight of cement certified on public scales or the Contractor shall place a set of standard platform truck scales or hopper scales at the location provided by the Engineer.

4. Water. Water shall be clean and free of oil, acid, alkali, organic matter, or other

deleterious substances. Water which is suitable for drinking or ordinary household uses may be accepted for use without being tested.

B. EQUIPMENT:

1. The machinery, tools and equipment necessary for proper execution of the work shall be on the project and approved by the Engineer prior to the beginning of the construction operations, and be maintained in good working order.

2. Slurry distribution trucks must be equipped with an agitator to keep the additive

(Hydrated Lime or Cement, as appropriate) and water in a homogeneous suspension. Mixture shall be uniform in consistency from beginning to end of the distribution operation.

3. Equipment used shall be of a type sufficient to insure that the soil subgrade is cut

uniformly to the proper depth and shall have cutters that will plane the secondary grade to a smooth surface over the entire width of the cut. The machine shall be of such a design that a visible indication is given at all times the machine is cutting to the proper depth.

Page 128: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 40 of 45

C. CONSTRUCTION METHODS:

1. General. It is the primary requirement of this specification to secure a completed course of treated material containing a uniform blend of lime and cement, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime and cement, maintain the work and rework the courses as necessary to meet the above requirements.

The roadbed shall be constructed and shaped to conform to the typical sections, lines, and grades as shown on the Plans or as established by the Engineer. The subgrade shall be firm and able to support, without significant displacement, the construction equipment and obtain the compaction herein specified. Soft or yielding subgrade shall be corrected and made stable before construction proceeds (Section 2, Soil).

2. Lime Modification. Prior to beginning any lime modification, the subgrade shall

be brought to the required line, grades and cross-section in accordance with the specification requirements.

After the subgrade has been shaped, the roadway will be scarified to full depth and width of modification. Full depth will be eight (8") inches below finished grade or as indicated on the Plans and full width will be that distance from one (1') foot behind the back of curb on each side of the roadway. Scarification shall be accomplished using a motor grader with short teeth, or other appropriate means assuring accurate depth of scarification.

a. Lime Slurry Placement

Lime shall be spread only on that area where the mixing and sealing operations can be continuous and completed in one operation. Lime will be applied by the "slurry" method when application is in the corporate limits of the City of Arlington, Texas.

The lime slurry will be applied with an approved distributor truck by making multiple passes, if necessary, to uniformly apply the correct amount of lime as specified in the Plans. The distributor truck will be equipped with an agitator to keep the lime slurry in constant mixture.

b. Application

For applications greater than or equal to 40 pounds per square yard, the initial application shall be applied in halves (two equal parts) on day one (1) and day two (2). This is subsidiary to the lime stabilization item. (Rev 9/2013)

a. Initial Mixing

Immediately following lime application, thoroughly mix the slurry into the subgrade with a pulvimixer until 100% of all material will pass a two (2") inch sieve. If necessary, make passes at various angles across the site to

Page 129: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 41 of 45

facilitate breaking up of large clods. The lime modified material shall then be rolled with pneumatic roller to seal the lift, and left to cure for a minimum of 24 hours. During the curing period, the subgrade shall be kept at least two percent (2%) above its optimum moisture content.

3. Cement Stabilization

Prior to beginning any cement stabilization, the previously treated subgrade shall be re-scarified to full depth and width of modification. Full depth will extend to the underlying untreated material but must not extend into the underlying untreated material. Full width will be that distance from one foot (1') behind the back of curb on each side of the roadway. Scarification shall be accomplished using a motor grader with short teeth, or other appropriate means assuring accurate depth of scarification.

a. Cement Slurry Placement

Cement shall be spread only on that area where the mixing and compaction can be continuous and completed in one operation. Cement shall be applied by the "slurry" method. The cement shall be mixed with water to form a slurry of the solids content designated by the Engineer. (Rev. 9/2012) Cement slurry shall be applied with an approved distributor truck by making multiple passes, if necessary, to uniformly apply the correct amount of cement as specified in the Plans. The distributor truck shall be equipped with an agitator to keep the cement slurry in a consistent mixture. The cement slurry must be dispensed as soon as practical, but within a maximum of 45 minutes from the addition of cement to the slurry water. (Rev. 9/2012) Unless otherwise approved by the Engineer, the cement treatment operation shall not be started when the air temperature is below 40 degrees F and falling, but may be placed on unfrozen ground when the air temperature is above 35 degrees F and rising. The temperature will be taken in the shade and away from artificial heat. Cement shall not be placed when weather conditions are unsuitable in the opinion of the Engineer.

b. Final Mixing

Immediately following cement slurry application, thoroughly mix the slurry into the subgrade with a pulvimixer. If necessary, make passes at various angles across the site to facilitate breaking up of oversized clods. The previously lime treated material and cement slurry shall be thoroughly mixed until, in the opinion of the Engineer, a homogeneous, friable mixture of material and cement is obtained, free of all clods or lumps. Materials shall be mixed as thoroughly as possible at the time of the cement application and brought to a minimum of two (2) percent above its optimum moisture content. The material shall be kept moist as directed by the Engineer. If the cement-modified soil mixture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other approved pulverization methods so that when all non-slaking aggregates

Page 130: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 42 of 45

retained on the No. 4 sieve are removed, the remainder of the soil material without cement mixed throughout shall meet the following requirements when tested in the moist condition by laboratory sieves: Minimum Passing 1-1/2" Sieve 100% Minimum Passing No. 4 Sieve 60%

4. Final Compaction

Compaction of the subgrade shall begin immediately after final mixing and after final gradation has been met. Final compaction of the subgrade shall be complete within six (6) hours of initial cement slurry placement.

The course shall be sprinkled, if necessary, and compacted to provide the density specified below as determined by the use of the Standard Proctor (TEX 113-E) Moisture / Density Relationship. Testing shall occur after the subgrade is brought to the required lines and grades shown on the Typical Sections and Plans.

Description Density, Percent Moisture, Percent

For cement-modified subgrade that will receive subsequent courses

Not less than 95, except when shown otherwise on the Plans.

Optimum to plus 4% unless otherwise shown on the Plans

The testing will be as outline in Test Method ASTM D 2922 and ASTM D3017 or other approved methods. In-place density tests shall be performed at the rate of one per 300 linear feet of paving for two (2) lanes. If the material fails to meet these density requirements it shall be reworked as necessary to meet said requirements. Reapplication of cement slurry will be required by the Engineer to aid in recovering lost strength from reworking. Throughout this entire operation the shape of the course shall be smooth and in conformity with the Typical Sections shown on the Plans and to the established lines and grades. Should the material due to any reason or cause lose the required stability, density and finish before the next course is placed or the work is accepted, it shall have cement incorporated at originally specified rate, repulverized, and be recompacted and refinished at the sole expense of the Contractor. Finishing of the completed section shall be accomplished by rolling as directed with a pneumatic tire or other suitable roller sufficiently light to prevent hair cracking.

D. MAINTENANCE OF SUBGRADE CONDITION:

1. The Contractor shall make provisions for maintaining the compacted subgrade in a moist condition for a secondary curing time. The requirement is to maintain the in situ moisture at least two (2) percentage points above optimum conditions throughout the treated section. This is to be accomplished by frequent light sprinkling of the surface. During this secondary curing time, all construction vehicles shall be prohibited from the subgrade for a minimum of two (2) days.

Page 131: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 43 of 45

2. The Contractor shall maintain the completed subgrade within the limits of his contract in good condition, satisfactory to the Owner as to grade, crown and cross section until such time as the surface course is constructed. All irregularities or other defects that may occur shall be repaired by the Contractor as his expense.

3. All over-excavated areas (shy grade) will require additional depth of pavement. No

additional cement treated subgrade will be allowed on top of the initially processed grade (no scabbing).

4. The moisture content of the prepared subgrade shall be maintained at optimum or

above until the next subsequent pavement course is installed. If this moisture decreases below optimum, the incorporation of additional moisture by scarifying and re-compaction the prepared grade will not be permitted. If at any time the prepared subgrade needs to be disturbed to incorporate moisture, an additional application of cement at 100% of the original application rate of cement will be required. NO additional payment shall be made if these additional cement applications are required. (Rev. 9/2012)

E. MEASUREMENT AND PAYMENT:

1. This work shall be measured by the square yard of completed and accepted lime modified / cement stabilized treated subgrade. Measurement of both the lime and cement shall be by the ton, 2,000 pounds of dry weight, as determined by certified weight tickets. No allowance shall be made for any materials used or work done outside the limits shown on the Plans and Typical Sections. The work performed and material furnished as prescribed by this item and measured as provide in this item shall be paid for at the unit price bid for lime modified / cement stabilized soil, which price shall be full compensation for scarifying the soil materials; for handling; hauling and spreading the lime slurry; for mixing the lime slurry into the subgrade through pulverization; for roll sealing and curing the subgrade; for re-scarifying the lime modified subgrade; for handling; hauling and spreading the cement slurry; for mixing the cement slurry into the lime modified subgrade through pulverization; for establishing final gradation; for spreading and shaping the mixture; compacting the mixture, including all rolling required for this compaction; surface finishing; and for all manipulation, labor, equipment, appliances, tools and incidentals necessary to complete the work and carry out the maintenance provisions in this specification.

2. Lime and cement materials measured as provided in this item shall be paid for at the

unit price bid for lime and cement materials, which price shall be compensation for furnishing the material; for all freight involved, for all unloading and storing; and for all labor, equipment, fuels, tools and incidentals necessary to complete the work, all in accordance with the Plans and these Specifications.

11-81 TREE REMOVAL: All trees and bushes scheduled for removal shall be removed during their winter dormancy, i.e., after the leaves have shed on deciduous trees. The removal shall occur after dormancy and no later than March 15, unless otherwise authorized by the engineer. All trees and bushes that are cut down shall be hauled off the same day. Tree removal shall be in accordance with C.O.G. Specification, Preparing Right-of-Way.

Page 132: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 44 of 45

Contractor will fully comply with any and all federal, State and local laws related to the removal of trees including but not limited to the Migratory Bird Treaty Act. Contractor will be responsible for any fines, penalties, or damages due to any such violations of law and any such fines, penalties, or damages will be subject to the indemnification provision of this contract. (Rev. 01/2006) 11-81A TREE TRIMMING: While maintaining a healthy tree crown, the lower branches of all trees that overhang the sidewalk shall be trimmed to a height of eight (8) feet above proposed sidewalk. Trimming shall also be done to protect trees from damage by construction equipment. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. Tree trimming shall be done in accordance with the International Society of Arborists or National Association of Arborists Standards. Payment for tree trimming and protection is considered subsidiary to the contract unless otherwise noted. (Rev. 12/2010) 11-82 MOBILIZATION AND BONDS: See Section 10. 11-83 GALVANIZED GABIONS WITH PVC COATING: N/A 11-84 CEMENT: Cement is defined as raw cement and for items where concrete is placed or cast-in-place (examples: pavement, driveways, cement for stabilization, sidewalk, barrier free ramps, curb inlets, curb and gutter, flumes, and channel lining; and is generated from a kiln whose emission rates: (Rev 8/2015)

1. Are in compliance with all applicable state and federal environmental standards relating to the emission of NOx, including all applicable TCEQ and EPA rules and regulations; and

2. Operate kilns that exceed the standards for NOx emissions set out in 30 Tex.

Admin. Code § 117.3110(a)(1)-(4) (as provided presently and as may be amended in the future) by the following percentage amounts:

a. For each long wet kiln, 10 percent lower than the standard for long wet

kilns located in Ellis County, Texas as set out in 30 Tex. Admin. Code § 117.3110(a)(1)(B);

b. For each long dry kiln, 20 percent lower than the standard for long dry kilns, as set out in 30 Tex. Admin. Code § 117.3110(a)(2);

c. For each preheater kiln, 20 percent lower than the standard for preheater kilns, as set out in 30 Tex. Admin. Code § 117.3110(a)(3); and

d. For each preheater-precalciner kiln or precalciner kiln, 35 percent lower than the standard for preheater-precalciner or precalciner kilns, as set out in 30 Tex. Admin. Code § 117.3110(a)(4).

11-85 GPS DATA ON STORMWATER ATTRIBUTES: N/A 11-86 TRENCHLESS TECHNOLOGY/BORING: In using trenchless technology or boring, the following applies:

Page 133: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Version 10/31/2016 Section No. 11 Page 45 of 45

A. Prior to construction, all existing public facilities shall be physically located in the field when crossing over or under water lines, sanitary sewer, or storm drains or where the existing facility is running in the same direction and is within 5 feet of the proposed facility.

B. Construction shall be made in such a manner that will minimize interference with

vehicular traffic and shall not weaken or damage the existing street.

1. The location of the boring pits shall be a minimum of five feet from the roadway to prevent undermining of the curb, gutter, or shoulder section.

2. The pit shall be dug to a depth sufficient to maintain a minimum boring depth of

48 inches below the traffic surface. Jetting types of boring equipment are not allowed.

3. All overcutting shall be remedied by pressure grouting the entire length of the

installation. 4. The pits or trenches excavated to facilitate this operation shall be backfilled and

compacted immediately after work is completed.

C. The contractor shall be able to locate the bore head at all times in accordance with the latest technologies and provide the location of the bore to the director upon request.

D. All directional boring shall have the locator place bore marks and depths while the bore is in progress. Locator shall place a mark at each stem with a paint dot and indicate the depth at every other stem. (Rev. 12/2011)

11-87 MOWING DURING CONSTRUCTION: N/A 11-88 MATERIAL SAFETY DATA SHEET: Contractor shall provide a copy of the Material Safety Data Sheet (MSDS), product specifications, Manufacturer’s warranty, and application instructions to City for approval prior to commencing work, if applicable. (Rev. 7/2012) END OF SECTION

Page 134: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 12 Page 1 of 2

SECTION NO. 12

SPECIAL SPECIFICATIONS - TRENCH SAFETY

I. Pursuant to law, trench safety systems are required for all trench excavations

that exceed a depth of five feet and shall require a safety program which governs the presence and activities of individuals working in and around the trench excavation. The trench safety systems and safety program shall be in accordance with current Occupational Safety and Health Administration (OSHA) standards. A copy of the 1999 OSHA standards is included for the contractor's convenience. However, the contractor must check current and future OSHA Rules as they may change from time to time.

II. The low bidder shall be required to submit a trench safety plan to the project

engineer at least 10 days prior to beginning work on the project that will involve trenching operations. The trench safety plan shall be in accordance with current OSHA rules and regulations. The trench safety plan shall specify the method or methods of trench safety to be used with specific information given for each. If the contractor chooses to use an option from OSHA in the design of sloping and benching systems or design of support systems, shield systems, and other protective systems which requires that the soil be classified as Type A, B, or C, the contractor shall be required to provide soil investigations and testing necessary to classify the soil type. Soil investigation information must include location and depth. The review of the trench safety plan by the City of Arlington is only for general conformance with OSHA rules and regulations and to insure sufficient information for inspection purposes. The review in no way relieves the contractor from responsibility for trench safety in accordance with current law.

III. Each bidder shall satisfy himself, by personal examination of the location of

the proposed work and by such other means as he may prefer, as to the requirements of the work to enable him to construct his proposal intelligently. The bidder shall make himself familiar with all of the Contract Documents and other instructions before submitting his proposal (bid) in order that no misunderstanding shall exist in regard to the nature and character of the work to be done. No allowance will be made for any claim that the proposal is based upon incomplete information as to the nature and character of the site or the work involved. Conditional proposals will not be accepted.

IV. The Contractor shall make daily inspections of the Trench Safety Systems to

ensure that the systems meet OSHA requirements. Daily inspection is to be made by a "competent person" provided by the Contractor. If evidence of possible cave-ins or slides is apparent, all work in the trench shall cease until the necessary precautions have been taken by the Contractor to safeguard personnel entering the trench. It is the sole duty, responsibility and prerogative of the Contractor, not the owner or the Engineer, to determine the specific applicability of the designed trench safety systems to each field condition encountered on the project.

Page 135: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 12 Page 2 of 2

V. The contractor shall indemnify and hold harmless the City, its employees and agents, from any and all damages, costs, (including, but not limited to, attorney's fees, court costs, and costs of investigation) judgments or claims by anyone for damage to property, injury or death of persons resulting from the collapse or failure of any trenches, ditches or other excavations constructed under or associated with this contract.

It is the express intention of the parties, both contractor and the City,

and the contractor acknowledges and agrees that this indemnity provision provides indemnity by the contractor to indemnify and protect the City from the consequences of the City's own negligence, whether that negligence is the sole or concurring cause of the injury, death or damage and in the case the City is negligent either by act or omission in providing for trench safety, including but not limited to inspections, failure to issue stop work orders, and the hiring of the contractor.

VI. Included in the proposal is a separate pay item for the trench safety system

and trench safety program. This pay item will be on a linear foot basis and will be full compensation for labor, tools, materials, equipment, and incidentals to complete the work. All requirements as outlined in this section will be incorporated within this bid item. Should conditions during construction require that alternate methods of trench safety be used, the contractor shall submit a revised trench safety plan following the same guidelines as in II. There will be no additional compensation for changes in the trench safety plan as may be required during construction due to changes in conditions.

VII. The following was copied from OSHA publication-Construction industry;

OSHA Safety and Health Standards (29 CFR 1926/Subpart P); U.S. Department of Labor, Occupational Safety and Health Administration; 7/1/99 Edition.

VIII. Measurement and Payment: Trench safety system will be measured by the

linear foot, complete in place. Payment for trench safety system will be made at the unit price bid per linear foot. Such payment shall be full compensation for labor, materials and appurtenances necessary to make the complete installation.

Page 136: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 137: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 138: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 139: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 140: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 141: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 142: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 143: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 144: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 145: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 146: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 147: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 148: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 149: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 150: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 151: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 152: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 153: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 154: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 155: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 156: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 157: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 158: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 159: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 160: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 161: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 162: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 163: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 164: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 165: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 166: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 167: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 168: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 169: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 170: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 171: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 172: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 173: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
Page 174: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 13

Page 1 of 7

SECTION NO. 13

SPECIAL SPECIFICATIONS - EROSION CONTROL I. PERMANENT EROSION CONTROL A. Hydromulching: When water or sewer line construction is outside of proposed

and existing pavement, the disturbed areas shall be hydromulched after backfill and compaction operations, including areas beyond the trench that are disturbed by site activities or damaged during backfill operations.

1. Description: Hydromulch seeding shall consist of preparing and planting

seed or a mixture of seed of the kind specified along and across such areas as may be designated on the plans and in accordance with these specifications.

2. Planting Season: All planting shall be done between the dates specified

for each type of seed, except when specifically otherwise authorized in writing. The seed planted per acre shall be of a type specified with the mixture, rate and planting dates as follows:

(a) Type I: Bermuda Grass, hulled, 40 pounds - March through

September. (b) Type II: A mixture of Rye Grass, 35 pounds and Bermuda

Grass, unhulled, 25 pounds - September through February 3. Construction Methods: After the trench has been backfilled and

compacted and the surface restored, graded to match existing or planned grade, and cleaned up, hydromulch seeding shall be performed in accordance with the requirements herein described.

Seed or seed mixture, in the quantity specified, shall be uniformly

distributed over the areas shown on the plans where directed. Seed and fertilizer are to be distributed as a water slurry and the mixture shall be applied to that area to be seeded within 30 minutes after all the components are placed in the equipment. Fertilizer shall conform to the requirements of Item I.A.4 of this section, "Fertilizer." The planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six inches in depth.

4. Fertilizer: (a) General: Fertilizer shall be a commercial product, uniform in

composition, free flowing and suitable for application with approved equipment. Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture or has become caked or otherwise damaged, making it unsuitable for use, shall be rejected.

(b) Initial Planting Application: Fertilizer for the initial planting

application shall be of an organic base containing by weight the

Page 175: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 13

Page 2 of 7

following (or other approved) percentages of nutrients: 15-10-5 (N-P-K); also containing 10-15 percent sulphate and traces of iron and zinc as required and approved by the Engineer.

(c) Post Planting Application: Fertilizer for the post planting

application shall be a chemical base fertilizer containing by weight the following percentages of nutrients: 21-0-0 (N-P-K) ammonium sulphate or the nitrogen equivalent of 33-0-0 ammonium nitrate.

5. Measurement and Payment: Acceptable materials for hydromulch

seeding shall be measured by the linear foot, complete in place. The work performed and materials furnished and measured, as provided in this item, shall be paid for at the unit price for hydromulching. The price shall be full compensation for furnishing of all materials, including water for seed-fertilizer slurry and hydraulic mulching, fertilizer required and for performing all operations necessary to complete the work.

6. Final Acceptance: Final acceptance of the grassing shall be made only

during the growing season after the work is completed. The grass growth on acceptance must not be over 6-inch (6”) high and have a minimum coverage of 90% healthy, green relatively weed-free grass. Maintain the grass during the entire time since grass replacement. Upon final acceptance of the completed structure, the Owner will assume responsibility for watering and maintenance of the slopes.

B. Erosion Control Matting: In addition to hydromulch seeding, erosion control

matting shall be required where existing or proposed side slopes are 3:1 or steeper within natural channels, drainage ditches, channel banks, embankments; and in areas where the Engineer deems the soil to be erodible. Depending upon the type of soil, steepness of the slope, and the channel velocity, either Curlex Blankets (Regular or Hi-Velocity) or Enkamat (7010 or 7020) erosion control matting (or their equivalent) shall be placed upon the areas which have been hydromulch seeded.

1. Construction Methods: Construction methods for each type shall be

provided by the manufacturer and approved by the Engineer. 2. Measurement and Payment: Acceptable materials for erosion control

matting shall be measured by the square yard, complete in place. The work performed and materials furnished and measured, as provided in this item, shall be paid for at the unit price for erosion control matting. The price shall be full compensation for furnishing of all materials and for performing all operations necessary to complete the work, including hydromulching.

C. Gabion Structure Assembly: Gabion structures shall be used for slope or bank

protection and erosion control in channel or creek crossings. Placement of the gabion baskets shall extend a minimum of five feet beyond the trench cut.

1. Materials:

Page 176: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 13

Page 3 of 7

(a) General: Gabions consist of rectangular, compartmented wire baskets filled with stone used for slope or bank protection and erosion control on open channels.

(b) Gabions: Gabion baskets shall consist of uniform hexagonal

wire mesh woven in double twist pattern with openings fabricated in such a manner as to be non-raveling and designed to provide the required flexibility and strength.

The perimeter edges of the twisted wire mesh shall be woven

around a reinforcing wire in a manner designed to prevent slippage, and the edges of the mesh shall be securely selvedged. All corners shall be reinforced by heavier wire.

Gabions shall be so fabricated that the sides, ends, lid, base and

diaphragms can be readily assembled at the construction site into rectangular baskets with a minimum thickness of one foot. Where the length of the gabion exceeds 1½ times its horizontal width, the gabion shall be divided by diaphragms, of the same mesh and gauge as the body of the gabion, into equal cells whose length does not exceed the horizontal width. Diaphragms shall be secured in the proper position on the base section.

All dimensions are subject to tolerance limit of five percent. Wire shall conform to the following requirements in accordance

with current Federal Specifications QQW-461 Class 3 - Finish 5 - Soft.

Wire for Fabric (diam) 3.00 mm plus or

minus 2.5 percent Wire for Selvedges and 3.90 mm plus or Corners (diam) minus 2.5 percent

Wire for Binding and 2.20 mm plus or Connecting (diam) minus 2.5 percent Tensile Strength (psi) 60,000 - 75,000 Elongation (percent) 12% (not less than) Weight of zinc coating 0.80 oz./sq. ft. for all wire (c) Stone: The stone shall be graded from three to eight inches. The

stone shall have a specific gravity of at least 2.40 and shall have a percent of wear not more than 40 when tested in accordance with Texas SDHPT Test Method TEX-410-A.

Page 177: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 13

Page 4 of 7

(d) Geotextile Fabric: Geotextile fabric for use as a filter media shall be placed along the gabion structure, as shown in the plans. The geotextile fabric shall be placed with a minimum overlap of 18 inches. Fabric shall be secured as necessary by pins or other suitable means before placing gabion baskets.

(e) Protective Aggregate Filter Layer: As an alternate to Geotextile

Fabric, a protective aggregate filter layer may be utilized. The filter shall be designed by a registered professional engineer specializing in geotechnical engineering.

(f) Rejection: Gabions may be rejected for failure to meet any of the

requirements of this specification. 2. Construction Methods: (a) Description: This item shall govern the construction and

assembly of gabion structures conforming to the lines, grades, locations and designs, as indicated on the plans and specifications, or as established by the Engineer.

(b) Gabion Basket Assembly: i. Gabion baskets are assembled by unfolding the baskets

on a hard surface and stamping out all kinks. Fold up the front, back and end panels and fasten together with projecting heavy gauge wire by twisting it around the selvedge wire two complete turns. Fold the diaphragms up and secure in the same manner. All edges and diaphragms to sides are now laced together in the following manner: Cut a length of lacing wire approximately five feet long, secure the wire at one end by looping and twisting together, then proceed lacing with a double loop (made at the same point) approximately every four to five inches apart, pulling the basket pieces tightly together. Secure the end of the wire by again looping and twisting.

ii. Gabion baskets shall then be placed in position empty

and shall be tied together each to its neighbor along all contacting edges in order to form a continuous connecting structural unit. Tying shall be in the same manner as that used to assemble baskets and shall produce a joint that is as strong as the body of the mesh.

(c) Gabion Basket Placement: Gabions three feet high that are to be

placed in a straight row are to be stretched in the following manner before being tied to the adjacent gabions. Tie together approximately 100 feet of gabion baskets end to end. Secure one end of the row by tying to gabions already filled or fill the end gabion with stone and then stretch baskets sufficiently to remove kinks. While maintaining tension, tie the row of baskets to its neighbor and then fill with stone.

Page 178: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 13

Page 5 of 7

(d) Gabion Stone Placement: When the assembled empty gabion baskets have been installed, the gabion stone shall then be placed in the following manner: The gabion baskets may be filled by machine with sufficient additional hand work to accomplish a maximum density and a minimum amount of voids. Vertical outside surfaces shall be placed by hand with large select stone in order to achieve the best appearance. Baskets are to be filled in 12-inch layers in order to install a looped inner tie wire in each cell connecting to front and back faces every 12-inches of vertical height in any unsupported face. Individual cells may not be filled more than one foot above any adjacent cell unless looped inner tie wires run in both directions.

(e) Gabion Basket Closure: When each gabion basket has been

filled to its maximum, which is approximately 1½" higher than the sides and the surface leveled with a minimum amount of voids, the lids shall be pried down and over with a bar until the edge of the lid and edge of the basket are together. The heavy projecting wire on the lid shall be twisted around the heavy wire on the sides two complete turns and the lid shall then be tied to the edges and tops of diaphragms in the same manner as the baskets are assembled so that the finished joint is as strong as the body of the mesh. The lids of the gabion baskets shall also be tied together, each to its neighbor along all connecting edges to insure the formation of a continuous connecting structural unit. Special attention shall be given that all projecting sharp ends of wire are turned in.

3. Measurement and Payment: Gabions shall be measured for payment in

cubic yards, based on the dimensions shown on the plans or on revised dimensions, where changes are ordered or approved. Gabions shall be paid for at the contract unit price, complete in place, as provided in the proposal and the contract. The contract unit price shall be the total compensation for preparing the subgrade, including excavation, for furnishing, placing and assembling all materials; for furnishing, placing, shaping and tamping backfill; for disposal of all surplus materials; and for all labor, tools, equipment and incidentals necessary to complete the work, all in accordance with the plans and specifications.

II. TEMPORARY EROSION CONTROL A. Description: This item shall consist of temporary soil erosion sediment control

measures for the duration of the contract. The temporary control provisions shall be coordinated with the permanent erosion control measures specified to the extent practical to assure economical, effective and continuous erosion control throughout the construction and post construction periods. These control measures shall at no time be used as a substitute for the permanent control measures and they shall not include measures taken by the Contractor to remedy erosion problems created by his construction operations. The temporary measures shall include check dams, sand bag barriers, straw bale dikes and filters, and silt fences.

B. Items of Work and Materials: The estimated items of temporary erosion control

will be based on the work area needed for the construction of the proposed

Page 179: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 13

Page 6 of 7

improvements. However, the Engineer may increase or decrease the quantity of these items as the need arises. The engineer may specify other materials and work as the need arises.

C. Preconstruction Conference: Prior to the start of construction, the Contractor

shall submit for approval his schedules for accomplishment of soil erosion control work and his plan to keep the area of exposed soil to a minimum. He shall also submit for acceptance his proposed method of soil erosion control on the construction site, and haul roads and material sources, and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the engineer.

D. Construction Requirements: The engineer has the authority to define exposed

soil, limit the area exposed by trench excavation and direct the Contractor to provide temporary erosion control measures to prevent sediment runoff to adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. The engineer may also shut down construction operations if he deems that the Contractor has not provided adequate temporary erosion control measures.

The Contractor will be required to incorporate all permanent soil-erosion control

features into the project at the earliest practicable time as outlined in his schedule. Temporary erosion control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent control features, but are not associated with permanent control features on the project.

The Contractor shall also conform to the following practices and controls, which

will not be paid for directly but shall be considered subsidiary work to the various items included in the contract:

1. Waste or disposal areas and construction roads shall be located and

constructed in a manner that will minimize the amount of sediment entering the streams.

2. When work areas or material sources are located in or adjacent to live

streams, such areas shall be separated by erosion control barriers to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream.

3. All waterways shall be cleared, as soon as practicable, of falsework,

piling, debris or other obstructions placed during construction operations that are not a part of the finished work.

4. The Contractor shall take sufficient precautions to prevent pollution of

streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs.

E. Measurement and Payment: In the event that temporary erosion, sediment and

water-pollution-control measures required on projects are due to the Contractor's negligence, carelessness or failure to install permanent controls as a part of the

Page 180: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 13

Page 7 of 7

work as scheduled, such work shall not be measured for payment but shall be performed by the Contractor at his own expense.

Where the work to be performed is not attributed to the Contractor's negligence,

carelessness or failure to install permanent controls and fall within the specifications, the work shall be paid for on a lump sum basis.

Should the scope of work exceed the requirements outlined in the Contractor's

plan and methods for temporary erosion control (see II. C. of this section), the extra work done by the Contractor as authorized and approved by the engineer shall be paid for in the manner hereinafter described; and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor, materials, tools, equipment, incidentals and all superintendents' and timekeepers' services, all insurance, bond and all other overhead expense incurred in the performance of the extra work.

(a) Method "A": By unit prices agreed on in writing by the engineer

before said extra work is commenced, subject to all other conditions of the contract.

(b) Method "B": By a percentage of the lump sum price originally

bid, agreed on in writing by the engineer and the Contractor. The percentage shall be proportional to the additional scope of work or additional quantity of erosion control barriers over what was stipulated in the plans and specifications.

(c) Method "C": By actual field cost of the work plus 15 percent as

described herein below, agreed on in writing by the engineer and the Contractor before said extra work is commenced, subject to all other conditions of the contract.

In the event extra work is to be performed and paid for under method "C," the

actual field cost of the work shall include the wages of all workmen, foremen, timekeepers, mechanics and laborers the cost of materials, supplies, trucks, rental on machinery and equipment, only for the time actually employed or used on such extra work, plus all power, fuel, lubricants, water and similar operating expenses and rateable proportion of premiums on construction and maintenance bonds, public liability and workers' compensation and all other insurance required by law or ordinances. The engineer shall direct the form in which the accounts of actual field cost shall be kept and shall specify in writing the method of doing the work, and the type and kind of machinery and equipment to be used. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. The Contractor shall give the Engineer access to all accounts, bills and vouchers relating thereto.

In case of failure on the part of the Contractor to control soil erosion, pollution

and/or siltation, the engineer reserves the right to employ outside assistance or to use City forces to provide the necessary corrective measures. Such incurred direct costs plus project engineering costs will be deducted from any money due or to become due to the Contractor.

Page 181: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 14 Page 1 of 6

SECTION NO. 14

SPECIAL SPECIFICATIONS - PIPELINES CROSSING HIGHWAYS OR STREETS

BY OTHER THAN OPEN CUT OR OPEN CUT 1.00 GENERAL

1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install pipe casings by boring, tunnel linear plate, or open cut, as specified. This section sets forth the requirements for utility lines crossing roadways using bore, tunnel linear plate, or open cut.

1.02 QUALITY ASSURANCE

A. DESIGN CRITERIA TUNNEL LINER PLATE The tunnel liner plate shall be designed by the Manufacturer in accordance with the methods and criteria as specified in AASHTO Standard Specifications for Highway Bridges, Section 26. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection of 3%. The thickness of the tunnel liner plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength, and resistance to deflection. CASING INSULATORS Casing insulators shall be designed by the Manufacturer to adequately support and electronically isolate the carrier pipe within the casing pipe under all conditions. Number and location of spacing insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 2' of ends of casing.

B. INSTALLER'S QUALIFICATIONS Installation shall be by a competent, experienced contractor or sub-contractor. The installation contractor shall have a satisfactory experience record of at least three (3) years engaged in similar work of equal scope.

C. PERFORMANCE REQUIREMENTS

Lateral or vertical variation in the final position of the pipe casing or tunnel liner from the line and grade established by the engineer shall be permitted only to the extent of 1" in 10', provided that such variation shall be regular and only in the direction that will not detrimentally affect function of the carrier pipe.

1.03 STANDARDS

AWWA C-206 "Field Welding of Steel Water Pipe"

AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines"

AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches"

Page 182: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 14 Page 2 of 6

AASHTO Standard Specifications for Highway Bridges, 1989.

ASTM A-36 "Structural Steel"

ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products"

ASTM A-135 "Electric - Resistance j- Welded Steel Pipe"

ASTM A-139 "Electric -- Fusion (Arc) - Welded Steel Pipe"

ASTM A-153 "Zinc Coating (Hot Dip) on Iron and Steel Hardware"

ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 PSI Tensile"

ASTM A-449 "Quenched and Tempered Steel Bolts and Studs"

ASTM A-568 "Standard Specification for Steel, Sheet, Carbon, Structural, and High- Strength, Low-Alloy, Hot-Rolled and Cold-Rolled, General Requirements for"

ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"

ASTM D-4254 "Test Methods for Minimum Index Density of Soils and Calculation of Relative Density"

1.04 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS

A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than five (5) days prior to the time of his intentions to begin work on the right-of-way.

B. Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TxDOT) shall comply with TxDOT specifications. If required by the Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required.

C. Construction along roads shall be performed in such manner that the excavated material be kept off the roads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads.

D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor.

E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor.

Page 183: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 14 Page 3 of 6

1.05 OPTIONS

A. CASING MATERIAL

Unless specified otherwise, the Contractor shall use steel pipe or tunnel liner plate where bore and /or tunnel is specified. Unless specified otherwise, the Contractor may use steel pipe where open cut casing is specified. The material specifications for casing pipe and tunnel liner are the minimum acceptable. The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method and the soil conditions encountered.

B. BORE AND TUNNEL METHODS

Unless specified otherwise, the Contractor may use boring, jacking, tunneling for the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required.

2.00 PRODUCTS

2.01 MATERIALS

A. STEEL PIPE: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A-36, ASTM A-568 ASTM A-135, ASTM A-139, or approved equal. Pipe shall be cleaned and shop coated inside and outside in accordance with AWWA C-210 or approved equal. Pipe joints shall be welded in accordance with AWWA C-206. After pipe is welded, coating and lining shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows:

Casing Diameter Wall Thickness 4" - 24" 0.25" 25" - 42" 0.375" 43" - 60" 0.50"

B. REINFORCED CONCRETE PIPE: No applicable.

C. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be galvanized and asphalt coated; made from steel sheets conforming to the requirements of ASTM A-1011. Material to be galvanized shall be zinc coated in accordance with ASTM A-123, except that the zinc shall be applied at a rate of 2.0 oz. per square foot on each side. Asphalt coating shall comply with AASHTO M-190. Tunnel liner plates and fasteners shall comply with the requirements of AASHTO Standard Specifications for Highway Bridges, 2003. Liner plates shall be punched for bolting on both longitudinal and circumferential seams, fabricated to permit complete erection from the inside of the tunnel. Bolts and nuts shall be galvanized to conform to ASTM A-153. Plates shall be of uniform fabrication and those intended for one size tunnel shall be interchangeable. Welding of tunnel liner plate shall not be allowed. The material used for the construction of these plates shall be new, unused, and suitable for the purpose intended. Workmanship shall be first class in every respect. Minimum thickness of tunnel liner plate shall be as follows:

Page 184: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 14 Page 4 of 6

Tunnel Diameter Minimum Thickness 60” – 2 Flanged 60” – 4 Flanged

.135”

.135”

2.02 MIXES

A. CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts clean sand with sufficient water to make a thick workable mix.

B. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free flowing thick slurry. If desired to maintain solids in the mixture in suspension, one cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry.

2.03 MANUFACTURED PRODUCTS

A. TUNNEL LINER: Manufactured by Armco Steel Corp., and Commercial Shearing, Inc.

B. CASING INSULATORS: Use casing insulators for any type of carrier pipe. Insulators shall consist of pre-manufactured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium-plated. Insulators shall be as manufactured by Advance Products & Systems, Inc. or approved equal.

C. MORTAR BANDS: Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly position the pipe within the casing or tunnel liner.

3.00 EXECUTION

3.01 GENERAL CONSTRUCTION PROCEDURES

A. EXCAVATION AND BACKFILL OF ACCESS PITS

1. Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements.

2. Excavations within the right-of-way and not under surfacing shall be backfilled and consolidated by tamping in 6" horizontal layers to 95% of maximum density as measured by ASTM D-698. Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right-of-Way Owner may required the access pits be temporarily backfilled until installation of carrier pipe.

3. Where seeding or sodding is disturbed by excavation or backfilling operations, such areas shall be replaced by seeding or sodding as specified.

B. INSTALLING CARRIER PIPE IN CASINGS

1. Pipe to be installed within the casing or tunnel liner shall meet the requirements for this

Page 185: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 14 Page 5 of 6

type of pipe as specified. All joints of the carrier pipe shall be restrained prior to installation. Where indicated, place, align, and anchor guide rails and/or casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails.

2. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud. may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. If guide rails are used, install pipe and hold down jacks after installation of carrier pipe.

3. After installation of the carrier pipe, mortar inside and outside of the joints as applicable. 4. After carrier pipe installation is complete, seal or plug the ends of the casing.

C. FREE-AIR SYSTEM

If required by OSHA standards, free-air systems shall be installed and maintained.

D. INSTALLATION OF PRESSURE GROUT MIX

1. Install pressure grout mix in the void space between the outside of the casing pipe and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe.

2. Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe 48" in diameter or larger. Grout fittings shall be fabricated into casing pipe at a maximum spacing of 6'. Remove and plug grout fittings after pressure grouting.

3. Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout is extruded from the opposite end.

3.02 CROSSING INSTALLED BY BORING

A. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2" pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the tope of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted.

B. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10% of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter.

C. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18" or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor's responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the boring operation.

Page 186: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 14 Page 6 of 6

3.03 CROSSINGS INSTALLED BY TUNNELING AND JACKING

A. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe. Force the pipe through the embankment with jacks into the space provided.

B. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2" for the upper half of the pipe. This clearance shall be tapered off to zero at the point where the excavation conforms to the contour of the pipe. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2' in any case. Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe.

C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe.

D. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense.

3.04 CROSSINGS INSTALLED WITH TUNNEL LINER PLATE

A. Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards Specifications for Highway Bridges, Section II-26, Construction Tunnels Using Steel Tunnel Liner Plates. Assemble steel liner plates into circumferential rings. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel or bore.

B. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate. Maintain a maximum of 1/2" tolerance between the outside of the liner plate and the excavation wherever possible. The tunnel diameter shall not be greater than 2" larger than the liner O.D.

C. Liner plate installation shall proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6" ahead of the required space to install an individual tunnel liner plate. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. Tunnel liner plate shall not be allowed to deflect vertically during installation.

3.05 CROSSINGS WITH CASING INSTALLED BY OPEN CUT

This article covers the requirements for the construction of crossings where pipe casing is required for installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in standard specifications for water works and sewage improvements in the City of Arlington.

Page 187: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 1 of 9

SECTION NO. 15

SPECIAL SPECIFICATIONS -

UTILITY HORIZONTAL DIRECTIONAL DRILLING

1.00 GENERAL

1.01 WORK INCLUDED

A. Provide and install underground water line using the horizontal directional drilling (HDD) method of installation, also commonly referred to as directional boring or guided horizontal boring. This work shall include all services, equipment, materials, and labor for the complete and proper installation, testing, restoration of underground utilities and erosion and sedimentation control and restoration.

1.02 QUALITY ASSURANCE

A. The requirements set forth in this document specify a wide range of procedural precautions necessary to provide the very basic, essential aspects of a proper directional bore installation and are adequately controlled. Strict adherence shall be required under specifically covered conditions outlined in this specification. Adherence to the specifications contained herein, or the Owner’s Representative approval of any aspect of any directional bore operation covered by this specification, shall in no way relieve the Contractor of their ultimate responsibility for the satisfactory completion of the work authorized under the Contract.

1. Installer’s Qualifications: Installation shall be by a competent, experienced contractor or sub-contractor. The installation contractor shall have a satisfactory experience record of at least 3 years engaged in similar work of equal scope. If patented processes are involved based on the pipe selection, the installer shall be licensed, trained and in good standing with the pipe manufacturer.

2. Performance Requirements: Lateral or vertical variation in the final position of the carrier pipe from the line and grade established by the plans shall be permitted only to the extent of 4 percent for water lines, provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe.

3. Certification: Pipe products shall have been tested and approved by an independent third-party laboratory for continuous use at rated pressures. Pipe and couplings intended for contact with potable water shall be evaluated, tested, and certified for conformance with NSF Standard 61 by an acceptable certifying organization.

4. Design Criteria: The maximum allowable load for PVC pipe installations shall produce a maximum deflection of 4 percent.

1.03 SUBMITTALS

A. Submittals shall include:

Page 188: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 2 of 9

1. Work Plan: Prior to beginning work, the Contractor shall submit to the Owner’s Representative a work plan as record data detailing the procedure and schedule to be used to execute the project. The work plan should include a description of all equipment to be used, down-hole tools, a list of personnel and their qualifications and experience (including back-up personnel in the event that an individual is unavailable), list of subcontractors, a schedule of work activity, a safety plan (including MSDS of any potentially hazardous substances to be used), traffic control plan (if applicable), all excavation locations, interfering utilities, and flow bypass, an erosion and sedimentation control plan and contingency plans for possible problems. Work plan should be comprehensive, realistic and based on actual working conditions for the project.

2. Equipment: Contractor will submit specifications on directional drilling equipment as record data. Equipment shall include but not be limited to: drilling rig, mud system, mud motors (if applicable), down-hole tools, guidance system, rig safety systems. Calibration records for guidance equipment shall be included. Specifications for any drilling fluid additives that Contractor intends to use or might use will be submitted.

3. Material: Provide shop drawings of the pipe with material specifications, including size, type, diameter and manufacturer’s data and certifications on piping and jointing methods. The shop drawing shall include a Certificate of Adequacy of Design stating the pipe and fittings are satisfactory for the loads which will be imposed during for all loading conditions.

4. Contractor shall maintain a daily project log of drilling operations and a guidance system log with a copy given to Owner’s Representative at completion of project.

1.04 STANDARDS

A. The applicable provisions of the following standards shall apply as if written here in their entirety:

1. American National Standards Institute (ANSI) / NSF Standards:

ANSI/NSF 61

Drinking Water System Components – Health Effects

2. American Society for Testing and Materials (ASTM) Standards:

ASTM D2241

Standard Specification for Poly (Vinyl Chloride) PVC Pressure Rated Pipe

ASTM D1784

Standard Specification for Rigid PVC Compounds and Chlorinated PVC Compounds

ASTM D2837

Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials

ASTM D3139

Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals

ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pressure Pipe

Page 189: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 3 of 9

3. American Water Works Associations (AWWA) Standards:

AWWA C900

Standard for PVC Pressure Pipe and Fabricated Fittings, 4 through 12 inches, for Water Distribution

AWWA C905

Standard for PVC Pressure Pipe and Fabricated Fittings, 14 through 48 inches, for Water Distribution

1.05 DELIVERY AND STORAGE

A. Store PVC pipe material so there is no exposure to sunlight.

1.06 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS

A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than 5 days prior to the time of his intentions to begin work on the right-of-way.

B. Comply with the requirements of the permit and/or easement. If required by the Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required.

C. Construction along roads, railroads and public areas shall be performed in such manner that does not interfere with the operations of the roads, driveways, sidewalks, pedestrian traffic and railroads.

D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor.

E. No blasting shall be allowed.

F. Existing pipelines and underground conduits are to be protected. The Contractor shall verify location and elevation of any pipe lines, telephone cable and fiber optics before proceeding with the construction and shall plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location (vertical and horizontal) of existing utilities shall be the complete responsibility of the Contractor.

2.00 PRODUCTS

2.01 GENERAL

A. The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity to perform the bore and pullback the pipe, a drilling fluid mixing, delivery and recovery system of sufficient capacity to successfully complete the crossing, a drilling fluid recycling system to remove solids from the drilling fluid so

Page 190: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 4 of 9

the fluid can be re-used, a guidance system to accurately guide boring operations, a vacuum truck of sufficient capacity to handle the drilling fluid volume, trained and competent personnel to operate the system.

B. All equipment shall be in good, safe operating condition with sufficient supplies, materials and spare parts on hand to maintain the system in good working order for the duration of this project.

2.02 DRILLING SYSTEM

A. Drilling Rig: The directional drilling machine shall consist of a hydraulically powered system to rotate, push and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill (bore) head. The machine shall be anchored to the ground to withstand the pulling, pushing and rotating pressure required to complete the crossing. The hydraulic power system shall be self-contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pull-back pressure during pullback operations. The rig shall be grounded during drilling and pull-back operations. There shall be a system to detect electrical current from the drill string and an audible alarm which automatically sounds when an electrical current is detected.

B. Drill Head: The drill head shall be steerable by changing its rotation and shall provide the necessary cutting surfaces and drilling fluid jets.

C. Mud Motors (if required): Mud motors shall be of adequate power to turn the required drilling tools.

D. Drill Pipe: Shall be constructed of high quality 4130 seamless tubing, grade D or better, with threaded box and pins. Tool joints should be hardened to 32-36 RC.

2.03 GUIDANCE SYSTEM

A. A Magnetic Guidance System (MGS) or proven gyroscopic system shall be used to provide a continuous and accurate determination of the location of the drill head during the drilling operation. The guidance shall be capable of tracking at all depths up to 100 feet and in any soil condition, including hard rock. It shall enable the driller to guide the drill head by providing immediate information on the tool face, azimuth (horizontal direction), and inclination (vertical direction). The guidance system shall be accurate to plus or minus 2 percent of the vertical depth of the bore hole at sensing position at depths up to 100 feet and accurate within 1.5 meters horizontally.

B. The Guidance System shall be of a proven type and shall be operated by personnel trained and experienced with this system. The Operator shall be aware of any magnetic anomalies on the surface of the drill path and shall consider such influences in the operation of the guidance system if using a magnetic system.

Page 191: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 5 of 9

2.04 DRILLING FLUID MUD SYSTEM

A. Mixing System: A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid. The drilling fluid reservoir tank shall be of sufficient size for making the bore. Mixing system shall continually agitate the drilling fluid during drilling operations.

B. Drilling Fluids: Drilling fluid shall be composed of clean water and appropriate additives. Water shall be from an authorized source with a pH of 8.5 to 10. Water of a lower pH or with excessive calcium shall be treated with the appropriate amount of sodium carbonate or equal. The water and additives shall be mixed thoroughly and be absent of any clumps or clods. No potentially hazardous material may be used in drilling fluid.

C. Delivery System: The mud pumping system shall have a minimum capacity to maintain correct boring alignment and be capable of delivering the drilling fluid at a constant pressure. The delivery system shall have filters in-line to prevent solids from being pumped into the drill pipe. Connections between the pump and drill pipe shall be relatively leak-free. Used drilling fluid and drilling fluid spilled during drilling operations shall be contained and conveyed to the drilling fluid recycling system. A berm, minimum of 12 inches high, shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits and drilling fluid recycling system to prevent spills into the surrounding environment. Pumps and or vacuum truck(s) of sufficient size shall be in place to convey excess drilling fluid from containment areas to storage and recycling facilities.

D. Drilling Fluid Recycling System: The drilling fluid recycling system shall separate sand, dirt and other solids from the drilling fluid to render the drilling fluid reusable. Spoils separated from the drilling fluid will be stockpiled for later use or disposal.

2.05 OTHER EQUIPMENT

A. Pipe Rammers: Hydraulic or pneumatic pipe rammers may only be used if necessary and with the authorization of Engineer.

B. Restrictions: Other devices or utility placement systems for providing horizontal thrust other than those previously defined in the preceding sections shall not be used unless approved by the Engineer prior to commencement of the work. Consideration for approval will be made on an individual basis for each specified location. The proposed device or system will be evaluated prior to approval or rejection on its potential ability to complete the utility placement satisfactorily without undue stoppage and to maintain line and grade within the tolerances prescribed by the particular conditions of the project.

2.06 PIPING MATERIALS

A. Water Line Materials:

1. PVC Water Line Piping 4 through 12 inches shall be AWWA C900, Class 235 (DR-18), by Certainteed with Certalok couplings, or approved equal.

Page 192: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 6 of 9

B. Pipe Markings: Pipe shall be legibly marked in permanent ink with the manufacturer and trade name, nominal size and DR rating/pressure class, hydrostatic proof test pressure, NSF 61 if applicable, manufacturer date code. Pipe and couplings shall also bear the mark of the certifying agency which have tested and approved the product for use in fire protection applications.

C. Tracer Wire: All piping shall be installed with a continuous, HMWPE insulated copper, 10 gauge or thicker wire for pipeline location purposes by means of an electronic line tracer. The wire shall be installed along the entire length of pipe. The insulation color shall match the color of the pipe being installed. Sections of wire shall be spliced together using approved splice caps and water proof seals. Twisting the wires together is not acceptable.

D. PVC Couplings: Pipes shall be jointed using non-metallic couplings which have been designed as an integral system. High strength thermoplastic splines shall be inserted into mating precision machined grooves in the pipe and coupling to provide full 360-degree restraint with evenly distributed loading. No external pipe to pipe restraining devices which clamp onto or otherwise damage the pipe surface will be allowed. Pipe couplings shall have a leading beveled edge to reduce resistance during pulling operations. Couplings shall be designed for use at the rated pressure of the pipe which they are used and shall incorporate twin elastomeric sealing gaskets meeting the requirements of ASTM F477. Joints shall be designed to meet the leakage requirements of ASTM D3139.

3.00 EXECUTION

3.01 GENERAL

A. The Engineer and Owner’s Representative must be notified 48 hours in advance of starting work. The Directional Bore shall not begin until the Owner’s Representative is present at the job site and agrees that proper preparations for the operation have been made.

B. The approval for beginning the installation shall in no way relieve the Contractor of the ultimate responsibility for the satisfactory completion of the work as authorized under the Contract. It shall be the responsibility of Owner’s Representative to provide inspection personnel at such times as appropriate without causing undue hardship by reason of delay to the Contractor.

3.02 PERSONNEL REQUIREMENTS

A. All personnel shall be fully trained in their respective duties as part of the directional drilling crew and in safety. The operator of the drilling rig must have at least 3 years directional drilling experience. A responsible representative who is thoroughly familiar with the equipment and type work to be performed, must be in direct charge and control of the operation at all times. In all cases the supervisor must be continually present at the job site during the actual Directional Bore operation. The Contractor shall have a sufficient number of competent workers on the job at all times to insure the Directional Bore is made in a timely and satisfactory manner.

Page 193: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 7 of 9

3.03 DRILLING PROCEDURES

A. Site Preparation: Prior to any alterations to work-site, contractor shall photograph or video tape entire work area, including entry and exit points, one copy of which shall be given to Owner’s Representative and one copy to remain with contractor for a period of 1 year following the completion of the project. Work sites shall be within right-of-way and shall be graded or filled to provide a level working area. No alterations beyond what is required for operations are to be made. Contractor shall confine all activities to designated work areas.

B. Drill Path Survey: Entire drill path shall be accurately surveyed by the Contractor with entry and exit stakes placed in the appropriate locations within the areas determined in the field with the Owner’s Representative. Locate existing utilities in advance of boring operations. The Contractor shall be responsible for repairing damage to existing utilities at no additional cost to the Owner. Repair of existing utilities shall proceed until complete and the existing utility is back in service. If contractor is using a magnetic guidance system, drill path will be surveyed by the Contractor for any surface magnetic variations or anomalies.

C. Environmental Protection: Contractor shall place a silt fence between all drilling operations and any drainage, wetland, waterway or other area designated for such protection by contract documents, state, federal and local regulations. Additional environmental protection necessary to contain any hydraulic or drilling fluid spills shall be put in place, including berms, liners, turbidity curtains and other measures. Contractor shall adhere to all applicable environmental regulations. Fuel may not be stored in bulk containers within 200 feet of any water-body or wetland.

D. Safety: Contractor shall adhere to all applicable state, federal and local safety regulations and all operations shall be conducted in a safe manner.

E. Pilot Hole:

1. Pilot hole shall be drilled on bore path with no deviations greater than 4 percent horizontally or vertically (water lines) over a length of 100 feet. In the event that pilot hole does deviate from bore path more than 4 percent, Contractor shall notify Owner’s Representative who may require contractor to pull-back and re-drill from the location along bore path before the deviation. In the event that a drilling fluid fracture, inadvertent returns or returns loss occurs during pilot hole drilling operations, contractor shall cease drilling, wait at least 30 minutes, inject a quantity of drilling fluid with a viscosity exceeding 120 seconds as measured by a March funnel and then wait another 30 minutes.

2. If mud fracture or returns loss continues, contractor will cease operations and notify Owner’s Representative. Owner’s Representative and contractor will discuss additional options and work will then proceed accordingly.

F. Reaming: Upon successful completion of pilot hole, contractor will ream bore hole to a minimum of 25 percent greater than outside diameter of pipe using the appropriate tools. Contractor will not attempt to ream at one time more than the drilling equipment and mud system are designed to safely handle.

Page 194: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 8 of 9

G. Pull-Back:

1. After successfully reaming bore hole to the required diameter, contractor will pull the pipe through the bore hole. In front of the pipe will be a swivel and reamer to compact bore hole walls. Pull loads shall not exceed the limits shown in the following tables. Once pull-back operations have commenced, operations must continue without interruption until pipe is completely pulled into bore hole.

PVC Maximum Pull Loads – Certainteed AWWA C900, C905

Size (in.) DR

Minimum Radius

(ft.)

Maximum Pull In Force

Tightest Radius (lb.)

Maximum Pull In Force

Straight Pull (lb.)

4 18 100 6700 8200 6 18 150 9000 12,800 8 18 200 18,000 25,200 10 18 250 25,600 35,200 12 18 300 26,440 41,100 16 18 450 44,000 68,500

PVC Maximum Pull Loads – Certainteed

AWWA C900

Size (in.) DR

Minimum Radius

(ft.)

Maximum Pull In Force

Tightest Radius (lb.)

Maximum Pull In Force

Straight Pull (lb.)

4 14 100 8000 10,300 6 14 150 9300 14,700 8 14 200 18,900 28,800 10 14 250 24,900 38,300 12 14 300 28,300 48,300

2. During pull-back operations contractor will not apply more than the maximum safe pipe pull pressure at any time. In the event that pipe becomes stuck, contractor will cease pulling operations to allow any potential hydro-lock to subside and will recommence pulling operations. If pipe remains stuck, contractor will notify Owner’s Representative to discuss options and then work will proceed accordingly.

3.04 PIPE TESTING

Page 195: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Section No. 15 Page 9 of 9

A. Following successful pull-back of pipe, contractor will test pipe using potable water in accordance with City of Arlington standards. A calibrated pressure recorder will be used to record the pressure during the test period. This record will be presented to Owner’s Representative.

3.05 TRACER WIRE TESTING

A. Upon completion the Contractor shall demonstrate that the wire is continuous and unbroken through the entire run of the pipe including full signal conductivity (including splices). If the wire is broken, the Contractor shall repair or replace it. Pipeline installation will not be accepted until the wire passes a continuity test.

3.06 SITE RESTORATION

A. Following drilling operations, contractor will de-mobilize equipment and restore the worksite to original condition. All excavations will be backfilled and compacted to 95 percent of original density. Landscaping will be subcontracted to a local professional landscaping company.

END OF SECTION

Page 196: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

SECTION NO. 16

Texas Water Development Board

Supplemental Contract Conditions And Instructions

(TWDB-0550)

Page 197: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Texas Water Development Board

Supplemental Contract Conditions

And Instructions

(TWDB-0550)

For Construction Services for Projects Funded

through the Clean Water (Equivalency) and

Drinking Water State Revolving Fund Programs

Page 198: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Table of Contents I. INSTRUCTIONS FOR APPLICANTS ............................................................................................................. 5

1. Applicability ........................................................................................................................................ 5

2. Use of Conditions ............................................................................................................................... 5

3. Modifications to Provisions ................................................................................................................. 5

4. Good Business Practices ..................................................................................................................... 5

5. Other Requirements ............................................................................................................................. 6

6. Advertisements for Bids ...................................................................................................................... 6

7. Bid Proposal ........................................................................................................................................ 8

8. Bidding Process .................................................................................................................................. 8

9. Debarment and Suspension Certification ........................................................................................... 8

10. Release of Funds ................................................................................................................................. 9

II. INSTRUCTIONS TO BIDDERS ................................................................................................................... 11

1. Contingent Award of Contract .......................................................................................................... 11

2. Disadvantaged Business Enterprise Goals ........................................................................................ 11

3. Davis-Bacon Wage Rate Requirements ............................................................................................ 11

4. American Iron and Steel ................................................................................................................... 12

5. Equal Employment Opportunity and Affirmative Action .................................................................. 12

6. Debarment and Suspension Certification ......................................................................................... 12

7. Bid Guarantee ................................................................................................................................... 12

8. Award of Contract to Nonresident Bidder ......................................................................................... 13

III. SUPPLEMENTAL CONTRACT CONDITIONS ......................................................................................... 14

1. Supersession ...................................................................................................................................... 14

2. Privity of Contract............................................................................................................................. 14

3. Definitions ........................................................................................................................................ 14

4. Laws to be Observed ......................................................................................................................... 14

5. Review by Owner and TWDB .......................................................................................................... 14

6. Performance and Payment Bonds ..................................................................................................... 15

7. Payment Schedule and Cost Breakdown .......................................................................................... 15

8. Workman’s Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code §

406.096) ..................................................................................................................................................... 15

9. American Iron & Steel ...................................................................................................................... 16

10. Davis-Bacon Wage Rate Requirements ............................................................................................ 17

(a) Compliance Procedures ................................................................................................................... 17

Page 199: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

(b) Subcontracts .................................................................................................................................... 18

(c) Davis-Bacon General Wage Determinations ................................................................................... 18

Option 1 – Applies to Governmental Entities (such as Cities and Districts) .............................................. 20

Option 2 – Applies to Non-Governmental Entities (such as Water Supply Corporations and Private

Companies) ................................................................................................................................................ 28

11. Payments .......................................................................................................................................... 35

12. Equal employment opportunity and affirmative action .................................................................... 37

13. Debarment and Suspension ............................................................................................................... 39

14. Disadvantaged Business Enterprises ................................................................................................. 40

15. Archeological Discoveries and Cultural Resources .......................................................................... 42

16. Endangered Species .......................................................................................................................... 42

17. Hazardous Materials ......................................................................................................................... 42

18. Project Signage ................................................................................................................................. 43

19. Changes ............................................................................................................................................. 43

20. Operation and Maintenance Manuals and Training .......................................................................... 44

21. As-Built Dimensions and Drawings ................................................................................................. 45

22. Close-Out Procedures ....................................................................................................................... 45

23. Additional Forms and Information.................................................................................................... 45

Page 200: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Forms and Guidance:

The Texas Water Development Board (TWDB) forms and guidance documents noted in this

instruction document may be accessed through the TWDB Financial Assistance website at: http://www.twdb.texas.gov/financial/instructions/index.asp Search by either the document number or name.

Page 201: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Page 5 of 46 Rev 09/2016

I. INSTRUCTIONS FOR APPLICANTS

1. Applicability These Supplemental Contract Conditions contain provisions that are worded to comply

with certain statutes and regulations which specifically relate to all Drinking Water State

Revolving Fund (DWSRF) projects and Clean Water State Revolving Fund (CWSRF)

Equivalency Program projects. Provisions which are applicable to the project's funding

source or dollar value of the contract are so noted within these provisions.

2. Use of Conditions The conditions and forms listed under Section II: Instructions to Bidders are to be

included in the instructions to bidders for construction services. The provisions listed

under Section III: Construction Contract Supplemental Conditions shall be included, in

their entirety, with the other general and special conditions that are typically included in the

construction contract documents by the design engineer.

3. Modifications to Provisions These provisions shall be included as a stand-alone section in the contract documents. The

Applicant may need to modify parts of these provisions to better fit the other provisions

of the construction contract. The Applicant and the consulting engineer should

carefully study these provisions before incorporating them into the construction contract

documents. In particular, Water Districts and other types of Districts should be aware of

statutes relating to their creation and operation which may affect the application of these

conditions. The TWDB Project Engineer/Reviewer should be consulted if the Applicant

thinks there is a need to modify parts of these provisions.

The Appl icant is to determine and incorporate the affirmative action goals for the

project into Supplemental Contract Condition No. 12. Supplemental Condition No. 15,

Archeological Discoveries and Cultural Resources, and Condition No. 16, Endangered

Species, may be superseded or modified by project specific conditions established during the

environmental review process.

These documents may confer certain duties and responsibilities on the consulting

engineer that are beyond, or short of, what the Applicant intends to delegate. The

Applicant should ensure that the contractual agreement with the Engineer provides for the

appropriate services. Otherwise the Applicant should revise the wording in these special

conditions to agree with actually delegated functions.

4. Good Business Practices There are other contract provisions that the Applicant and Engineer need to include as a

matter of good business practice. It is recommended that provisions addressing the

following matters be included in the construction contract.

(a) Specifying the time frame for accomplishing the construction of the project, and the

Page 202: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Page 6 of 46 Rev 09/2016

consequences of not completing on time, including liquidation damages.

(b) Specifying the type and dollar value of and documentation of insurance the Contractor

is to carry. At a minimum, the Contractor should carry worker’s compensation, liability

and builder's risk insurance.

(c) Identifying the responsibility of the Contractor - responsibility and warranty of work.

(d) Price reduction for defective pricing of negotiated costs.

(e) Differing site conditions - notice and claims regarding site conditions differing from

indicated conditions.

(f) Covenants against contingent fees - prohibit contingent fees for securing business.

(g) Gratuities - prohibitions against offering and accepting gratuities.

(h) Audit and access records.

(i) Suspension of work - conditions under which the Applicant may suspend work.

(j) Termination - conditions under which the Applicant may terminate.

(k) Remedies - how disputes will be remedied.

5. Other Requirements There may be other local government requirements and applicable Federal and State

statutes and regulations which are not included by these conditions. It is the Loan/Principal

Forgiveness Applicant’s responsibility to ensure that the project and all contract

provisions are consistent with the relevant statutes and regulations.

6. Advertisements for Bids State procurement statutes require advertising a contract for bid for at least two (2)

consecutive weeks. By not following this requirement, the project may need to be re-

advertised. The official advertisement for bids that is published in newspapers should include

certain information such as, but not limited to, the following:

(a) A clear description of what is being procured.

(b) How to obtain plans and specifications (P&S), necessary forms and information.

(c) The date and time by which bids are to be submitted (deadline).

(d) The address where bids are to be provided.

(e) This contract is contingent upon release of funds from the Texas Water Development

Board (TWDB).

(f) Any contract or contracts awarded under this Invitation for Bid (IFB) or Request for

Qualifications (RFQ) are expected to be funded in part by financial assistance from the

TWDB. Neither the U.S. Environmental Protection Agency (EPA) or the State of Texas,

nor any of its departments, agencies, or employees, are or will be a party to this IFB,

RFQ, or any resulting contract.

(g) This project is subject to the American Iron and Steel (AIS) requirements of 33 U.S.C

§1388 for Clean Water State Revolving Fund projects or Public Law 114-113,

Consolidated Appropriations Act, 2016, or subsequent appropriations acts, for

Drinking Water State Revolving Fund projects. Any contract(s) awarded under this

Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of

these laws.

(h) This contract is subject to the EPA’s "fair share policy", which includes EPA-

approved "fair share goals" for Minority Business Enterprise (MBE) and Women

Business Enterprise (WBE) firms in the Construction, Supplies, Equipment, and

Page 203: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Page 7 of 46 Rev 09/2016

Services procurement categories. EPA's policy requires that applicants and prime

Contractors make a good faith effort to award a fair share of contracts, subcontracts,

and procurements to Minority Business Enterprise and Women-Owned Business

Enterprise firms. Although EPA's policy does not mandate that the fair share goals be

achieved, it does require applicants and prime Contractors to demonstrate use of the

six affirmative steps. The current fair share goals for the State of Texas are as follows:

CATEGORY MBE WBE

CONSTRUCTION 12.94% 8.72%

SUPPLIES 9.68% 9.34%

EQUIPMENT 7.12% 5.39%

SERVICES 10.84% 5.72%

(i) Equal Opportunity in Employment - All qualified Applicants will receive

consideration for employment without regard to race, color, religion, sex (including

pregnancy), sexual orientation, gender identity, national origin, age (40 or older),

disability, or genetic information. Bidders on this work will be required to comply

with the Department of Labor regulations at 41 CFR Part 60-4, relating to

Construction Contractors--Affirmative Action Requirements, which include the

President’s Executive Order No. 11246, as amended by Executive Order No. 11375

and Executive Order No. 13672, in the award and administration of contracts awarded

under TWDB financial assistance agreements. Failure by the Contractor to carry out

these requirements is a material breach, which may result in the termination of the

awarded financial assistance.

(j) Acknowledgement of any special requirements such as mandatory pre-bid conference.

(k) Right to reject any and all bids.

(l) Davis-Bacon prevailing wage requirements apply to the construction, alteration or

repair of treatment works carried out, in whole or in part, with assistance made

available by the Clean Water State Revolving Fund (CWSRF) or a construction

project financed, in whole or in part, from the Drinking Water State Revolving Fund

(DWSRF). (m) The Davis-Bacon prevailing wage requirements apply to Contractors and Subcontractors

performing on federally funded or assisted contracts in excess of $2,000 for the

construction, alteration or repair (including painting) of a treatment works project under the CWSRF or a construction project under the DWSRF.

(n) For prime contracts in excess of $100,000, Contractors and Subcontractors must also,

under the provisions of the Contract Work Hours and Safety Standards Act, as amended,

pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair

Labor Standards Act may also apply to Davis-Bacon covered contracts. (o) Any contracts or subcontracts in excess of $2,000 must include the provisions of the

Davis-Bacon Wage Rate Requirements found in TWDB Guidance No. DB-0156.

(p) Wage Determinations - U.S. Department of Labor (DOL) wage determination must be

included in the bidding and contract documents. DOL wage determinations may be

obtained online at http://www.wdol.gov/. Once it is determined that Davis-Bacon wage

rates will apply to a construction contract, the Applicant must state in the solicitation that

Page 204: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Page 8 of 46 Rev 09/2016

Davis-Bacon prevailing wage rates are applicable and bid packages must include the

current Davis-Bacon general wage determination for the area where construction will

occur. While the solicitation remains open, the Applicant must monitor www.wdol.gov

on a weekly basis to ensure that the wage determination contained in the solicitation

remains current. The Applicant must amend the solicitation if the DOL issues a

modification more than 10 days prior to the closing date (i.e. bid opening) for the

solicitation. If DOL modifies or supersedes the applicable wage determination less than

10 days prior to the closing date, the Applicant may request a finding from TWDB that

there is not reasonable time to notify interested Contractors of the modification of the

wage determination.

(q) For additional information on Davis-Bacon Wage Rate Requirements and its applicability

to this contract, please consult TWDB Guidance No. DB-0156.

7. Bid Proposal

The Bid proposal form should account for the following:

(a) If a lump sum bid, include a list of the materials used and associated costs.

(b) Distinguish Eligible and Ineligible items. (c) Accommodate Trench Safety requirements with separate per unit pay item for trench

excavation safety protection, Health and Safety Code Chapter 756, Subchapter C.

(d) Include space for the Contractor to acknowledge receipt of each Addendum issued

during the bidding process.

8. Bidding Process

The Plans and Specifications, P&S, should include an explanation of how the bids will

be processed and should include the following components: (a) Whether a Pre-bid Conference will be held, whether it is optional or mandatory, where

and when it will be held.

(b) Specify the criteria and process for determining responsiveness and responsibility of

the bidder

(c) Specify the method of determining the successful bidder and award (e.g., award to the

lowest responsive, responsible bidder, accounting for any multiple parts to bids), and

accounting for non-resident bidder reciprocity requirements.

(d) Allow for withdrawal of a bid due to a material mistake.

(e) Identify the time frame that the bids may be held by the Applicant before awarding a

contract (i.e., typically for 60 or 90 days). (f) Acknowledge right of the Applicant to reject any and all bids.

9. Debarment and Suspension Certification Financial assistant recipients must fully comply with the requirements of Subpart C of 2 CFR

Part 180 – “Responsibilities of Participants Regarding Transactions Doing Business with

Other Persons” - as implemented and supplemented by 2 CFR Part 1532. The recipient is

responsible for ensuring that any lower tier covered transaction, as described in Subpart B of

2 CFR Part 180 – “Covered Transactions” – includes a term or condition requiring

compliance with Subpart C.

The recipient is fully responsible for requiring the inclusion of a similar term or condition in

any subsequent lower tier covered transactions.

Page 205: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Page 9 of 46 Rev 09/2016

Recipient acknowledges that failing to disclose the information required under 2 CFR

180.355 may result in the delay or negation of the financial assistance, or pursuance of legal

remedies including debarment and suspension.

The recipient must complete and submit certification No. SRF-404: Debarment /

Suspension Certification, certifying that it has checked the federal System for Award

Management website (http://www.sam.gov) and determined that the Contractor is not an

“excluded party” that is debarred, suspended or otherwise excluded from participation in

federal assistance programs under Executive Order 12549, as required by 2 CFR Part 180

and 2 CFR Part 1532.

10. Release of Funds Prior to the TWDB approval to issue a notice to proceed (NTP), and subsequent release of

funds for construction (according to program specific requirements), the Applicant and its

consultant shall provide the following bid documents:

(a) Submittal of Bid Documents to TWDB Project Engineer/Reviewer to allow

contingent award of contract:

Advertisement and Affidavit of advertisement,

Bid tabulation,

All Addenda submitted and approved for the contract,

Bid proposal of apparent low bidder (or chosen bidder with explanation) with bid bond,

Entity’s Disadvantaged Business Enterprise forms TWDB 0216 and TWDB 373,

Contractor’s Disadvantaged Business Enterprise forms TWDB 0216, 0217, and 0373,

If Subcontractors are being used to fulfill the contract, EPA forms 6100-3 and 6100-4,

Site Certificate (ED-101),

Consulting engineer’s recommendation to award letter,

A description of any bidding irregularities,

Construction inspection proposal,

Vendor Compliance with Reciprocity of Non-Resident Bidder Form (TWDB-0459),

Bidder’s Certifications Form (WRD-255)

(b) Following contingent award of the contract, TWDB Project Engineer/Reviewer

should receive a bound copy of the executed contract documents (including

specifications). This document should include:

Executed agreement,

Contractor’s Act of Assurance (TWDB Form ED -103),

Contractor’s Act of Assurance Resolution (TWDB Form ED-104),

Payment and Performance Bonds (must be executed on or after the date of the

contract),

Contractor’s Certificate of Insurance,

Sufficiency of Funds letter.

Page 206: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Page 10 of 46 Rev 09/2016

After reviewing and approving the executed bid documents, the TWDB will issue an authorization for the Applicant to issue a notice to proceed. At this time, TWDB staff can begin releasing construction funds in accordance with program requirements. Once construction begins, the Applicant must submit monthly, with each Outlay Request, the following documents: - DB-0154 – Monthly Davis Bacon Wage Rate Certificate of Compliance. - TWDB-1106-A – Monthly American Iron and Steel Certificate. Failure to provide these certificates will result in denial of release of funds.

For any questions or proposed modifications to these conditions, please contact your TWDB

Project Engineer/Reviewer.

Page 207: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

T TWDB-0550 Rev 09/16 Page 11 of 46

CONSTRUCTION 12.94% 8.72%

EQUIPMENT 7.12%. 5.39%

SUPPLIES 9.68% 9.34%

SERVICES 10.84% 5.72%

II. INSTRUCTIONS TO BIDDERS The language and conditions listed in this Section shall be included in the “Instructions to Bidders”

section of the construction contract documents.

1. Contingent Award of Contract This contract is contingent upon release of funds from the Texas Water Development

Board. Any contract(s) awarded under this Invitation for Bids is/are expected to be funded

in part by a loan or loan with principal forgiveness from the Texas Water Development

Board and a grant from the United States Environmental Protection Agency, U.S. EPA.

Neither the State of Texas, the U.S. EPA, nor any of its departments, agencies, or

employees, are or will be a party to this Invitation for Bids or any resulting contract.

2. Disadvantaged Business Enterprise Goals The Texas Water Development Board's (TWDB) Clean Water and Drinking Water

State Revolving Fund programs receive federal funds from the U. S. Environmental

Protection Agency (EPA). As a condition of federal grant awards, EPA regulations

require that loan recipients make a "good faith effort" to award a fair share of work to

Disadvantaged Business Enterprises (DBE) who are Minority Business Enterprises

(MBE's), and Women-owned Business Enterprises (WBE's) whenever procuring

construction, supplies, services and equipment. More information on DBE requirements is

available in the Supplemental Contract Conditions section of this guidance No. 14.

Disadvantaged Business Enterprises.

The current fair share goals for the State of Texas are as follows:

CATEGORY MBE WBE

3. Davis-Bacon Wage Rate Requirements

(a) Davis-Bacon prevailing wage requirements apply to the construction, alteration or repair

of treatment works carried out, in whole or in part, with assistance made available by the

Clean Water State Revolving Fund (CWSRF) or a construction project financed, in whole

or in part, from the Drinking Water State Revolving Fund (DWSRF).

(b) The Davis-Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the

construction, alteration or repair (including painting) of a treatment works project under the

CWSRF or a construction project under the DWSRF.

(c) For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay

laborers and mechanics, including guards and watchmen, at least one and one-half times their

regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards

Page 208: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

T TWDB-0550 Rev 09/16 Page 12 of 46

Act may also apply to Davis-Bacon covered contracts. (d) Any contracts in excess of $2,000 must include the provisions of the Davis-Bacon Wage

Rate Requirements. If the Owner (sub-recipient) is a governmental entity such as a city or

district, it must insert in full the contract clauses found in TWDB Guidance DB-0156,

Appendix 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the

Owner (sub-recipient) is a non-governmental entity such as a water supply corporation or a

private company, it must insert in full the contract clauses found in TWDB Guidance DB-

0156, Appendix 2: Section 3, Section 4 if the contract exceeds $100,000, and Section 5.

The Owner (sub-recipient) must ensure all prime contracts require the same full text in any

subcontracts. See TWDB Guidance DB-0156 for the text of the contract language that must

be included.

Additional information on Davis-Bacon Wage Rate Requirements and its applicability to this

contract can be found in TWDB Guidance DB-0156.

4. American Iron and Steel Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and

Steel (AIS) requirements of 33 U.S.C §1388 for Clean Water State Revolving Fund projects

or Public Law 114-113, Consolidated Appropriations Act, 2016, or subsequent appropriations

acts, for Drinking Water State Revolving Fund projects. The Contractor must complete the

statement of understanding regarding this requirement, found in the Special Contract

Conditions, Item No. 9.

5. Equal Employment Opportunity and Affirmative Action All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors--Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order No. 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance.

6. Debarment and Suspension Certification This contract is subject to the federal requirements of Subpart C of 2 CFR Part 180 and Part

1532 regarding Debarment and Suspension. The Contractor will comply with the assurances

provided with the bid that leads to a contract.

7. Bid Guarantee

Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price (Water

Page 209: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

T TWDB-0550 Rev 09/16 Page 13 of 46

Code 17.183). If a bid bond is provided, the Contractor shall utilize a surety company

which is authorized to do business in Texas in accordance with Surety Bonds and

Related Instruments, Chapter 3503 of the Insurance Code.

8. Award of Contract to Nonresident Bidder

A governmental entity may not award a governmental contract to a nonresident bidder

unless the nonresident underbids the lowest bid submitted by a responsible resident

bidder by an amount that is not less than the amount by which a resident bidder would

be required to underbid the nonresident bidder to obtain a comparable contract in the state

in which the nonresident's principal place of business is located. A nonresident bidder

is a Contractor whose corporate offices or principal place of business is outside of the

state of Texas (Source: Texas Government Code, Chapter 2252, Subchapter A, Nonresident

Bidders, § 2252.002).

The bidder will complete form TWDB-0459, Vendor Compliance with Reciprocity on Non-

Resident Bidders, which must be submitted with the bid.

Forms to be submitted with Bid:

• WRD-255, Bidder's Certifications regarding Equal Employment Opportunity and Non-

Segregated Facilities.

• TWDB-0459, Vendor Compliance with Reciprocity on Non-Resident Bidder.

• SRF-404, Certification Regarding Debarment, Suspension and Other Responsibility Matters,

(to be completed and submitted by the sub-recipient).

• Disadvantaged Business Enterprise (DBE) Construction Contract Phase Forms

Form Prime Contractor Submit Form To

TWDB-0216 Required TWDB

TWDB-0217 Required TWDB

TWDB-0373 Required TWDB

Page 210: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 14 of 46

III. SUPPLEMENTAL CONTRACT CONDITIONS

1. Supersession

The Owner and the Contractor agree that the TWDB Supplemental Conditions apply to that

work eligible for Texas Water Development Board assistance to be performed under this

contract and these clauses supersede any conflicting provisions of this contract.

2. Privity of Contract Funding for this project is expected to be provided in part by the Texas Water

Development Board. Neither the State of Texas, nor any of its departments, agencies or

employees is, or will be, a party to this contract or any lower tier contract. This contract is

subject to applicable provisions 31 TAC Chapter 371 (DWSRF) or 375 (CWSRF) in effect

on the date of the assistance award for this project.

3. Definitions (a) The term “Owner” means the local entity contracting for the construction services.

(b) The term "TWDB" means the Executive Administrator of the Texas Water

Development Board, or other person who may be at the time acting in the capacity

or authorized to perform the functions of such Executive Administrator, or the authorized

representative thereof.

(c) The term “Engineer” means the engineer the Owner has authorized to work on the

project.

4. Laws to be Observed In the execution of the Contract, the Contractor must comply with all applicable Local, State

and Federal laws, including but not limited to laws concerned with labor, safety,

minimum wages, and the environment. The Contractor shall make himself familiar with

and at all times shall observe and comply with all Federal, State, and Local laws,

ordinances and regulations which in any manner affect the conduct of the work, and shall

indemnify and save harmless the Owner, Texas Water Development Board, and their

representatives against any claim arising from violation of any such law, ordinance or

regulation by the Contractor, their Subcontractor or their employees.

5. Review by Owner and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at

all times have access to and be permitted to observe and review all work,

materials, equipment, payrolls, personnel records, employment conditions, material

invoices, and other relevant data and records pertaining to this Contract, provided,

however that all instructions and approval with respect to the work will be given to the

Contractor only by the Owner through authorized representatives or agents.

(b) Any such inspection or review by the TWDB shall not subject the State of Texas, or its

representatives, to any action for damages.

Page 211: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 15 of 46

6. Performance and Payment Bonds

Each Contractor awarded a construction contract must furnish performance and

payment bonds:

(a) The performance bond shall include without limitation guarantees that work done

under the contract will be completed and performed according to approved plans and

specifications and in accordance with sound construction principles and practices;

(b) The performance and payment bonds shall be in a penal sum of not less than 100

percent of the contract price and remain in effect for one year beyond the date of

approval by the Engineer of the political subdivision; and

(c) The Contractor shall utilize a surety company which is authorized to do business in

Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the

Insurance Code.

7. Payment Schedule and Cost Breakdown

(a) The Contractor shall submit for approval immediately after execution of the

Agreement, a carefully prepared Progress Schedule, showing the proposed dates of

starting and completing each of the various sections of the work, the anticipated

monthly payments to become due to the Contractor, and the accumulated percent of

progress each month.

(b) The following paragraph applies only to contracts awarded on a lump sum contract

price:

COST BREAKDOWN - The Contractor shall submit to the Owner a detailed breakdown

of the estimated cost of all work to be accomplished under the contract, arranged and

itemized as to meet the approval of the Owner or funding agencies. This breakdown

shall be submitted promptly after execution of the agreement and before any payment

is made to the Contractor for the work performed under the contract. After

approval by the Owner the unit prices established in the breakdown shall be used

in estimating the amount of partial payments to be made to the Contractor.

8. Workman’s Compensation Insurance Coverage (as applicable, consistent with

Texas Labor Code § 406.096)

(a) The Contractor shall certify in writing that the Contractor provides workers'

compensation insurance coverage for each employee of the Contractor employed on the

public project.

(b) Each Subcontractor on the public project shall provide such a certificate relating to

coverage of the Subcontractor's employees to the general Contractor, who shall

provide the Subcontractor's certificate to the governmental entity.

(c) A Contractor who has a contract that requires workers' compensation insurance

coverage may provide the coverage through a group plan or other method satisfactory

to the governing body of the governmental entity.

(d) The employment of a maintenance employee by an employer who is not engaging in

building or construction as the employer's primary business does not constitute

Page 212: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 16 of 46

engaging in building or construction.

(e) In this section:

i. "Building or construction" includes:

erecting or preparing to erect a structure, including a building, bridge,

roadway, public utility facility, or related appurtenance;

remodeling, extending, repairing, or demolishing a structure; or

otherwise improving real property or an appurtenance to real property

through similar activities.

ii. "Governmental entity" means this state or a political subdivision of this state.

The term includes a municipality.

9. American Iron & Steel The following statement must be completed by the Contractor and made a part of the

agreement between the Owner and the Contractor:

The Contractor acknowledges to and for the benefit of the Owner (“Purchaser”) and the

Texas Water Development Board (TWDB) that it understands the goods and services under

this Agreement are being funded with monies made available by the Clean Water State

Revolving Fund and/or Drinking Water State Revolving Fund that have statutory

requirements commonly known as “American Iron and Steel” that requires all of the iron

and steel products used in the project to be produced in the United States (“American Iron

and Steel Requirement”) including iron and steel products provided by the Contactor

pursuant to this Agreement. The Contractor hereby represents and warrants to and for the

benefit of the Owner and the TWDB that (a) the Contractor has reviewed and understands

the American Iron and Steel Requirement, (b) all of the iron and steel products used in the

project will be and/or have been produced in the United States in a manner that complies

with the American Iron and Steel Requirement, unless a waiver of the requirement is

approved, and (c) the Contractor will provide any further verified information, certification

or assurance of compliance with this paragraph, or information necessary to support a

waiver of the American Iron and Steel Requirement, as may be requested by the Owner or

the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply

with this paragraph by the Contractor shall permit the Owner to enforce this Agreement and

recover as damages against the Contractor any loss, expense, or cost (including without

limitation attorney’s fees) incurred by the Owner resulting from any such failure (including

without limitation any impairment or loss of funding, whether in whole or in part, from the

TWDB or any damages owed to the TWDB by the Owner). While the Contractor has no

direct contractual privity with the TWDB, as a lender to the Owner for the funding of its

project, the Owner and the Contractor agree that the TWDB is a third-party beneficiary and

neither this paragraph (nor any other provision of this Agreement necessary to give this

paragraph force or effect) shall be amended or waived without the prior written consent of

the TWDB.

Additional information on the American Iron and Steel (AIS) and its applicability to

this contract can be found in the TWDB-1106 guidance. It is recommended the Owner

Page 213: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 17 of 46

receive and maintain files documenting the Contractor’s use of AIS. Monthly

compliance with AIS will be verified by the Owner through the submittal of the TWDB

form TWDB-1106-A.

10. Davis-Bacon Wage Rate Requirements

(a) Compliance Procedures

In order to be held in compliance and satisfy this federal requirement, the following must

be fulfilled:

i. Wage Determinations - U.S. Department of Labor (DOL) wage determination must be

included in the bidding and contract documents. DOL wage determinations may be obtained

online at http://www.wdol.gov/. Once it is determined that Davis-Bacon wage rates will

apply to a construction contract, the Owner must state in the solicitation that Davis-Bacon

prevailing wage rates are applicable and bid packages must include the current Davis-Bacon

general wage determination for the area where construction will occur. While the solicitation

remains open, the Owner must monitor www.wdol.gov on a weekly basis to ensure that the

wage determination contained in the solicitation remains current. The Owner must amend the

solicitation if the DOL issues a modification more than 10 days prior to the closing date (i.e.

bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage

determination less than 10 days prior to the closing date, the Owner may request a finding

from the TWDB that there is not a reasonable time to notify interested Contractors of the

modification of the wage determination.

ii. Insert wage rate requirements in full for all contracts and subcontracts in excess of

$2,000 - If the Owner is a governmental entity such as a city or district, it must insert in full

the contract clauses shown below as Option 1: Section 3, Section 4 if the contract exceeds

$100,000, and Section 5. If the Owner is a non-governmental entity such as a water supply

corporation or a private company, it must insert in full the contract clauses shown below as

Option 2: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner

must ensure all prime contracts require the same full text in any subcontracts.

iii. Monthly Certification – The Owner must complete and submit monthly a Davis Bacon

Wage Rate Certificate of Compliance once construction has begun. (Use Monthly Davis

Bacon Wage Rate Certificate of Compliance Submittal by Owner (Subrecipient) DB-

0154).

iv. Contractor Payroll Requirements - The Contractor is required to pay the prevailing wage

rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29

CFR 5.5, which are incorporated into the actual construction contract. Contractors/

Subcontractors must furnish weekly a statement with respect to the wages paid to each

employee during the preceding week. They may use the Department of Labor (DOL) Payroll

Form WH-347 and weekly Statement of Compliance on the reverse, or their own payroll form

with all of the same data elements as the DOL Payroll Form WH-347, and the TWDB’s form,

Statement of Compliance Certification by Contractor for SRF, DB-0155. The DOL Payroll

Form WH-347 can be found under the forms section of this document or at the following link:

http://www.dol.gov/whd/programs/dbra/wh347.htm.

Page 214: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 18 of 46

v. Interviews - The Owner must periodically interview a sufficient number of employees

entitled to the Davis-Bacon prevailing wages to verify that Contractors or Subcontractors are

paying the appropriate wage rates. All interviews must be conducted in confidence. The

Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB

guidance document TWDB-0156 or equivalent documentation to memorialize the interviews.

The Owner must establish and follow an interview schedule based on its assessment of the

risks of noncompliance with Davis-Bacon posed by Contractors or Subcontractors and the

duration of the contract or subcontract. The Owner must conduct more frequent interviews if

the initial interviews or other information indicated that there is a risk that the Contractor or

Subcontractor is not complying with Davis-Bacon. The Owner must immediately conduct

interviews in response to an alleged violation of the prevailing wage requirements.

vi. Payroll Records - Certified payroll records are required to be retained by the Owner and

Contractor for three years after completion of the construction project. The Owner must

periodically conduct spot checks of a representative sample of weekly payroll data to verify

that Contractors or Subcontractors are paying the appropriate wage rates.

vii. Wage Rate Poster – The Contractor must post the required Poster (WH-1321) and applicable

wage rates at the construction site. The wage rate poster may be found at under the forms

section of TWDB Guidance DB-0156 or at

http://www.dol.gov/whd/programs/dbra/wh1321.htm.

viii. Report Violations – The Owner must immediately report violations of the Davis-Bacon

prevailing wage requirements to the EPA Davis-Bacon Coordinator listed in the assistance

agreement and to the appropriate DOL WHD Office listed at

http://www.dol.gov/dol/contact/index.htm.

(b) Subcontracts

The Contractor will insert in full the required wage rate requirement in any subcontract in excess of

$2,000 as specified in (a)(ii) of this section.

(c) Davis-Bacon General Wage Determinations

A "wage determination" is the listing of wage and fringe benefit for each classification of laborers

and mechanics which the Administrator of the Wage and Hour Division of the U.S. DOL has

determined to be prevailing in a given area for a particular type of construction. The Davis-Bacon

Wage Determinations are classified by the nature of the construction projects performed, specifically

listed as "schedules": residential, building, highway, and heavy construction. A brief outline of the

definitions for each schedule is listed below.

Construction Type: Heavy determination

This determination includes those projects that are not properly classified as either

"building," "highway," or "residential." Unlike these classifications, heavy construction is

not a homogenous classification. Because of this catch-all nature, projects within the heavy

classification may sometimes be distinguished on the basis of their particular project

characteristics, and separate schedules may be issued for dredging projects, water and sewer

line projects, dams, major bridges, and flood control projects.

Page 215: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 19 of 46

Construction Type: Highway determination

This determination includes construction, alteration or repair of roads, streets, highways,

runways, taxiways, alleys, trails, paths, parking areas, and other similar projects not

incidental to building or heavy construction.

Construction Type: Building determination

This determination includes construction of sheltered enclosures with walk-in access for the

purpose of housing persons, machinery, equipment or supplies; all construction of such

structures; the installation of utilities and of equipment, both above and below grade levels;

as well as incidental grading, utilities and paving. Such structures need not be "habitable" to

be building construction. Also, the installation of heavy machinery and/or equipment does

not generally change the project's character as a building.

Construction Type: Residential

This determination includes the construction, alteration or repair of single-family houses,

apartment buildings of no more than four stories in height. This includes all incidental items

such as site work, parking areas, utilities, streets, and sidewalks.

The Owner should review their Contractor’s wage decisions and confirm they provide an adequate

classification of the labor required for the specific construction contract. Most CWSRF and

DWSRF projects will fall under the “Heavy” construction type, but Owners should ask their

consulting Engineers if unsure. Some contracts or projects may require more than one general

schedule to be included depending on the nature and extent of the work (i.e. a building is constructed

in a water treatment facility). This is described in more detail in DOL’s All Agency Memorandum

130 with Addendum 131. See the DOL’s website

http://www.dol.gov/whd/programs/dbra/memorand.htm. In such cases, the TWDB would designate

the work to which each wage determination or part thereof applies per Federal Acquisition

Regulations (FAR) 22.404-2 thru 404-3 https://www.acquisition.gov/far/current/html/Subpart%2022_4.html%20-%20wp1102017. Should

overlaps occur in the wage classification schedules for the contract(s), the Owner may consider

adopting the higher rate classification.

In all cases, the Owner is responsible to insure an adequate classification is provided to insure

compliance with the law. Where a Contractor alerts the Owner that the classification is inadequate,

the Owner should work with the Contractor and the DOL to address any valid concerns.

All questions regarding Davis-Bacon guidance can be directed to: U.S. Department of Labor Wage

and Hour Division1-866-4USWAGE (1-866-487-9243), TTY: 1-877-889-5627, Monday-Friday 8

a.m. to 8 p.m. Eastern Time.

If you require further information about Davis-Bacon and how to apply it to your project, please

contact the Texas Water Development Board Project Team Manager for your region or Clay

Schultz, Director, Regional Water Project Development, (512) 463-6277.

The Owner and Contractor may obtain additional information on the Davis-Bacon Wage Rates

requirements in the TWDB’s Guidance DB-0156 – “Guidance on Davis-Bacon Wage Rate

Requirements”.

Page 216: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 20 of 46

Option 1 – Applies to Governmental Entities (such as Cities and Districts)

1. Applicability of the Davis-Bacon (DB) prevailing wage requirements.

DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried

out in whole or in part with assistance made available by the Clean Water State Revolving Fund and to any

construction project carried out in whole or in part by assistance made available by the Drinking Water State

Revolving Fund. If an Owner encounters a unique situation at a site that presents uncertainties regarding DB

applicability, the Owner must discuss the situation with the TWDB before authorizing work on that site.

2. Obtaining Wage Determinations.

(a) Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will

take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts

(solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations

and any subsequent contracts. Prime contracts must contain a provision requiring that Subcontractors follow

the wage determination incorporated into the prime contract.

(i) While the solicitation remains open, the Owner shall monitor www.wdol.gov weekly to ensure

that the wage determination contained in the solicitation remains current. The recipients shall

amend the solicitation if DOL issues a modification more than 10 days prior to the closing date

(i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage

determination less than 10 days prior to the closing date, the Owners may request a finding from

the TWDB that there is not a reasonable time to notify interested Contractors of the modification

of the wage determination. The TWDB will provide a report of its findings to the Owner.

(ii) If the Owner does not award the contract within 90 days of the closure of the solicitation, any

modifications or supersedes DOL makes to the wage determination contained in the solicitation

shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90

day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor

www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of

the solicitation to ensure that wage determinations contained in the solicitation remain current.

(b) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar

instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner

shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument.

(c) Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the

prime Contractor has required its Subcontractors to include the applicable wage determinations.

(d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner’s

contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the

Owner has failed to incorporate a wage determination or has used a wage determination that clearly does not

apply to the contract or ordering instrument. If this occurs, the Owner shall either terminate the contract or

ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage

determination retroactive to the beginning of the contract or ordering instrument by change order. The

Owner’s Contractor must be compensated for any increases in wages resulting from the use of DOL’s revised

wage determination.

3. Contract and Subcontract provisions.

(a) The Owner(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual

construction, alteration and/or repair, including painting and decorating, of a treatment work under the

Page 217: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 21 of 46

CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in

accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of

a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly

indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the

Water Resources Reform and Development Act of 2014 for a CWSRF-funded project or the Consolidated

Appropriations Act, 2016 (or subsequent federal law) for a DWSRF-funded project, the following clauses:

(1) Minimum wages.

(i) All laborers and mechanics employed or working upon the site of the work will be paid

unconditionally and not less often than once a week, and without subsequent deduction or rebate on any

account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor

under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash

equivalents thereof) due at time of payment computed at rates not less than those contained in the wage

determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of

any contractual relationship which may be alleged to exist between the Contractor and such laborers and

mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of

the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or

mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions

made or costs incurred for more than a weekly period (but not less often than quarterly) under plans,

funds, or programs which cover the particular weekly period, are deemed to be constructively made or

incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate

and fringe benefits on the wage determination for the classification of work actually performed, without

regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more

than one classification may be compensated at the rate specified for each classification for the time

actually worked therein: provided, that the employer's payroll records accurately set forth the time spent

in each classification in which work is performed. The wage determination (including any additional

classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon

poster (WH-1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the

work in a prominent and accessible place where it can be easily seen by the workers.

Owners may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov.

(ii)(A) The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including

helpers, which is not listed in the wage determination and which is to be employed under the contract

shall be classified in conformance with the wage determination. The TWDB shall approve a request for

an additional classification and wage rate and fringe benefits therefore only when the following criteria

have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the

wage determination; and

(2) The classification is utilized in the area by the construction industry; and

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the

wage rates contained in the wage determination.

(B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or

their representatives, and the Owner(s) agree on the classification and wage rate (including the amount

designated for fringe benefits where appropriate), documentation of the action taken and the request,

including the local wage determination shall be sent by the Owner (s) to the TWDB. The TWDB will

Page 218: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 22 of 46

transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards

Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional

Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or

disapprove every additional classification request within 30 days of receipt and so advise the TWDB or

will notify the TWDB within the 30-day period that additional time is necessary.

(C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their

representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the

amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local

wage determination, including the views of all interested parties and the recommendation of the TWDB,

to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator

concurrently. The Administrator, or an authorized representative, will issue a determination within 30

days of receipt of the request and so advise the contracting officer or will notify the contracting officer

within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs

(a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under

this contract from the first day on which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics

includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the

benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash

equivalent thereof.

(iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may

consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated

in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has

found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act

have been met. The Secretary of Labor may require the Contractor to set aside in a separate account

assets for the meeting of obligations under the plan or program.

(2) Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized

representative of the Department of Labor, withhold or cause to be withheld from the Contractor under

this contract or any other Federal contract with the same prime Contractor, or any other federally-assisted

contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime

Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers

and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any

Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer

or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all

or part of the wages required by the contract, the EPA may, after written notice to the Contractor,

sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further

payment, advance, or guarantee of funds until such violations have ceased.

(3) Payrolls and basic records.

(i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of

the work and preserved for a period of three years thereafter for all laborers and mechanics working at the

site of the work. Such records shall contain the name, address, and social security number of each such

worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or

costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section

1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and

actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages

of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits

Page 219: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 23 of 46

under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall

maintain records which show that the commitment to provide such benefits is enforceable, that the plan

or program is financially responsible, and that the plan or program has been communicated in writing to

the laborers or mechanics affected, and records which show the costs anticipated or the actual cost

incurred in providing such benefits. Contractors employing apprentices or trainees under approved

programs shall maintain written evidence of the registration of apprenticeship programs and certification

of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates

prescribed in the applicable programs.

(ii)(A) The Contractor shall submit weekly, for each week in which any contract work is performed, a

copy of all payrolls to the Owner, that is, the entity that receives the funds from the TWDB. Such

documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the

Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not

the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll

copies for the specified week. The payrolls shall set out accurately and completely all of the information

required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home

addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an

individually identifying number for each employee (e.g., the last four digits of the employee's social

security number). The required weekly payroll information may be submitted in any form desired.

Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at

http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible

for the submission of copies of payrolls by all Subcontractors. Contractors and Subcontractors shall

maintain the full social security number and current address of each covered worker, and shall provide

them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the

TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an

investigation or audit of compliance with prevailing wage requirements. It is not a violation of this

section for a prime Contractor to require a Subcontractor to provide addresses and social security

numbers to the prime Contractor for its own records, without weekly submission to the Owner(s).

(B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the

Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons

employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be provided under § 5.5

(a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5

(a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the

contract during the payroll period has been paid the full weekly wages earned, without rebate, either

directly or indirectly, and that no deductions have been made either directly or indirectly from the full

wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe

benefits or cash equivalents for the classification of work performed, as specified in the applicable wage

determination incorporated into the contract.

(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional

Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by

paragraph (a)(3)(ii)(B) of this section.

(D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to

civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States

Code.

Page 220: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 24 of 46

(iii) The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this

section available for inspection, copying, or transcription by authorized representatives of the TWDB,

EPA or the Department of Labor, and shall permit such representatives to interview employees during

working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to

make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant,

or Owner, take such action as may be necessary to cause the suspension of any further payment, advance,

or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such

records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and trainees

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work

they performed when they are employed pursuant to and individually registered in a bona fide

apprenticeship program registered with the U.S. Department of Labor, Employment and Training

Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State

Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of

probationary employment as an apprentice in such an apprenticeship program, who is not individually

registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer

and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary

employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any

craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work

force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not

registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on

the wage determination for the classification of work actually performed. In addition, any apprentice

performing work on the job site in excess of the ratio permitted under the registered program shall be paid

not less than the applicable wage rate on the wage determination for the work actually performed. Where

a Contractor is performing construction on a project in a locality other than that in which its program is

registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified

in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be

paid at not less than the rate specified in the registered program for the apprentice's level of progress,

expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination.

Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program.

If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount

of fringe benefits listed on the wage determination for the applicable classification. If the Administrator

determines that a different practice prevails for the applicable apprentice classification, fringes shall be

paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer

and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of

an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than

the applicable predetermined rate for the work performed until an acceptable program is approved.

(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the

predetermined rate for the work performed unless they are employed pursuant to and individually

registered in a program which has received prior approval, evidenced by formal certification by the U.S.

Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on

the job site shall not be greater than permitted under the plan approved by the Employment and Training

Administration. Every trainee must be paid at not less than the rate specified in the approved program for

the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the

applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of

the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full

amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and

Hour Division determines that there is an apprenticeship program associated with the corresponding

journeyman wage rate on the wage determination which provides for less than full fringe benefits for

Page 221: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 25 of 46

apprentices. Any employee listed on the payroll as a trainee rate who is not registered and participating in

a training plan approved by the Employment and Training Administration shall be paid not less than the

applicable wage rate on the wage determination for the classification of work actually performed. In

addition, any trainee performing work on the job site in excess of the ratio permitted under the registered

program shall be paid not less than the applicable wage rate on the wage determination for the work

actually performed. In the event the Employment and Training Administration withdraws approval of a

training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable

predetermined rate for the work performed until an acceptable program is approved.

(iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this

part shall be in conformity with the equal employment opportunity requirements of Executive Order

11246, as amended and 29 CFR part 30.

(5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of

29 CFR part 3, which are incorporated by reference in this contract.

(6) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained

in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and

also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The

prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier

Subcontractor with all the contract clauses in 29 CFR 5.5.

(7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for

termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR

5.12.

(8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the

Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference

in this contract.

(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this

contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved

in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7.

Disputes within the meaning of this clause include disputes between the Contractor (or any of its

Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their

representatives.

(10) Certification of eligibility.

(i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or

firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government

contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a

Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

4. Contract Provision for Contracts in Excess of $100,000.

(a) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in

paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000

and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses

Page 222: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 26 of 46

shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this

paragraph, the terms laborers and mechanics include watchmen and guards.

(1) Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work

which may require or involve the employment of laborers or mechanics shall require or permit any such

laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of

forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less

than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such

workweek.

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause

set forth in paragraph (a)(1) of this section the Contractor and any Subcontractor responsible therefore

shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the

United States (in the case of work done under contract for the District of Columbia or a territory, to such

District or to such territory), for liquidated damages. Such liquidated damages shall be computed with

respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of

the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which

such individual was required or permitted to work in excess of the standard workweek of forty hours

without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section.

(3) Withholding for unpaid wages and liquidated damages. The Owner, upon written request of the EPA

Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be

withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor

under any such contract or any other Federal contract with the same prime Contractor, or any other

federally-assisted contract subject to the 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 Subcontractor for unpaid wages and liquidated damages as provided in the clause set

forth in paragraph (a)(2) of this section.

(4) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in

paragraph (a)(1) through (4) of this section and also a clause requiring the Subcontractors to include these

clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any

Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of

this section.

(b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract

Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Owner

shall insert a clause requiring that the Contractor or Subcontractor shall maintain payrolls and basic

payroll records during the course of the work and shall preserve them for a period of three years from the

completion of the contract for all laborers and mechanics, including guards and watchmen, working on

the contract. Such records shall contain the name and address of each such employee, social security

number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked,

deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a clause

providing that the records to be maintained under this paragraph shall be made available by the

Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the

EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such

representatives to interview employees during working hours on the job.

5. Compliance Verification

(a) The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages

(covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As

provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard

Page 223: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 27 of 46

Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or

equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA

on request.

(b) The Owner shall establish and follow an interview schedule based on its assessment of the risks of

noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or

subcontract. Owners must conduct more frequent interviews if the initial interviews or other information

indicated that there is a risk that the Contractor or Subcontractor is not complying with DB.

Owners shall immediately conduct interviews in response to an alleged violation of the prevailing wage

requirements. All interviews shall be conducted in confidence."

(c) The Owner shall periodically conduct spot checks of a representative sample of weekly payroll data to

verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish

and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by

Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable,

the Owner should spot check payroll data within two weeks of each Contractor or Subcontractor’s submission

of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Owners must

conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk

that the Contractor or Subcontractor is not complying with DB. In addition, during the examinations the

Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and

Subcontractors who claim credit for fringe benefit contributions.

(d) The Owner shall periodically review Contractors and Subcontractor’s use of apprentices and trainees to

verify registration and certification with respect to apprenticeship and training programs approved by either

the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using

disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in

accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above.

(e) Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA

Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at

http://www.dol.gov/whd/america2.htm.

Page 224: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 28 of 46

Option 2 – Applies to Non-Governmental Entities (such as Water Supply

Corporations and Private Companies)

1. Applicability of the Davis-Bacon (DB) prevailing wage requirements.

DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried

out in whole or in part with assistance made available by the CWSRF and to any construction project carried

out in whole or in part by assistance made available by the DWSRF. If an Owner encounters a unique

situation at a site that presents uncertainties regarding DB applicability, the Owner must discuss the situation

with the TWDB before authorizing work on that site.

2. Obtaining Wage Determinations.

(a) Owners must obtain proposed wage determinations for specific localities at www.wdol.gov. After the

Owner obtains its proposed wage determination, it must submit the wage determination to the TWDB for

approval prior to inserting the wage determination into a solicitation, contract or issuing task orders, work

assignments or similar instruments to existing Contractors (ordering instruments unless subsequently directed

otherwise by the TWDB.)

(b) Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will

take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts

(solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations

and any subsequent contracts. Prime contracts must contain a provision requiring that Subcontractors follow

the wage determination incorporated into the prime contract.

(i) While the solicitation remains open, the Owner shall monitor www.wdol.gov on a weekly basis

to ensure that the wage determination contained in the solicitation remains current. The

recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to

the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the

applicable wage determination less than 10 days prior to the closing date, the Owners may

request a finding from the TWDB that there is not a reasonable time to notify interested

Contractors of the modification of the wage determination. The TWDB will provide a report of

its findings to the Owner.

(ii) If the Owner does not award the contract within 90 days of the closure of the solicitation, any

modifications or supersedes DOL makes to the wage determination contained in the solicitation

shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90

day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor

www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of

the solicitation to ensure that wage determinations contained in the solicitation remain current.

(c) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar

instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner

shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument.

(d) Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the

prime Contractor has required its Subcontractors to include the applicable wage determinations.

(e) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner’s

contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the

Owner has failed to incorporate a wage determination or has used a wage determination that clearly does not

apply to the contract or ordering instrument. If this occurs, the Owner shall either terminate the contract or

ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage

Page 225: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 29 of 46

determination retroactive to the beginning of the contract or ordering instrument by change order. The

Owner’s Contractor must be compensated for any increases in wages resulting from the use of DOL’s revised

wage determination.

3. Contract and Subcontract provisions.

(a) The Owner(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual

construction, alteration and/or repair, including painting and decorating, of a treatment work under the

CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in

accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of

a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly

indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the

Water Resources Reform and Development Act of 2014 for a CWSRF-funded project or the Consolidated

Appropriations Act, 2016 (or subsequent federal law) for a DWSRF-funded project, the following clauses:

(1) Minimum wages.

(i) All laborers and mechanics employed or working upon the site of the work will be paid

unconditionally and not less often than once a week, and without subsequent deduction or rebate on any

account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor

under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash

equivalents thereof) due at time of payment computed at rates not less than those contained in the wage

determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of

any contractual relationship which may be alleged to exist between the Contractor and such laborers and

mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of

the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or

mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions

made or costs incurred for more than a weekly period (but not less often than quarterly) under plans,

funds, or programs which cover the particular weekly period, are deemed to be constructively made or

incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate

and fringe benefits on the wage determination for the classification of work actually performed, without

regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more

than one classification may be compensated at the rate specified for each classification for the time

actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent

in each classification in which work is performed. The wage determination (including any additional

classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon

poster (WH-1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the

work in a prominent and accessible place where it can be easily seen by the workers.

Owners may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov.

(ii)(A) The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including

helpers, which is not listed in the wage determination and which is to be employed under the contract

shall be classified in conformance with the wage determination. The TWDB shall approve a request for

an additional classification and wage rate and fringe benefits therefore only when the following criteria

have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the

wage determination; and

(2) The classification is utilized in the area by the construction industry; and

Page 226: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 30 of 46

(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the

wage rates contained in the wage determination.

(B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or

their representatives, and the Owner(s) agree on the classification and wage rate (including the amount

designated for fringe benefits where appropriate), documentation of the action taken and the request,

including the local wage determination shall be sent by the Owner(s) to the TWDB. The TWDB will

transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards

Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional

Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or

disapprove every additional classification request within 30 days of receipt and so advise the TWDB or

will notify the TWDB within the 30-day period that additional time is necessary.

(C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their

representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the

amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local

wage determination, including the views of all interested parties and the recommendation of the TWDB,

to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator

concurrently. The Administrator, or an authorized representative, will issue a determination within 30

days of receipt of the request and so advise the contracting officer or will notify the contracting officer

within the 30-day period that additional time is necessary.

(D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs

(a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under

this contract from the first day on which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics

includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the

benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash

equivalent thereof.

(iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may

consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated

in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has

found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act

have been met. The Secretary of Labor may require the Contractor to set aside in a separate account

assets for the meeting of obligations under the plan or program.

(2) Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized

representative of the Department of Labor, withhold or cause to be withheld from the Contractor under

this contract or any other Federal contract with the same prime Contractor, or any other federally-assisted

contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime

Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers

and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any

Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer

or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all

or part of the wages required by the contract, the EPA may, after written notice to the Contractor,

sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further

payment, advance, or guarantee of funds until such violations have ceased.

(3) Payrolls and basic records.

Page 227: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 31 of 46

(i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of

the work and preserved for a period of three years thereafter for all laborers and mechanics working at the

site of the work. Such records shall contain the name, address, and social security number of each such

worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or

costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section

1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and

actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages

of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits

under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall

maintain records which show that the commitment to provide such benefits is enforceable, that the plan

or program is financially responsible, and that the plan or program has been communicated in writing to

the laborers or mechanics affected, and records which show the costs anticipated or the actual cost

incurred in providing such benefits. Contractors employing apprentices or trainees under approved

programs shall maintain written evidence of the registration of apprenticeship programs and certification

of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates

prescribed in the applicable programs.

(ii)(A) The Contractor shall submit weekly, for each week in which any contract work is performed, a

copy of all payrolls to the Owner, that is, the entity that receives the funds from the TWDB. Such

documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the

Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not

the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll

copies for the specified week. The payrolls shall set out accurately and completely all of the information

required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home

addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an

individually identifying number for each employee (e.g., the last four digits of the employee's social

security number). The required weekly payroll information may be submitted in any form desired.

Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at

http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible

for the submission of copies of payrolls by all Subcontractors. Contractors and Subcontractors shall

maintain the full social security number and current address of each covered worker, and shall provide

them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the

TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an

investigation or audit of compliance with prevailing wage requirements. It is not a violation of this

section for a prime Contractor to require a Subcontractor to provide addresses and social security

numbers to the prime Contractor for its own records, without weekly submission to the Owner(s).

(B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the

Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons

employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be provided under § 5.5

(a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5

(a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the

contract during the payroll period has been paid the full weekly wages earned, without rebate, either

directly or indirectly, and that no deductions have been made either directly or indirectly from the full

wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe

benefits or cash equivalents for the classification of work performed, as specified in the applicable wage

determination incorporated into the contract.

Page 228: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 32 of 46

(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional

Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by

paragraph (a)(3)(ii)(B) of this section.

(D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to

civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States

Code.

(iii) The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this

section available for inspection, copying, or transcription by authorized representatives of the TWDB,

EPA or the Department of Labor, and shall permit such representatives to interview employees during

working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to

make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant,

or Owner, take such action as may be necessary to cause the suspension of any further payment, advance,

or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such

records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and trainees

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work

they performed when they are employed pursuant to and individually registered in a bona fide

apprenticeship program registered with the U.S. Department of Labor, Employment and Training

Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State

Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of

probationary employment as an apprentice in such an apprenticeship program, who is not individually

registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer

and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary

employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any

craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work

force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not

registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on

the wage determination for the classification of work actually performed. In addition, any apprentice

performing work on the job site in excess of the ratio permitted under the registered program shall be paid

not less than the applicable wage rate on the wage determination for the work actually performed. Where

a Contractor is performing construction on a project in a locality other than that in which its program is

registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified

in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be

paid at not less than the rate specified in the registered program for the apprentice's level of progress,

expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination.

Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program.

If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount

of fringe benefits listed on the wage determination for the applicable classification. If the Administrator

determines that a different practice prevails for the applicable apprentice classification, fringes shall be

paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer

and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of

an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than

the applicable predetermined rate for the work performed until an acceptable program is approved.

(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the

predetermined rate for the work performed unless they are employed pursuant to and individually

registered in a program which has received prior approval, evidenced by formal certification by the U.S.

Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on

Page 229: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 33 of 46

the job site shall not be greater than permitted under the plan approved by the Employment and Training

Administration. Every trainee must be paid at not less than the rate specified in the approved program for

the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the

applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of

the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full

amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and

Hour Division determines that there is an apprenticeship program associated with the corresponding

journeyman wage rate on the wage determination which provides for less than full fringe benefits for

apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in

a training plan approved by the Employment and Training Administration shall be paid not less than the

applicable wage rate on the wage determination for the classification of work actually performed. In

addition, any trainee performing work on the job site in excess of the ratio permitted under the registered

program shall be paid not less than the applicable wage rate on the wage determination for the work

actually performed. In the event the Employment and Training Administration withdraws approval of a

training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable

predetermined rate for the work performed until an acceptable program is approved.

(iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this

part shall be in conformity with the equal employment opportunity requirements of Executive Order

11246, as amended and 29 CFR part 30.

(5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of

29 CFR part 3, which are incorporated by reference in this contract.

(6) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained

in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and

also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The

prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier

Subcontractor with all the contract clauses in 29 CFR 5.5.

(7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for

termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR

5.12.

(8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the

Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference

in this contract.

(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this

contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved

in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7.

Disputes within the meaning of this clause include disputes between the Contractor (or any of its

Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their

representatives.

(10) Certification of eligibility.

(i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or

firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government

contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

Page 230: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 34 of 46

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a

Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

4. Contract Provision for Contracts in Excess of $100,000.

(a) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in

paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000

and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses

shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this

paragraph, the terms laborers and mechanics include watchmen and guards.

(1) Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work

which may require or involve the employment of laborers or mechanics shall require or permit any such

laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of

forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less

than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such

workweek.

(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause

set forth in paragraph (a)(1) of this section the Contractor and any Subcontractor responsible therefore

shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the

United States (in the case of work done under contract for the District of Columbia or a territory, to such

District or to such territory), for liquidated damages. Such liquidated damages shall be computed with

respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of

the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which

such individual was required or permitted to work in excess of the standard workweek of forty hours

without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section.

(3) Withholding for unpaid wages and liquidated damages. The Owner shall upon the request of the EPA

Award Official or an authorized representative of the Department of Labor, withhold or cause to be

withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor

under any such contract or any other Federal contract with the same prime Contractor, or any other

federally-assisted contract subject to the 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 Subcontractor for unpaid wages and liquidated damages as provided in the clause set

forth in paragraph (a)(2) of this section.

(4) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in

paragraph (a)(1) through (4) of this section and also a clause requiring the Subcontractors to include these

clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any

Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of

this section.

(b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract

Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the

Owner shall insert a clause requiring that the Contractor or Subcontractor shall maintain payrolls and

basic payroll records during the course of the work and shall preserve them for a period of three years

from the completion of the contract for all laborers and mechanics, including guards and watchmen,

working on the contract. Such records shall contain the name and address of each such employee, social

security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours

worked, deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a

Page 231: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 35 of 46

clause providing that the records to be maintained under this paragraph shall be made available by the

Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the

EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such

representatives to interview employees during working hours on the job.

5. Compliance Verification

(a) The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages

(covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As

provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard

Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or

equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA

on request.

(b) The Owner shall establish and follow an interview schedule based on its assessment of the risks of

noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or

subcontract. Owners must conduct more frequent interviews if the initial interviews or other information

indicated that there is a risk that the Contractor or Subcontractor is not complying with DB. Owners shall

immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All

interviews shall be conducted in confidence."

(c) The Owner shall periodically conduct spot checks of a representative sample of weekly payroll data to

verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish

and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by

Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable

the Owner should spot check payroll data within two weeks of each Contractor or Subcontractor’s submission

of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Owners must

conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk

that the Contractor or Subcontractor is not complying with DB . In addition, during the examinations the

Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and

Subcontractors who claim credit for fringe benefit contributions.

(d) The Owner shall periodically review Contractors and Subcontractor’s use of apprentices and trainees to

verify registration and certification with respect to apprenticeship and training programs approved by either

the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using

disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in

accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above.

(e) Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA

Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at

http://www.dol.gov/whd/america2.htm.

11. Payments (a) Progress Payments:

i. The Contractor shall prepare their requisition for progress payment as of the last day

of the payment month and submit it, with the required number of copies, to the

Engineer for review. Except as provided in paragraph (iii) of this subsection, the

amount of the payment due to 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) five percent (5%) minimum of the total amount, as a retainage

and (2) the amount of all previous payments. The total value of work completed to

Page 232: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 36 of 46

date shall be based on the actual or estimated quantities of work completed and on the

unit prices contained in the agreement (or cost breakdown approved pursuant to

section 7.b relating to lump sum bids) and adjusted by approved change orders. The

value of materials properly stored on the site shall be based upon the estimated

quantities of such materials and the invoices prices. Copies of all invoices shall be

available for inspection by the Engineer.

ii. 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 Owner. Such payments shall not constitute a waiver of the right of

the Owner to require the fulfillment of all terms of the contract and the delivery of all

improvements embraced in the contract complete and satisfactory to the Owner in all

details.

iii. This clause applies to contracts when the Owner is a District or Authority. The

retainage shall be ten (10%) percent minimum of the amount otherwise due until at

least fifty (50%) of the work has been completed. After the project is fifty (50%)

percent completed, and if the District or Authority’s Board finds that satisfactory

progress is being made, then the District may authorize any of the remaining progress

payments to be made in full. The District is not obligated to pay interest earned on

the first 50% of work completed (Texas Water Code Sec. 49.276(d)).

iv. The five (5%) percent retainage of the progress payments due to the Contractor may

not be reduced until the building of the project is substantially complete and a

reduction in the retainage has been authorized by the TWDB.

(b) Withholding Payments. The Owner may withhold from any payment otherwise due to

the Contractor so much as may be necessary to protect the Owner 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 Owner and will not require the Owner to

determine or adjust any claims or disputes between the Contractor and his Subcontractors

or material dealers, or to withhold any monies for their protection unless the Owner

elects to do so. The failure or refusal of the Owner to withhold any monies from the

Contractor shall in no way impair the obligations of any surety or sureties under any

bond or bonds furnished under this contract.

(c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the

Owner shall be made subject to submission by the Contractor of all written certifications

required of him and his Subcontractors by general and special conditions pertaining to

this contract.

(d) Final Payment.

Page 233: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 37 of 46

i. Upon satisfactory completion of the work performed under this contract, as a

condition before final payment under this contract or as a termination settlement

under this contract the Contractor shall execute and deliver to the Owner a release of

all claims against the Owner arising under, or by virtue of, this contract, except

claims which are specifically exempted by the Contractor to be set forth therein.

Unless otherwise provided in this contract, by State law or otherwise expressly

agreed to by the parties to this contract, final payment under this contract or

settlement upon termination of this contract shall not constitute a waiver of the

Owner's claims against the Contractor or his sureties under this contract or applicable

performance and payment bonds.

ii. After final inspection and acceptance by the Owner of all work under the contract, the

Contractor shall prepare their requisition for final payment which shall be based upon

the carefully measured or computed quantity of each item of work at the applicable

unit prices stipulated in the Agreement or cost breakdown (if lump sum), as adjusted

by approved change orders. 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.

iii. The retainage and its interest earnings, if any, shall not be paid to the Contractor until

the TWDB has authorized a reduction in, or release of, retainage on the contract

work.

iv. Withholding of any amount due to the Owner, under general and/or special

conditions regarding "Liquidated Damages," shall be deducted from the final

payment due the Contractor.

12. Equal employment opportunity and affirmative action This provision applies to Clean Water State Revolving Fund Program and

Drinking Water State Revolving Fund projects where the contract agreement is

for more than $10,000. During the performance of this contract, the Contractor agrees as follows:

(1) The Contractor will not discriminate against any employee or applicant for

employment because of race, color, religion, sex (including pregnancy), sexual

orientation, gender identity, national origin, age (40 or older), disability, or genetic

information. The Contractor will take affirmative action to ensure that applicants

are employed, and that employees are treated during employment, without regard

to their race, color, religion, sex, sexual orientation, gender identity, or national

origin. Such action shall include, but not be limited to the following: employment,

upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or

termination; rates of pay or other forms of compensation; and selection for

training, including apprenticeship. The Contractor agrees to post in conspicuous

places, available to employees and applicants for employment, notices to be

provided by the contracting officer setting forth the provisions of this

Page 234: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 38 of 46

nondiscrimination clause.

(2) The Contractor will, in all solicitations or advancements for employees placed by

or on behalf of the Contractor, state that all qualified applicants will receive

consideration for employment without regard to race, color, religion, sex, sexual

orientation, gender identity, or national origin.

(3) The Contractor will not discharge or in any other manner discriminate against any

employee or applicant for employment because such employee or applicant has

inquired about, discussed, or disclosed the compensation of the employee or

applicant or another employee or applicant. This provision shall not apply to

instances in which an employee who has access to the compensation information

of other employees or applicants as a part of such employee’s essential job

functions discloses the compensation of such other employees or applicants to

individuals who do not otherwise have access to such information, unless such

disclosure is in response to a formal complaint or charge, in furtherance of an

investigation, proceeding, hearing, or action, including an investigation conducted

by the employer, or is consistent with the Contractor’s legal duty to furnish

information.

(4) The Contractor will send to each labor union or representative of workers with which

the Contractor has a collective bargaining agreement or other contract or understanding,

a notice, to be provided by the agency contracting officer, advising the labor union or

workers' representative of the Contractor's commitments under Section 202 of

Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice

in conspicuous places available to employees and applicants for employment.

(5) The Contractor will comply with all provisions of Executive Order No. 11246 of Sept.

24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

(6) The Contractor will furnish all information and reports required by Executive Order No.

11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary

of Labor, or pursuant thereto, and will permit access to his books, records, and accounts

by the contracting agency and the Secretary of Labor for purposes of investigation to

ascertain compliance with such rules, regulations, and orders.

(7) In the event of the Contractor's noncompliance with the nondiscrimination clauses

of this contract or with any of such rules, regulations, or orders, this contract may

be cancelled, terminated, or suspended in whole or in part and the Contractor may

be declared ineligible for further Government contracts in accordance with

procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such

other sanctions may be imposed and remedies invoked as provided in Executive

Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the

Secretary of Labor, or as otherwise provided by law.

(8) The Contractor will include the provisions of paragraphs (1) through (8) in every

subcontract or purchase order unless exempted by rules, regulations, or orders of

the Secretary of Labor issued pursuant to Section 204 of Executive Order No.

11246 of September 24, 1965, so that such provisions will be binding upon each

Page 235: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 39 of 46

Subcontractor or vendor. The Contractor will take such action with respect to any

subcontract or purchase order as may be directed by the Secretary of Labor as a

means of enforcing such provisions including sanctions for noncompliance:

Provided, however, that in the event the Contractor becomes involved in, or is

threatened with, litigation with a Subcontractor or vendor as a result of such

direction, the Contractor may request the United States to enter into such litigation

to protect the interests of the United States.

Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of

the work involving any construction trade, it shall physically include in each

subcontract in excess of $10,000 the provisions of these specifications and the notice

which contains the applicable goals set for minority and female participation and

which is set forth in the solicitations from which this contract resulted.

13. Debarment and Suspension

This provision applies only to Clean Water State Revolving Fund Equivalency Program

projects and Drinking Water State Revolving Fund projects. This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension. The Contractor will comply with the assurances provided with the bid that led to this

contract.

Instructions for Certification

(a) By signing and submitting this proposal, the prospective lower tier participant is

providing the certification set out below. (b) The certification in this clause is a material representation of fact upon which

reliance was placed when this transaction was entered into. If it is later

determined that the prospective lower tier participant knowingly rendered an

erroneous certification, in addition to other remedies available to the Federal

Government the department or agency with which this transaction originated may

pursue available remedies, including suspension and/or debarment.

(c) The prospective lower tier participant shall provide immediate written notice to the

person to whom this proposal is submitted if at any time the prospective lower tier

participant learns that its certification was erroneous when submitted or had become

erroneous by reason of changed circumstances.

(d) The terms covered transaction, debarred, suspended, ineligible, lower tier covered

transaction, participant, person, primary covered transaction, principal, proposal, and

voluntarily excluded, as used in this clause, have the meaning set out in the

Definitions and Coverage sections of rules implementing Executive Order 12549.

You may contact the person to which this proposal is submitted for assistance in

obtaining a copy of those regulations.

(e) The prospective lower tier participant agrees by submitting this proposal that, should

the proposed covered transaction be entered into, it shall not knowingly enter into any

lower tier covered transaction with a person who is proposed for debarment under 48

CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily

excluded from participation in this covered transaction, unless authorized by the

department or agency with which this transaction originated.

(f) The prospective lower tier participant further agrees by submitting this proposal

that it will include this clause titled ''Certification Regarding Debarment, Suspension,

Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,'' without

Page 236: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 40 of 46

modification, in all lower tier covered transactions and in all solicitations for lower

tier covered transactions.

(g) A participant in a covered transaction may rely upon a certification of a

prospective participant in a lower tier covered transaction that it is not proposed for

debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or

voluntarily excluded from covered transactions, unless it knows that the certification is

erroneous. A participant may decide the method and frequency by which it

determines the eligibility of its principals. Each participant may, but is not required

to, check the List of Parties Excluded from Federal Procurement and Non-

procurement Programs.

(h) Nothing contained in the foregoing shall be construed to require establishment of a

system of records in order to render in good faith the certification required by this

clause. The knowledge and information of a participant is not required to exceed

that which is normally possessed by a prudent person in the ordinary course of business

dealings.

(i) Except for transactions authorized under paragraph (e) of these instructions, if a

participant in a covered transaction knowingly enters into a lower tier covered

transaction with a person who is proposed for debarment under 48 CFR part 9, subpart

9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this

transaction, in addition to other remedies available to the Federal Government, the

department or agency with which this transaction originated may pursue available

remedies, including suspension and/or debarment.

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower

Tier Covered Transactions.

(1) The prospective lower tier participant certifies, by submission of this proposal, that

neither it nor its principals are presently debarred, suspended, proposed for

debarment, declared ineligible, or voluntarily excluded from participation in this

transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the

statements in this certification, such prospective participant shall attach an

explanation to this proposal.

14. Disadvantaged Business Enterprises

The Texas Water Development Board's (TWDB) Clean Water and Drinking

Water State Revolving Fund programs receive federal funds from the U. S.

Environmental Protection Agency (EPA). As a condition of federal grant awards,

EPA regulations require that loan recipients make a "good faith effort" to award a fair

share of work to DBE's who are Minority Business Enterprises (MBE's), and Women-

owned Business Enterprises (WBE's) whenever procuring construction, supplies,

services and equipment.

The current fair share goals for the State of Texas are as follows:

Page 237: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 41 of 46

Category MBE WBE

Construction 12.94% 8.72%

Supplies 9.68% 9.34%

Equipment 7.12% 5.39%

Services 10.84% 5.72%

After loan commitment, but prior to closing, Owners (Applicants) must provide

forms TWDB-0216 and TWDB-0373. The project’s Prime Engineer, Financial Advisor,

and Bond Counsel must complete a TWDB-0217 form and indicate if any subcontracting

opportunities will be available or if the Contractor will be self-performing the contract.

Regardless of the procurement’s outcome, all entities must submit a TWDB-0373 and list

the Contractors selected by the Owner for the project. Failure to include a Contractor and

contract amount will result in denial of payment until the proper documentation has been

reviewed and approved.

For each construction contract, Owners are required to submit a TWDB-0216 and TWDB-

0373 for the procurement of the project’s Prime Contractor. If the Prime Contractor is

utilizing Subcontractors for the project, then additional TWDB-0216 and TWDB-0373

forms will be required for submittal prior to request for payment.

The following forms are required for each contract:

Form Prime Contractor Submit Form To

TWDB-0216 Required TWDB

TWDB-0217 Required TWDB

TWDB-0373 Required TWDB

(a) The Contractor shall, if awarding sub-agreements, to the extent appropriate for the

goals listed in the instructions to bidders make a good faith effort to award a fair share

of work to DBE’s who are Minority Business Enterprises (MBE’s) and Women-owned

Business Enterprises (WBE’s) as sources of supplies, construction, equipment and

services by taking the following steps:

i. Ensure DBEs are made aware of contracting opportunities by including qualified

small, minority, and women's businesses on solicitation lists;

ii. Assuring that small, minority, and women's businesses are solicited whenever they

are potential sources;

iii. Dividing total requirements, when economically feasible, into small tasks or

quantities to permit maximum participation of small, minority, and women's

businesses;

iv. Establishing delivery schedules, where the requirements of the work permit, which

will encourage participation by small, minority, and women's businesses; and

v. Using the services and assistance of the Small Business Administration, Minority

Business Development Agency of the U.S. Department of Commerce, and Texas

Marketplace, as appropriate.

Page 238: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 42 of 46

15. Archeological Discoveries and Cultural Resources

No activity which may affect properties listed or properties eligible for listing in the

National Register of Historic Places or eligible for designation as a State Archeological

Landmark is authorized until the Owner has complied with the provisions of

the National Historic Preservation Act and the Antiquities Code of Texas. The Owner

has previously coordinated with the appropriate agencies and impacts to known cultural

or archeological deposits have been avoided or mitigated. However, the Contractor may

encounter unanticipated cultural or archeological deposits during construction.

If archeological sites or historic structures which may qualify for designation as a State

Archeological Landmark according to the criteria in 13 TAC Chapter 26, or that may be

eligible for listing on the National Register of Historic Places in accordance with 36 CFR

Part 800, are discovered after construction operations are begun, the Contractor shall

immediately cease operations in that particular area and notify the Owner, the TWDB,

and the Texas Historical Commission, 1511 N. Colorado St., P.O. Box 12276, Capitol

Station, Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect

and preserve the discoveries until they have been inspected by the Owner's representative

and the TWDB. The Owner will promptly coordinate with the State Historic

Preservation Officer and any other appropriate agencies to obtain any necessary

approvals or permits to enable the work to continue. The Contractor shall not resume

work in the area of the discovery until authorized to do so by the Owner.

16. Endangered Species

No activity is authorized that is likely to jeopardize the continued existence of a

threatened or endangered species as listed or proposed for listing under the Federal

Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on

Endangered Species, or to destroy or adversely modify the habitat of such species.

If a threatened or endangered species is encountered during construction, the Contractor

shall immediately cease work in the area of the encounter and notify the Owner, who will

immediately implement actions in accordance with the ESA and applicable State statutes.

These actions shall include reporting the encounter to the TWDB, the U. S. Fish and

Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary

approvals or permits to enable the work to continue, or implement other mitigation

actions. The Contractor shall not resume construction in the area of the encounter until

authorized to do so by the Owner.

17. Hazardous Materials

Materials utilized in the project shall be free of any hazardous materials, except as may

be specifically provided for in the specifications.

If the Contractor encounters existing material on sites owned or controlled by the Owner

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

Owner. The Owner will be responsible for the testing and removal or disposal of

Page 239: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 43 of 46

hazardous materials on sites owned or controlled by the Owner. The Owner may

suspend the work, wholly or in part during the testing, removal or disposal of

hazardous materials on sites owned or controlled by the Owner.

18. Project Signage

The Owner must implement one of the signage options below as described in TWDB

Guidance TWDB-1109:

• Online signage placed on community website or social media outlet;

• Press release;

• Posters or wall signage in a public building or location;

• Newspaper or periodical advertisement for project construction, groundbreaking

ceremony, or operation of the new or improved facility; or

• Standard on-site signage erected in a prominent location at the construction project

site or along a major thoroughfare within the community as directed by the Owner.

If a recipient decides on a public or media event to publicize the accomplishment of

significant events related to construction of the project, the U.S Environmental Protection

Administration, Region 6, must be provided with at least a ten working day notice of the

event and provided the opportunity to attend and participate. Please contact Associate

Director Claudia Hosch, who can be reached at (214) 665-6464 or

[email protected].

19. Changes *Provisions identified with an asterisk below are consistent with Local Government Code

271.060. Counties and Municipalities may modify the identified provisions, when

applicable, to conform to Local Government Code 252.048 (Counties) or 252.048

(Municipalities).

(a) The Owner may at any time, without notice to any surety, by written order designated

or indicated to be a change order, make changes in the work within the general scope of

the contract, including but not limited to changes:

i. In the specifications (including drawings and designs); ii. In the time, method or manner of performance of the work;

iii. To decrease or increase the quantity of work to be performed or materials,

equipment or supplies to be furnished;

(b) *The total price of a contract may not be increased by a change order unless provision

has been made for the payment of the added cost by the appropriation of current funds

or bond funds for that purpose, by the authorization of the issuance of certificates, or by

a combination of those procedures.

(c) *A contract with an original contract price of $1 million or more may not be increased

by more than 25 percent. If a change order for a contract with an original contract price

of less than $1 million increases the contract amount to $1 million or more, subsequent

change orders may not increase the revised contract amount by more than 25 percent.

(d) *A governing body may grant authority to an official or employee responsible for

purchasing or for administering a contract to approve a change order that involves an

Page 240: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 44 of 46

increase or decrease of $50,000 or less.

(e) Changes that involve an increase in price will be supported by documentation of the

cost components. For projects funded through the EDAP program, or with grant

proceeds, TWDB staff may request this information to be provided in a format

equivalent to the Cost and Pricing Information form (No. WRD-277).

(f) Any change orders involving a change in the project requiring a relocation of project

components, sizing, or process may require additional environmental approval. A map

and description of the proposed changes should be sent to the TWDB Environmental

Reviewer for coordination and approval as soon as possible to avoid any delay.

20. Operation and Maintenance Manuals and Training

(a) The Contractor shall obtain installation, operation, and maintenance manuals from

manufacturers and suppliers for equipment furnished under the contract. The

Contractor shall submit three copies of each complete manual to the Engineer within 90

days after approval of shop drawings, product data, and samples, and not later than the

date of shipment of each item of equipment to the project site or storage location.

(b) The Owner shall require the Engineer to promptly review each manual submitted,

noting necessary corrections and revisions. If the Engineer rejects the manual, the

Contractor shall correct and resubmit the manual until it is acceptable to the Engineer as

being in conformance with the design concept of the project and for compliance

with information given in the Contract Documents. Owner may assess the Contractor

a charge for reviews of the same items in excess of three (3) times. Such procedure

shall not be considered cause for delay.

(c) Acceptance of manuals by Engineer does not relieve the Contractor of any requirements

of terms of Contract.

(d) The Contractor shall provide the services of trained, qualified technicians to check

final equipment installation, to assist as required in placing same in operation, and to

instruct operating personnel in the proper manner of performing routine operation and

maintenance of the equipment.

(e) Operations and maintenance manuals specified hereinafter are in addition to any

operation, maintenance, or installation instructions required by the Contractor to install,

test, and start-up the equipment. Each manual i s to be bound in a folder and

labeled to identify the contents and project to which it applies. The manual shall

contain the following applicable items:

i. A listing of the manufacturer's identification, including order number,

model, serial number, and location of parts and service centers.

ii. A list of recommended stock of parts, including part number and quantity.

iii. Complete replacement parts list.

iv. Performance data and rating tables.

v. Specific instructions for installation, operation, adjustment, and maintenance.

vi. Exploded view drawings for major equipment items.

vii. Lubrication requirements.

viii. Complete equipment wiring diagrams and control schematics with terminal

Page 241: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 45 of 46

identification.

21. As-Built Dimensions and Drawings

(a) Contractor shall make appropriate daily measurements of facilities constructed and

keep accurate records of location (horizontal and vertical) of all facilities.

(b) Upon completion of each facility, the Contractor shall furnish the Owner with one set of

direct prints, marked with red pencil, to show as-built dimensions and locations of all

work constructed. As a minimum, the final drawings shall include the following:

i. Horizontal and vertical locations of work.

ii. Changes in equipment and dimensions due to substitutions.

iii. "Nameplate" data on all installed equipment.

iv. Deletions, additions, and changes to scope of work.

v. Any other changes made.

22. Close-Out Procedures To close-out the contract and release final retainage, the following steps must be

completed:

(a) TWDB Staff must conduct a construction contract final inspection (CCFI);

(b) The following submittals must be received, reviewed, and accepted by the TWDB:

i. The final change order, adjustment of quantities, or a statement that all change

orders have previously been submitted and there will be no more change orders;

ii. The final pay request from the Contractor;

iii. An affidavit by the Contractor that all bills have been paid;

iv. Certification by the consulting Engineer that the work has been completed and

was constructed in accordance with the approved plans and specifications and

sound engineering principals and construction practices;

v. Acceptance of the project by the Owner in the form of a written resolution or

other formal action;

vi. Notification of the beginning date of the warranty period for the contract; and

vii. Confirmation that the Owner has received the as-built drawings from the

Contractor.

(c) TWDB will issue a Certificate of Approval allowing the release of retainage.

23. Additional Forms and Information The following forms and guidance documents, mentioned throughout this Guidance, are

available on the TWDB site at: http://www.twdb.texas.gov/financial/instructions/index.asp

Page 242: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0550 Rev 09/16 Page 46 of 46

Forms:

Contractor’s Act of Assurance (ED-103)

Contractor’s Resolution on Authorized Representative (ED-104)

Vendor Compliance with Reciprocity on Non-Resident Bidders (TWDB-0459)

Debarment / Suspension Certification (SRF-404)

Bidder’s Certifications- EEO (WRD – 255)

DBE Affirmative Steps solicitation Report (TWDB 0216)

DBE Prime Contractor Affirmative Steps Certification & Goals (TWDB 0217)

DBE Loan/Grant Participation Summary (TWDB 0373)

Monthly American Iron and Steel Certificate (TWDB-1106-A)

American Iron and Steel (AIS) De Minimis Log (TWDB-1106-B)

Monthly Davis Bacon Wage Rate Certificate of Compliance Submittal by Owner (Sub-

Recipient) (DB-0154)

Guidance Documents:

TWDB-0210 Disadvantaged Business Enterprise Guidance

Requirements for American Iron and Steel (AIS) Guidance (TWDB-1106)

Guidance on Davis-Bacon Wage Rate Requirements for State Revolving Fund Projects (DB-

0156)

Page 243: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

ED-103

Reviewed 09/26/2016

CONTRACTOR'S ACT OF ASSURANCE

STATE OF TEXAS §

§ COUNTY OF________________________ §

BEFORE ME _________________________, a Notary Public duly commissioned and

qualified in and for the County of in the State of Texas came and appeared

, as represented by , the

Corporation’s , who declares he/she is authorized to represent

pursuant to provisions of a resolution adopted

by said Corporation on the day of , 20 (a duly certified copy of such

resolution is attached to and is hereby made a part of this document).

, as the representative

of, declares that

assures the Texas Water Development Board that it will construct

project at , Texas, in accordance with sound construction practice, all laws

of the State of Texas, and the rules of the Texas Water Development Board.

GIVEN UNDER MY HAND and seal of office this day of , 20 .

_________________________________________ (Notary Public in and for the State of Texas)

_________________________________________ (Print Name)

[SEAL]

Page 244: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

ED-104 10/06/2016

CONTRACTOR'S ACT OF ASSURANCE RESOLUTION

I hereby certify that it was RESOLVED by a quorum of the directors of the

(Name of Corporation),

meeting on the______day of ___________________ 20_____, that:

Authorized Representative(s):

be, and hereby is/are authorized to act on behalf of ____________________________________

(Name of Corporation), as its representative in all business transactions conducted in the State of

Texas, and;

That all above resolution was unanimously ratified by the Board of Directors at said

meeting and that the resolution has not been rescinded or amended and is now in full forces and

effect; and;

In authentication of the adoption of this resolution, I subscribe my name and affix the seal

of the Corporation this day of , 20 .

_________________________(Secretary) [SEAL]

Page 245: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0459

Revised 9/28/2013

VENDOR COMPLIANCE WITH RECIPROCITY ON NON-

RESIDENT BIDDERS (TWDB-0459)

Government Code 2252.002 provides that, in order to be awarded a contract as low bidder, a non-

resident bidder must bid projects for construction, improvements, supplies or services in Texas at

an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident

bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract

in the state in which the non-resident’s principal place of business is located. A non-resident bidder

is a contractor whose corporate offices or principal place of business is outside of the state of

Texas. This requirement does not apply to a contract involving Federal funds. The appropriate

blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your

bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will

automatically disqualify that bidder. Resident bidders must check the blank in Section B.

A. Non-resident vendors in ________________________(give state), our principal place of

business, are required to be __________ percent lower than resident bidders by state law.

A copy of the statute is attached.

Non-resident vendors in ________________________(give state), our principal place of

business, are not required to underbid resident bidders.

B. Our principal place of business or corporate offices are in the State of Texas: ________ .

BIDDER:

Company

City State Zip

By: (please print)

Signature

Title: (please print)

THIS FORM MUST BE RETURNED WITH THE BID

Page 246: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

SRF-404 4/16/2015

Debarment / Suspension Certification

I, __________________________________, hereby certify that I have checked on the federal (Authorized Representative of Recipient)

System for Award Management (www.sam.gov) website and determined that

_________________________________ is not shown as an “excluded party” that is debarred, (Name of entity)

suspended or otherwise excluded from or ineligible for participation in federal assistance

programs under Executive Order 12549. (See 2 CFR Part 180 and 2 CFR Part 1532 for

additional information on the federal governmentwide debarment and suspension system for

nonprocurement programs and activities.)

I understand that a false statement herein may subject me to penalties under federal and state

laws relating to filing false statements and other relevant statutes.

__________________________________ __________________ Signature Date __________________________________ Title __________________________________ Name of Recipient Verifying prime contractors and subcontractors for construction, equipment, supplies and services: Using the www.sam.gov website, the recipient must verify prior to awarding the contract that the prime contractor is not listed as an “excluded party” that is debarred, suspended or otherwise excluded from or ineligible. Once any subcontractors are known, they also must be verified as not listed as an “excluded party” prior to award of a subcontract. The recipient must print a dated record of the verification from the www.sam.gov website and retain a copy that is available for review by TWDB. The prime contractors and subcontractors must be verified prior to the contract award or the costs may be disallowed.

Page 247: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

WRD-255 01/2010

BIDDER’S CERTIFICATIONS

Project Name: Project Number: Contract For: The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY:

( ) I have developed and have on file at my each establishment affirmative action programs pursuant to 41 CFR Part 60-2. ( ) I have participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all reports due under the requirements contained in 41 CFR 60-1.7. ( ) I have not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. ( ) I will obtain a similar certification from any proposed subcontractor(s), when appropriate.

B. NONSEGREGATED FACILITIES

( ) I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause as required by 41 CFR 60-1.8.

I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Typed Name & Title of Bidder’s Authorized Representative Signature of Bidder’s Authorized Representative Date Name & Address of Bidder

Page 248: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 1 of 2 TWDB-0216

Revised 2/16/2012

TWDB-0216

TEXAS WATER DEVELOPMENT BOARD AFFIRMATIVE STEPS SOLICITATION REPORT

I. PROJECT INFORMATION

A. TWDB Project No. B. Applicant/Entity Name C. Total TWDB FFunding Request

D. Program Type (insert "X" for all that apply)

Drinking Water SRF (DWSRF)

Clean Water SRF (CWSRF)

Project Name: ____________________________________________________________________________________________________

Solicitation By: Applicant/Entity Prime Contractor: _____________________________________________________

Project Phase: Application Planning/Design Construction Contract # __________ II. PROJECT BIDDERS LIST:

Instructions Columns 1 - 4

List on this form, or provide on a separate list, each business entity solicited for procurement, the following: 1-Full business name & point of contact, 2-business address, 3-telephone number and 4-email for each business or firm. Entities must solicit to a minimum of 3 business/firms for each type of contract sought (i.e. three engineering, financial advisor, and bond counsel firms) to demonstrate a Good Faith Effort.

Instructions Column 5

Enter one of the following procurement or contract categories: CONSTRUCTION – SUPPLIES – EQUIPMENT – SERVICES

Instructions 6 Enter the type of business: Minority Business Enterprise (MBE), Women-Owned Business Enterprise (WBE), or OTHER (NOTE! "OTHER" = Company or firm is Non-MBE or WBE)

Instructions Column 7

To achieve a “Good Faith Effort” a minimum of two methods must be utilized for solicitation, however, additional methods are encouraged by the TWDB should any of the attempted methods fail to meet DBE program requirements. Adequate backup documentation must be attached to this form for each method used. Methods of solicitation include:

1. Newspaper Advertisements 2. Direct Contact by Phone, Fax, USPS Mail, E-mail 3. Meetings or Conferences 4. Minority Media 5. Internet & Web Postings 6. Trade Association Publications 7. Other Government Publications

Notice: Entities receiving federal SRF loans must create and maintain a bidder’s list if the recipient of the loan is subject to competitive bidding requirements. The list must include all firms that bid or quote on subcontracts under EPA assisted projects, including both MBE/WBEs and non-MBE/WBEs. Entities must keep the bidders list until the project is complete, the project period has expired, and the recipient is no longer receiving EPA funding under the loan.

Page 249: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 2 of 2 TWDB-0216

Revised 2/16/2012

Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Column 7

Business Name & Point of Contact

Business Address Telephone Number

E-Mail Address Procurement Category

MBE/WBE Status

Solicitation Methods

1.

2.

3.

4.

5.

6.

7.

8.

9.

Use additional sheets if necessary

Signature - Applicant/Entity or Prime Contractor Title Certification Date

III. TWDB APPROVAL SIGNATURE

Form meets DBE Requirements Yes No

DBE Coordinator Approval Date

Page 250: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0217

Revised 2/16/2012

TWDB-0217

TEXAS WATER DEVELOPMENT BOARD (TWDB) AFFIRMATIVE STEPS CERTIFICATION and GOALS

I. PROJECT INFORMATION

A. TWDB Project No.

B. Applicant/Entity Name C. Total TWDB

Funding Request D. Program Type

(insert "X" for all that apply)

Drinking Water SRF DWSRF)

Clean Water SRF (CWSRF)

Prime Contractor: ______________________________________________________________________________

Contract Number: ____________________ Contract Amount: _________________________________________

II. GOOD FAITH EFFORT (Applicable to all sub-agreements awarded by the prime contractor) I understand that it is my responsibility to comply with all state and federal regulations and guidance in the utilization of Minority and Women-Owned Businesses in procurement. I certify that I will make a "good faith effort" to afford opportunities for Minority Business Enterprise (MBE), and Women-Owned Business Enterprise (WBE) by:

1 Including qualified MBEs and WBEs on procurement solicitation lists

2 Soliciting potential MBE's and WBE's

3 Reducing contract size/quantities when economically feasible to permit maximum participation by MBE's and WBE's

4 Establishing delivery schedules to encourage participation by MBE's and WBE's

5 Using the services and assistance of the Small Business Administration, Minority Business Development Agency, U.S. Department of Commerce, and Texas Marketplace

6 Submitting documentation to the Texas Water Development Board to verify good faith effort, steps 1-5.

EXCEPTION: As the Prime Contractor, I certify that I have reviewed the contract requirements and found no available

subcontracting opportunities. I also certify that I will fulfill 100 percent of the contract requirements with my own employees & resources. (Check if applicable)

Signature – Consultant/Prime Contractor Title Certification Date

III. PROJECT PARTICIPATION ESTIMATES

Total Procurement Potential MBE Participation Potential WBE Participation

Cost Category Total Goal Extension Goal Extension

Construction $ 12.94% $ 8.72% $

Equipment $ 7.12% $ 5.39% $

Supplies $ 9.68% $ 9.34% $

Services $ 10.84% $ 5.72% $

Total Procurement (must equal contract amount)

$ $ $

The fair share goals listed above are required by 40 CFR Part 33 Subpart D and are directly negotiated with EPA Region 6.

Entities receiving federal financial assistance are subject to the TWDB’s goals and may not be substituted with other agency or

program goals.

IV. TWDB APPROVAL SIGNATURE

Form Meets DBE Requirements Yes No

DBE Coordinator Approval Date

Page 251: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0373

Revised 2/16/2012

TWDB-0373

TEXAS WATER DEVELOPMENT BOARD LOAN/PRINCIPAL FORGIVENESS PARTICIPATION SUMMARY

I. PROJECT INFORMATION

A. TWDB Project No. B. Applicant/Entity Name C. Total TWDB Funding

Request D. Program Type

(insert "X" for all that apply)

Drinking Water SRF (DWSRF)

Clean Water SRF (CWSRF)

Project Name: _______________________________________________________________________________________________________________

Solicitation By: Applicant/Entity Prime Contractor: ____________________________________________________________

Project Phase: Loan Commitment/Closing Planning/Design Construction Contract # _________________________

II. LIST OF ACTUAL CONTRACTS/PROCUREMENTS

Instructions Column 1

Enter the full name, street address, city/state/zip for each firm awarded a contract for the project

Instructions Column 2

Enter one of the following procurement or contract categories: CONSTRUCTION – SUPPLIES – EQUIPMENT – SERVICES

Instructions Column 3

Enter the type of business: Minority Business Enterprise (MBE), Women-Owned Business Enterprise (WBE), or OTHER (NOTE: “OTHER” = Company or firm is Non-MBE or WBE)

Instructions Column 4

Enter the exact amount of the awarded contract

Instructions Column 5

Enter the exact date the contract was or will be executed

Instructions Column 6

Indicate if valid MBE/WBE Certification is attached

Column 1 Column 2 Column 3 Column 4 Column 5 Column 6

Name & Address of Contracted Firm/Vendor Procurement

Category MBE/WBE

Status Actual Contract

Awarded ($) Contract Execution

Date

MBE/WBE Certification Included? (Y/N) (if applicable)

1 Yes No

2 Yes No

Page 252: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-0373

Revised 2/16/2012

Column 1 Column 2 Column 3 Column 4 Column 5 Column 6

Name & Address of Contracted Firm/Vendor Procurement

Category MBE/WBE

Status Actual Contract

Awarded ($) Contract Execution

Date

MBE/WBE Certification Included? (Y/N) (if applicable)

3 Yes No

4

Yes No

5

Yes No

6

Yes No

7

Yes No

8

Yes No

9 Yes No

Signature - Applicant/Entity Representative Title Certification Date

III. TWDB APPROVAL SIGNATURE

Form meets DBE Requirements Yes No

DBE Coordinator Approval Date

Page 253: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106-A Rev 09/16

Monthly American Iron and Steel Certificate

Compliance Submittal by Owner (Sub-Recipient)

TWDB Project No.

Loan/Grant No.

This executed certificate must be submitted with each Outlay report for iron and steel

projects included within construction contracts.

I, , of (Name) (Title)

hereby certify that all iron and steel

products and/or materials incorporated into the construction, alteration,

maintenance, or repair of the subject project are in full compliance with the

American Iron and Steel requirements of Section 608 of the Federal Water

Pollution Control Act for the Clean Water State Revolving Fund or P.L. 113-

235, Consolidated and Further Continuing Appropriations Act 2015, for the

Drinking Water State Revolving Fund, or comply with waivers granted by the

U.S. Environmental Protection Agency.

I understand that a false statement herein may subject me to penalties under federal and

state laws relating to filing false statements and other relevant statutes.

Signature Date

Page 254: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DB-0154 Revised: 3/10/2016

Monthly Davis-Bacon Wage Rate Certificate of Compliance Submittal by Owner (Subrecipient)

TWDB Project No. _____________

Loan/Grant No. _______________

This executed certificate must be submitted with each Outlay report for labor included within construction contracts. This Certificate applies only for Financial Assistance CLOSED AFTER 10/30/2009. I , __________________________________, ______________________________________ of (Name) (Title) _________________________________ hereby certify that periodic reviews of a (Name of entity) representative sample of the weekly payroll data, and contractor weekly payroll

certifications, such as OMB No. 1235-0008, have been performed to verify that contractors

and subcontractors are paying the appropriate wage rate for compliance with section 513

of the Federal Water Pollution Control Act (33 U.S.C. 1372) for the Clean Water State

Revolving Fund or with section 1450(e) of the Safe Drinking Water Act (42 U.S.C.300j-9(e))

for the Drinking Water State Revolving Fund. These require compliance with 40 U.S.C.

§§3141–3147 (contained within the Davis-Bacon Act, as amended) and conformance with

the U.S. Department of Labor regulations at 29 CFR Part 5, (Labor Standards Provisions

Applicable to Contracts Covering Federally Financed and Assisted Construction) and 29

CFR Part 3 (Contractors and Subcontractors on Public Work Financed in Whole or in

Part by Loans or Grants from the United States).

I understand that a false statement herein may subject me to penalties under federal and

state laws relating to filing false statements and other relevant statutes.

__________________________________ __________________ Signature Date

Page 255: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

SECTION NO. 17

Texas Water Development Board

Guidance for Disadvantaged Business Enterprise (DBE) Program

(TWDB-0210)

Page 256: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB‐0210 Guidance For 

 U.S. Environmental Protection Agency 

Disadvantaged Business Enterprise Program       

Texas Water Development Board 1700 N. Congress Ave. 

P.O. Box 13231 Austin, TX 78711‐3231 

  

                  

    

Page 257: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     2 

 

 Table of Contents 

   

                  

About the DBE Program  Page 3 

When are DBE forms required?  Page 4 

How to Complete a TWDB‐0215 (Applicants/Entities)  Page 5 

How to Complete a TWDB‐0216 (Applicants/Entities and Prime Contractors)  Page 6 

How to Complete a TWDB‐0217 (Prime Contractors)  Page 7 

How to Complete a TWDB‐0373 (Applicants/Entities and Prime Contractors)  Page 8 

EPA DBE Forms  Page 9 

What is are the Six “Good Faith Efforts”?  Page 10 

How to Search the Centralized Masters Bidders List and Historically Underutilized Business Directory 

Page 11 

Example National Institute of Government Purchasing (NIGP) Commodity Codes  Pages 12‐15 

DBE Compliance Standards  Page 16 

Contract Administration Requirements  Page 17 

DBE Program Regulations  Page 18 

Glossary  Page 19 

Page 258: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     3 

 

About the Disadvantaged Business Enterprise Program It is the intent of the Texas Water Development Board (TWDB) to ensure that applicants, consultants and contractors are provided with information and guidance to successfully meet the EPA’s Disadvantaged Business Enterprise (DBE) program requirements. This guide covers the review process, descriptions and instructions for each form, elaboration on the ”Six Affirmative Steps” and “Good Faith Efforts”.   The TWDB’s Clean Water and Drinking Water State Revolving Fund (SRF) programs receive federal funds from the U. S. Environmental Protection Agency (EPA) annually and matched by the State of Texas to provide low‐interest rate loans to finance wastewater and drinking water projects.  As a condition of federal grant awards, EPA regulations require that loan recipients (municipalities, towns, public water authorities, etc.) and sub‐recipients (prime consultants and prime contractors) make a "Good Faith Effort" to award a fair share of work to contractors who are certified as Minority Business Enterprises (MBE's), and Women‐owned Business Enterprises (WBE's) whenever procuring construction, supplies, services and equipment.  The DBE Program is an outreach, education, and goal oriented program designed to increase the participation of MBE’s and WBE’s in procurements funded by EPA assistance agreements.  In addition, EPA regulations require evidence showing that loan recipients performed the "Six Affirmative Steps" during procurement situations.   

The TWDB’s current negotiated fair share goals are:  

CATEGORY      MBE      WBE Construction      12.94%     8.72% Equipment      7.12%      5.39% Supplies      9.68%      9.34% Services      10.84%     5.72% 

 The TWDB does not require that recipients meet the fair share objectives, however the EPA may take remedial action under 40 CFR § 33.105 for failure to comply with the good faith efforts requirements as detailed on page 10.  Since all construction, supplies, services, and equipment procurements require compliance with DBE, it is important that all forms are completed accurate and timely to prevent withholding of payments or project delays.          

Page 259: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     4 

 

When are DBE forms required? Entities receiving federal financial assistance through the SRF Programs will be required to submit DBE documentation at different phases during the project’s lifecycle (Project Application, Commitment and Closing, Planning/Design, and Construction Contract Phases).  Project Application Phase  Form  Responsibility 

  TWDB‐0215  Applicant/Entity 

Applicants requesting federal financial assistance through the SRF funds must include a TWDB‐0215 form with the loan application.  

 Commitment  and Closing Phase  Form  Responsibility 

  TWDB‐0216  Applicant/Entity 

TWDB‐0217  Prime Engineer, Financial Advisor, Bond Counsel 

TWDB‐0373  Applicant/Entity 

After loan commitment, but prior to closing, applicants must provide forms TWDB‐0216 and TWDB‐0373 forms. The project’s Prime Engineer, Financial Advisor, and Bond Counsel must complete a TWDB‐0217 form and indicate if any subcontracting opportunities will be available or if the contractor will be self‐performing the contract. Regardless of the procurement’s outcome, all entities must submit a TWDB‐0373 and list the contractors selected by the applicant for the project. Failure to comply or include a contractor and/or contract will result in denial of payment.  

 Planning/Design Phase  Form  Responsibility 

  TWDB‐0216  Prime Engineering Consultant 

TWDB‐0373  Prime Engineering Consultant 

DBE 6100‐3  Prime Engineering Consultant and Subcontractor 

DBE 6100‐4  Prime Engineering Consultant and Subcontractor 

Some projects require additional procurement during the planning phase for geotechnical and materials testing, pilot testing, surveying, archeological surveys, etc. Projects requiring additional procurements will require a TWDB‐0216 and TWDB‐0373 form be completed by the Prime Engineer.  

 Construction Contract Phase  Form  Responsibility 

  TWDB‐0216  Applicant/Entity 

TWDB‐0217  Prime Construction Contractor 

TWDB‐0373  Applicant/Entity 

TWDB‐0216  Prime Construction Contractor 

TWDB‐0373  Prime Construction Contractor 

DBE 6100‐3  Prime Construction Contractor and Subcontractors 

DBE 6100‐4  Prime Construction Contractor and Subcontractors 

For each Construction Contract, applicants are required to submit a TWDB‐0216 and TWDB‐0373 for the procurement of the project’s Prime Contractor. If the Prime Contractor is utilizing subcontractors for the project, then additional TWDB‐0216, TWDB‐0373, DBE 6100‐3 and DBE 6100‐4 forms must also be submitted.   

  

 

Page 260: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     5 

 

What is the significance of the TWDB‐0215? 

This form establishes the Applicant/Entity's understanding of federal guidelines and certifies their willingness to comply with EPA's "Good Faith Effort" policy in all project procurements paid for with federal loan proceeds. Section III describes the maximum potential Minority Business Enterprise/Women‐Owned Business Enterprise (MBE/WBE) procurement participation opportunities using the EPA negotiated goals.  

How to Complete a TWDB‐0215 

Step 1: If known, enter the 5‐digit project number assigned by the TWDB for the project in Section I, Box A.   

Step 2: Enter the name of the applicant/entity in Section I, Box B.  

Step 3: Enter the total TWDB funding request amount in Section I, Box C.  

Step 4: Select the type of loan requested (DWSRF or CWSRF) in Section I, Box D.  

Step 5: Read Section II regarding the six required “Good Faith Efforts.”  

Step 6: Provide signature, title, and certification date in Section II.  

Step 7: Enter the anticipated amounts of construction, equipment, supplies, and services in the left column of Section III. When entered, the potential MBE and WBE participation amounts will automatically be calculated according to the current fair share goals.    

            

 

 

 

Page 261: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     6 

 

What is the significance of the TWDB‐0216? 

This form identifies who was solicited and how the solicitation was conducted.  This form is required for applicants who procure Bond Counsel, Financial Advisor, and Prime Engineering professional services and intend to fund those services with federal loan proceeds.   

How to Complete a TWDB‐0216  Step 1: If known, enter the 5‐digit project number assigned by the TWDB for the project in Section I, Box A.   

Step 2: Enter the name of the applicant/entity in Section I, Box B.  

Step 3: Enter the total TWDB funding request amount in Section I, Box C.  

Step 4: Select the type of loan requested (DWSRF or CWSRF) in Section I, Box D.  

Step 5: Provide the project’s name.  

Step 6: Indicate who is soliciting the project (Applicant/Entity or Prime Contractor).  

Step 7: Select the project phase for which procurement is sought (Application, Planning/Design, or Construction). If the project is the Construction Contract phase, please indicate the contract number.  

Step 8: Provide the business name, point of contact, addresses, telephone number, and e‐mail for each business solicited for procurement in Section II, Columns 1‐4. Entities must solicit to a minimum of 3 businesses/firms for each type of contract sought (i.e. three engineering, financial advisor, and bond counsel firms) to demonstrate a Good Faith Effort.  

Step 9: Provide the category of procurement (construction, equipment, supplies, and services) in Section II, Column 5.   

Step 10: Indicate whether the firm is a Minority Business Enterprise (MBE), Women‐Owned Business Enterprise (WBE), or Other (non‐MBE/WBE firms) in Section II, Column 6.  

Step 11: Indicate the combination of solicitation methods utilized for procurement in Section II, Column 7. To achieve a “Good Faith Effort” a minimum of two methods must be utilized for solicitation, however additional methods are encouraged by the TWDB should any of the attempted methods fail to meet DBE program requirements.  

Step 12: Attach a copy of the advertisement, RFQ packet, bid tabulation, fax/emails, pre‐bid meeting sign‐in sheet, or any other backup solicitation documentation (required).  Step 13: Provide signature, title, and certification date at the end of Section II.  

Important Note! To meet DBE requirements, applicants and contractors must demonstrate “Good Faith Efforts” in maximizing the potential for contracting and subcontracting opportunities. For tips on meeting “Good Faith Efforts” requirements please see page 9.  

 

Page 262: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     7 

 

What is the significance of the TWDB‐0217? 

This form establishes each prime contractor's understanding of federal guidelines and certifies their willingness to comply with EPA's "Good Faith Effort" policy in all project procurements paid for with federal loan proceeds.  Section III describes the maximum potential MBE/WBE subcontracting opportunities using the pre‐established goals. Prior to closing, a TWDB‐0217 from each prime contractor (i.e. Prime Engineer, Financial Advisor, Bond Counsel, Prime Contractor, etc.) must be submitted for review and approval and may be included with the financial assistance application if procurement has already occurred.  

How to Complete a TWDB‐0217 Step 1: If known, enter the 5‐digit project number assigned by the TWDB for the project in Section I, Box A.   

Step 2: Enter the name of the applicant/entity in Section I, Box B.  

Step 3: Enter the total TWDB funding request amount in Section I, Box C.  

Step 4: Select the type of loan requested (DWSRF or CWSRF) in Section I, Box D.  

Step 5: Please enter the name of the prime contractor.  

Step 6: If the project is the Construction Contract phase, please indicate the contract number.  

Step 7: Provide the dollar amount for each prime contract.  

Step 8: Read Section II regarding the six required “Good Faith Efforts.”  If there are no available subcontracting opportunities, the prime contract shall certify they will fulfill 100 percent of the contract requirements with their own employees and resources in the designated exception box.   

Step 9: Enter the anticipated amounts of construction, equipment, supplies, and services applicable to the contract in the left column of Section III. When entered, the potential MBE and WBE participation amounts will automatically be calculated according to the current fair share goals.  

Step 10: Provide signature, title, and certification date in Section II. 

   

       

Page 263: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     8 

 

What is the significance of the TWDB‐0373? This form describes all contracts actually awarded by the Applicant/Entity and/or Prime Contractor.  The TWDB‐0373 form should also include a copy of the contractor’s official DBE certification to confirm Minority and Women‐Owned Business Enterprises status.  

How to Complete a TWDB‐0373 Step 1: If known, enter the 5‐digit project number assigned by the TWDB for the project in Section I, Box A.   

Step 2: Enter the name of the applicant/entity in Section I, Box B.  

Step 3: Enter the total TWDB funding request amount in Section I, Box C.  

Step 4: Select the type of loan requested (DWSRF or CWSRF) in Section I, Box D.  

Step 5: Provide the project’s name.  

Step 6: Indicate who is soliciting the project (Applicant/Entity or Prime Contractor).  

Step 7: Select the project phase for which procurement is sought (Loan Commitment/Closing, Planning/Design, or Construction). If the project is the Construction Contract phase, please indicate the contract number.  

Step 8: Provide the name and address of each contractor in Section II, Column I.  

Step 9: Provide the category of procurement (construction, equipment, supplies, and services) in Section II, Column 2.   

Step 10: Indicate whether the firm is a Minority Business Enterprise (MBE), Women‐Owned Business Enterprise (WBE), or Other (non‐MBE/WBE firms) in Section II, Column 3.  

Step 11: List the actual contracted amount for each contract in Section II, Column 4.   

Step 12: List the actual contract execution date for each contract in Section II, Column 5.  

Step 13: Provide indicate (Y/N) if the MBE/WBE certification is attached in Section II, Column 6 and attach a copy of a valid certification if the contractor has DBE certification issued by: the City of Austin, City of Houston, Texas Department of Transportation, Texas Comptroller of Public Accounts (HUB), Southwest Minority Supplier Development Council, North Central Texas Regional Certification Agency, DFW Minority Business Council or Women's Business Council.  

Step 14: Provide signature, title, and certification date in Section II.  

Important Note! Please ensure that all contractors to be paid with federal SRF funding are included on the form. Failure to do so will result in denial of payment.  

    

Page 264: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     9 

 

EPA Disadvantaged Business Enterprise Forms   Effective December 1, 2013, the EPA reissued the DBE 6100‐2, 6100‐3, and 6100‐4 forms for use in the SRF programs. Prime Consultants and Prime Contractors utilizing subcontractors for any applicable project must provide the applicable forms to the TWDB for approval of subcontractors in the Planning/Design and Construction Contract phases.  

 DBE 6100‐2 – Subcontractor Participation Form The EPA requires that Prime Consultants and Prime Contractors provide the DBE 6100‐2 form to subcontractors for each project. The form provides the opportunity for the DBE subcontractor to report any concerns regarding the EPA‐funded project (such as termination by the Prime Consultant or Prime Contractor, late payments, etc.). The DBE 6100‐2 form is not required for approval from the TWDB; however subcontractors are encouraged to submit the form to EPA Region 6’s DBE Coordinator, Debora Bradford directly if issues arise during the project.  

DBE 6100‐3 – Subcontractor Performance Form The EPA requires that Prime Consultants and Prime Contractors utilize the DBE 6100‐3 form when utilizing subcontractors for each project. This form describes the type of work (Construction, Services, Equipment or Supplies) and price of work submitted to the Prime Contractor. The Prime Consultant or Prime Contractor must require its subcontractors to complete and include the form in the bid or proposal package for each proposed subcontractor. Additionally, the Prime Contractor and Subcontractor must both sign the DBE 6100‐3 form for approval.   

DBE 6100‐4 – DBE Subcontractor Utilization Form The EPA requires that Prime Consultants and Prime Contractors utilize the DBE 6100‐4 form to document the actual and/or anticipated use of identified subcontractors for each Construction Contract. This form lists each proposed subcontractor, business contact information, and estimated dollar amount of each subcontract. The Prime Consultant or Prime Contractor must require its subcontractors to complete and include the form in the bid or proposal package for each proposed subcontractor.  Additionally, the Prime Contractor and Subcontractor must both sign the DBE 6100‐4 form for approval.  For questions or concerns regarding the EPA’s DBE forms, please contact EPA Region 6’s DBE Coordinator Debora Bradford at (214) 665‐7406.   

     

Page 265: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     10 

 

What is a “Good Faith Effort”? The “Good Faith Effort” activities by a recipient and its prime contractor are to increase DBE awareness of procurement opportunities through race/gender neutral efforts. Race/gender neutral efforts are ones which increase awareness of contracting opportunities in general, including outreach, recruitment and technical assistance.   According to 40 CFR § 33.301, a recipient is required to make the following “Good Faith Efforts” whenever procuring construction, equipment, services and supplies under an EPA financial assistance agreement:   

(a) Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources.   

(b) Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.   

(c) Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.   

(d) Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually.   

(e) Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce.   

(f) If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs (a) through (e) of this section.   Important Note! To achieve a “Good Faith Effort” the entity or prime contractor must utilize a combination of two methods to solicit services, supplies, equipment, and construction for the project. Applicants and contractors are encouraged to search databases provided by those listed below to enhance MBE/WBE contractor participation. 

‐ Small Business Administration (http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm) ‐ Texas Department of Transportation (www.txdot.gov/apps‐cg/tucp/) ‐ City of Austin (www.austintexas.gov/smbr/vendors/certvendor.cfm) ‐ City of Houston (https://houston.mwdbe.com/FrontEnd/VendorSearchPublic.asp) ‐ Texas Comptroller of Public Accounts (https://mycpa.cpa.state.tx.us/tpasscmblsearch/)  

 

Page 266: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     11 

 

How to Search the Centralized Masters Bidders List and Historically Underutilized Business Directory  NIGP Class‐Item Codes contain 5‐digits. To obtain the five digit code, combine the three digit class code with its corresponding two digit item number  Step 1: Clink on this link: https://mycpa.cpa.state.tx.us/tpasscmblsearch/ 

Step 2: Select the type of business search: CMBL only, HUBs on CMBL, HUBs not on CMBL, HUB mentor protégé, or all vendors.  

Step 3: Enter the respective commodity class, item and district codes (please see next page for related water and wastewater commodities) and hit Search. 

Step 4: One the following page, select the information you would like to obtain from the database, including: contact information, address, business description, gender, ethnicity, and website. 

Step 5: Search Results will appear with the requested information. 

Step 6: Click on the Vendor ID or business name to pull up detailed vendor information to confirm HUB status (A = Active, N = Not HUB), contact information, and registered commodities. 

Step 7: Gather physical or email contact information from the search results list and distribute the project solicitation.    

Page 267: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     12 

 

Example National Institute of Government Purchasing (NIGP) Commodity Codes  

Class  Item(s) Description

890 (Water Supply, Groundwater, Sewage Treatment, and Related Equipment) 

01 ‐ 95 Equipment (various)

907 (Architectural and Engineering Services – Non‐Professional) 

42 Geotechnical – Soils

907 (Architectural and Engineering Services – Non‐Professional) 

75 Site Assessment and Site Field Observation 

907 (Architectural and Engineering Services – Non‐Professional) 

83 Testing Services

912 (Construction Services, General)  16 Boring, Drilling, Testing, Soundings 

912 (Construction Services, General)  23 Construction, General (Backfill Services, Digging, Ditching, Road Grading, Rock Stabilization) 

912 (Construction Services, General)  40 Demolition Services

912 (Construction Services, General)  44 Excavation Services

912 (Construction Services, General)  75 Quality Control Testing Services 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

39 Construction, Pipe Culvert

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

40 Construction, Pipeline

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

45 Construction, Sewer and Storm Drain 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

47 Construction, Sidewalk and Driveway 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

56 Construction, Utility/Underground Projects 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

59 Construction and Upgrades, Wastewater Treatment Plant 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

60 Construction, Water System/Plants, Main and Service Line 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

63 Lime Slurry Removal Services

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

77 Maintenance and Repair, Pipe Culvert 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

78 Maintenance and Repair, Pipeline (Includes Removal and Relocation) 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

81 Maintenance and Repair, Sewer and Storm Drain (Including Removal) 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

82 Maintenance and Repair, Sidewalk and Driveway (Including Removal) 

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

89 Maintenance and Repair, Utility/Underground Projects

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

91 Maintenance and Repair, Wastewater Treatment Plant

913 (Construction Services, Heavy – Including Maintenance and Repairs) 

92 Maintenance and Repair, Water System, Main and Service Line 

914 (Construction Services, Trade (New Construction)) 

27 ‐88 Construction Trades (various)

918 (Consulting Services)  16 Archeological Consulting

Page 268: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     13 

 

918 (Consulting Services)  41 Energy Conservation Consulting 

918 (Consulting Services)  42 Engineering Consulting

918 (Consulting Services)  43 Environmental Consulting

918 (Consulting Services)  46 Feasibility Studies (Consulting) 

918 (Consulting Services)  55 Geological Consulting and Study 

918 (Consulting Services)  72 Lakes, Rivers, and Other Waterway Management Consulting Services 

918 (Consulting Services)  74 Legal Consulting

918 (Consulting Services)  97 Utilities: Gas, Water, Electric Consulting 

925 (Engineering Services, Professional)  17 Civil Engineering

925 (Engineering Services, Professional)  24 Desalination (Process and Facilities) Engineering

925 (Engineering Services, Professional)  28 Drainage Engineering

925 (Engineering Services, Professional)  33 Engineer Services, Professional 

925 (Engineering Services, Professional)  34 Energy Management Engineering 

925 (Engineering Services, Professional)  35 Environmental Engineering

925 (Engineering Services, Professional)  36 Engineering Services (Not Otherwise Classified)

925 (Engineering Services, Professional)  37 Facilities Design Services, Engineering 

925 (Engineering Services, Professional)  44 General Construction: Management, Scheduling, Cost Estimation – Engineering 

925 (Engineering Services, Professional)  45 Geological Engineering

925 (Engineering Services, Professional)  46 Geotechnical Engineering

925 (Engineering Services, Professional)  58 Irrigation; Drainage: Flood Control/Engineering

925 (Engineering Services, Professional)  61 Land Development and Planning/Engineering 

925 (Engineering Services, Professional)  70 Municipal Engineering

925 (Engineering Services, Professional)  77 Pollution Control Engineering

925 (Engineering Services, Professional)  78 Power Generation, Transmission, Distribution ‐Engineering 

925 (Engineering Services, Professional)  83 Sanitary Engineering

925 (Engineering Services, Professional)  87 Sewage Collection, Treatment, and Disposal Engineering

925 (Engineering Services, Professional)  96 Waste Water Treatment Engineering 

925 (Engineering Services, Professional)  97 Water Supply, Treatment, and Distribution/Engineering

926 (Environmental and Ecological Services)  14 Air Pollution Control Services (Including Data Collection Research and Development, etc.) 

926 (Environmental and Ecological Services)  23 Auditing Services, Environment 

926 (Environmental and Ecological Services)  29 Contaminated Groundwater Services (Including Discharge Pipe Installation) 

926 (Environmental and Ecological Services)  40 Ecological Services

926 (Environmental and Ecological Services)  41 Ecosystem Development, Management and Protection Services 

926 (Environmental and Ecological Services)  42 Environmental Services (Not Otherwise Classified)

926 (Environmental and Ecological Services)  52 Impact Studies, Environmental 

926 (Environmental and Ecological Services)  62 Noise Testing Services

926 (Environmental and Ecological Services)  70 Permitting Services, Environmental 

926 (Environmental and Ecological Services)  72 Planning and Advisory Services, Environmental

926 (Environmental and Ecological Services)  83 Site Assessment, Environmental 

926 (Environmental and Ecological Services)  85 Soil, Soil Vapor, and Groundwater Sampling and Analysis (Including Disposal) 

926 (Environmental and Ecological Services)  88 Storm Water Discharge Testing Services 

926 (Environmental and Ecological Services)  90 Subsurface Testing, Environmental 

926 (Environmental and Ecological Services)  91 Tank Testing and Disposal Services, Storage (Including 

Page 269: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     14 

 

Underground Types)

926 (Environmental and Ecological Services)  94 Water Pollution Services

926 (Environmental and Ecological Services)  95 Water/Wastewater Conservation Services 

926 (Environmental and Ecological Services)  96 Wetland Delineations (Including Assessments)

946 (Financial Services)  25 Banking Services

946 (Financial Services)  30 Cash/Securities and Bonding Services 

946 (Financial Services)  38 Custom Brokerage Services (Including Stocks and Bonds)

946 (Financial Services)  48 Financial Advisor

946 (Financial Services)  49 Financial Services (Not Otherwise Classified) 

946 (Financial Services)  56 Investment Management Services 

946 (Financial Services)  60 Loan Administration

946 (Financial Services)  66 Monetary Systems (Including Analysis, Liquidity, Policy, etc.) 

946 (Financial Services)  75 Securities and Commodities Market Services (Including Direct or Indirect Purchases, Sales and Transactions of Equities, Fixed Income, Options, and Derivatives on an Agency and Principal Basis) 

946 (Financial Services)  85 Trusts, Estates and Agency Accounts 

958 (Management Services)  05 Asset Management Services

958 (Management Services)  12 Bio‐Solids Management Services 

958 (Management Services)  26 Construction Management Services 

958 (Management Services)  39 Financial Management Services 

958 (Management Services)  77 Project Management Services

958 (Management Services)  85 Soil and Land Management Services (Including Testing, Protection, Preparation, Planning, etc.) 

961 (Miscellaneous Services, No 1. ( Not Otherwise Classified)) 

01 Archeological Services

961 (Miscellaneous Services, No 1. ( Not Otherwise Classified)) 

32 Environmental Impact Studies

961 (Miscellaneous Services, No 1. ( Not Otherwise Classified)) 

49 Legal Services, Attorney

961 (Miscellaneous Services, No 1. ( Not Otherwise Classified)) 

85 Utility Services, Water

961 (Miscellaneous Services, No 1. ( Not Otherwise Classified)) 

91 Water and Petroleum Pipeline Services 

962 (Miscellaneous Services, No 2. ( Not Otherwise Classified)) 

14 Blue Printing Services: Blue Prints, Blue Line, Large Engineering 

962 (Miscellaneous Services, No 2. ( Not Otherwise Classified)) 

39 Hauling Services

962 (Miscellaneous Services, No 2. ( Not Otherwise Classified)) 

50 Leak Detection Services: Gas, Water, Chemical

962 (Miscellaneous Services, No 2. ( Not Otherwise Classified)) 

52 Mapping Services (Including Cartography and Surveying Services (Not Aerial – See 902‐33 and 905‐10 for Aerial Mapping and Surveying Services) 

962 (Miscellaneous Services, No 2. ( Not Otherwise Classified)) 

92 Video Scanning of Sewers, Water Wells, etc. 

962 (Miscellaneous Services, No 2. ( Not Otherwise Classified)) 

94 Water Services, Bottled and Bulk Delivery (Tanker Services) 

962 (Miscellaneous Services, No 2. ( Not Otherwise Classified)) 

96 Well Services (Including Oil, Gas, and Water): Drilling, Plugging, Consulting, Maintenance and Repair 

968 (Public Works and Related Services)  18 Back Flow Preventer Testing Services 

Page 270: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     15 

 

968 (Public Works and Related Services)  47 Inspection Services, Construction Type 

968 (Public Works and Related Services)  63 Relocation and/or Removal Services for Utility Works

968 (Public Works and Related Services)  66 Right of Way Services (Including Title, Appraisal, Negotiation, Closing, Relocation, Condemnation, etc.) 

968 (Public Works and Related Services)  73 Storm Drain Cleaning, Repair, and Sludge Removal Services 

968 (Public Works and Related Services)  78 Tank Installation, Removal, Disposal, and Related Services (Including Septic and Underground Type) 

968 (Public Works and Related Services)  91 Water Supply Analysis, Infrastructure Analysis, Water Quality Analysis, and Long‐Term Planning 

968 (Public Works and Related Services)  92 Water Supply Plant Operating and Monitoring System Services (Including Water Resources Development and Water Quality Management Services) 

968 (Public Works and Related Services)  96 Water and Wastewater Treatment Services 

                           

Page 271: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     16 

 

DBE Compliance Standards Entities receiving federal loan assistance through the SRF programs are required to remain in compliance with DBE requirements through all phases of the project including: Project Application Phase, Commitment Phase, Planning/Design Phase, and Construction Contract Phase(s).   Entities and prime contractors are encouraged to review the TWDB’s DBE Compliance Policy (DW‐099/CW‐099) and requirements for compliance for each phase and the respective form(s). Entities and prime contractors are also reminded that a project bidders list is required by the U.S. EPA DBE program. The list must include all firms that bid or quote on subcontracts under EPA assisted projects, including both MBE/WBEs and non‐MBE/WBEs. The bidders list must be kept until the grant project period has expired and the recipient is no longer receiving EPA funding under the loan. For entities receiving identified loans, the bidders list must be kept until the project period for the identified loan has ended (See form TWDB‐0216)  

Additionally, backup documentation supporting the solicitation methods utilized must be included with the forms to determine if DBE requirements were met. Entities and prime contractors should make certain that the required DBE language is included in the solicitation prior to advertisement. Copies of the RFQ, advertisement/affidavit, pre‐bid meetings, fax/email/letter correspondence, website postings, and governmental/trade publications are all examples of adequate backup to determine if a “Good Faith Effort” was undertaken.   Due to U.S. EPA DBE program reporting requirements, the TWDB requests that all information on form TWDB‐0373 be completed as accurate as possible, including exact contract amounts, MBE/WBE status, and executed dates. Entities and Prime Contractors seeking to utilize MBE/WBE contractors must include the respective firm’s certification with form TWDB‐0373 for validation. Once reviewed, TWDB staff reports MBE/WBE contractor utilization for each federal program on a semi‐annual basis.   As of December 1, 2013, the EPA reissued the DBE 6100‐2, 6100‐3, and 6100‐4 forms for Prime Consultants and Prime Contractors utilizing subcontractors on applicable EPA funded projects. Inclusion of the 6100‐3 and 6100‐4 forms are required for proposal/bid responses and approval by the TWDB.   It is important for the Entity and Prime Contractor to coordinate closely During the Construction Contract phase to ensure that all DBE requirements have been met throughout all construction phases to avoid project delays or loan commitment expiration deadlines.     

 

 

Page 272: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     17 

 

Contract Administration Requirements 

Each procurement contract signed by an EPA financial assistance agreement recipient, including those for an identified loan under an EPA financial assistance agreement capitalizing a revolving loan fund, must include the following term and condition:   Appendix A to Part 33—Terms and Conditions 

The contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies.  

Additionally, the following U.S. EPA DBE regulations apply: (a) A recipient must require its prime contractor to pay its subcontractor for satisfactory performance no more than 30 days from the prime contractor’s receipt of payment from the recipient.  (b) A recipient must be notified in writing by its prime contractor prior to any termination of a DBE subcontractor for convenience by the prime contractor.  (c) If a DBE subcontractor fails to complete work under the subcontract for any reason, the recipient must require the prime contractor to employ the six good faith efforts described in § 33.301 if soliciting a replacement subcontractor.  (d) A recipient must require its prime contractor to employ the six good faith efforts even if the prime contractor has achieved its fair share objectives.  

 

 

 

 

 

 

 

 

 

Page 273: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     18 

 

DBE Program Regulations 

TWDB DBE Program Webpage: http://www.twdb.texas.gov/financial/programs/DBE/index.asp   DBE Final Rule (40 CFR Parts 30, 31, 33, 35, and 40): 

http://www.epa.gov/osbp/pdfs/dbe/final%20dbe%20rule.pdf 

MBE/WBE Certification Fact Sheet: http://www.epa.gov/osbp/pdfs/dbe/mbe_wbe_certification.pdf 

  

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Page 274: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

DBE Guidance  TWDB‐0210, Last Updated 2/5/15     19 

 

Glossary 

Construction means erection, alteration, or repair (including dredging, excavating, and painting) of 

buildings, structures, or other improvements to real property, and activities in response to a release or a 

threat of a release of a hazardous substance into the environment, or activities to prevent the 

introduction of a hazardous substance into a water supply. 

Disadvantaged business enterprise (DBE) means an entity owned or controlled by a socially and economically disadvantaged individual as described by Public Law 102–389 (42  U.S.C. 4370d) or an entity owned and controlled by a socially and economically disadvantaged individual 

as described by Title X of the Clean Air Act Amendments of 1990 (42 U.S.C. 7601 note); a Small Business 

Enterprise (SBE); a Small Business in a Rural Area (SBRA); or a Labor Surplus Area Firm (LSAF), a 

Historically Underutilized Business (HUB) Zone Small Business Concern, or a concern under a successor 

program. 

Equipment means items procured under a financial assistance agreement as defined by applicable 

regulations (for example 40 CFR 30.2 and 40 CFR 31.3) for the particular type of financial assistance 

received. 

Good faith efforts means the race and/ or gender neutral measures described in subpart C of this part. 

Minority business enterprise (MBE) means a Disadvantaged Business Enterprise (DBE) other than a Small 

Business Enterprise (SBE), a Labor Surplus Area Firm (LSAF), a Small Business in Rural Areas (SBRA), or a 

Women’s Business Enterprise (WBE). 

Recipient means an entity that receives an EPA financial assistance agreement or is a sub‐recipient of 

such agreement, including loan recipients under the Clean Water State Revolving Fund Program, 

Drinking Water State Revolving Fund Program, and the Brownfields Cleanup Revolving Loan Fund 

Program. 

Services means a contractor’s labor, time or efforts provided in a manner consistent with normal 

business practices which do not involve the delivery of a specific end item, other than documents (e.g., 

reports, design drawings, specifications). 

Supplies means items procured under a financial assistance agreement as defined by applicable 

regulations for the particular type of financial assistance received. 

Women’s business enterprise (WBE) means a business concern which is at least 51% owned or controlled 

by women for purposes of EPA’s 8% statute or a business concern which is at least 51% owned and 

controlled by women for purposes for EPA’s 10% statute. Determination of ownership by a married 

woman in a community property jurisdiction will not be affected by her husband’s 50 percent interest in 

her share. Similarly, a business concern which is more than 50 percent owned by a married man will not 

become a qualified WBE by virtue of his wife’s 50 percent interest in his share. 

Page 275: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

SECTION NO. 18

Texas Water Development Board

American Iron and Steel (AIS)

Guidance for Clean Water & Drinking Water State Revolving Fund Projects

(Only apply to the TWDB funded Sanitary Sewer and Pavement items in the Proposal)

Page 276: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 1 of 29

American Iron and Steel (AIS)

Guidance for

Clean Water & Drinking Water

State Revolving Fund Projects

Page 277: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 2 of 29

Table of Contents

Overview .............................................................................................................................................. 4

Effective Dates .................................................................................................................................... 4

United States (U.S.) Environmental Protection Agency (EPA) Guidance .......................................... 5

Covered Iron and Steel Products ......................................................................................................... 6

Waivers ................................................................................................................................................ 6

Waiver Process ............................................................................................................................ 7

Compliance ............................................................................................................................................... 7

TWDB Compliance Procedures ........................................................................................ 8

Recommendations and Best Management Practices ..................................................................... 9

Attachment 1: American Iron and Steel Requirement Guidance (March 20, 2014) ............................. 11

Attachment 2: Questions and Answers Part 1: Valves and Hydrants (May 30, 2014) ......................... 12

Attachment 3: Questions and Answers Part 2: Products, Projects and Process (September 10, 2014) ......................................................................................................... 13

Attachment 4: Questions and Answers Part 3: Plans and specifications dates,

Refinancing and Coatings (March 16, 2015) .................................................................................. 14 Attachment 5: EPA Approved Waivers .................................................................................. 15

a. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated

Appropriations Act (CAA) (April 15, 2014) ............................................................................ 15

b. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76,

Consolidated Appropriations Act (CAA) (April 15, 2014) ...................................................... 16

c. Short-Term National Product Waiver for Stainless Steel Nuts and Bolts used in

Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 18, 2015) ........................ 17

d. National Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015) .............. 18

e. National Product Waiver for Minor Components in Iron and Steel Products

(with Cost Ceiling) (October 27, 2015) .................................................................................... 19

f. One-Year Extension of the Short-Term National Product Waiver for Stainless Steel Nuts and

Page 278: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 3 of 29

Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016) .. 20

Attachment 6: EPA Waiver Request .................................................................................................... 21

Information Checklist for Waiver Request .......................................................................... 21

EPA Checklist for Waiver Request .................................................................................................. 22

Attachment 7: Construction Contract Language ...................................................................... 23

Attachment 8: Sample Certifications ...................................................................................... 24

Final Manufacturer Certification ..................................................................................................... 25

Step Certification ................................................................................................................................... 26

Step Certification Letter ............................................................................................... 26

Step Certification Log .................................................................................................. 27

De Minimis Log ............................................................................................................. 28

Attachment 9: Monthly American Iron and Steel Certificate ......................................................... 29

Page 279: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 4 of 29

Overview

It is the intent of the Texas Water Development Board (TWDB) to ensure that applicants, consultants

and contractors are provided with procedures and recommendations for implementation of the

American Iron and Steel (AIS) provisions for the Clean and Drinking Water State Revolving Funds.

These provisions are currently contained in Section 608 of the Federal Water Pollution Control Act for

the Clean Water State Revolving Fund (CWSRF) and P.L. 114-113, Consolidated Appropriations Act

2016, for the Drinking Water State Revolving Fund (DWSRF).

The AIS provisions require CWSRF and DWSRF assistance recipients to use iron and steel products

that are produced in the United States for projects for the construction, alteration, maintenance, or

repair of a public water system or treatment works. Based on the statutory provisions, the effective

date depends on the date the TWDB loan was closed and varies by program.

Effective Dates

CWSRF:

1. If the loan closed before January 17, 2014 Exempt from AIS

2. If the loan closed on January 17, 2014 through September 30, 2014:

(a) If the Plans and Specifications were submitted to the TWDB prior

to or on January 17, 2014 and approved by TWDB between January

17, 2014 and April 15, 2014

Exempt from AIS

(b) If the Plans and Specifications were submitted to the TWDB

prior to or on January 17, 2014 and approved by TWDB after April

15, 2014

AIS applies

(c) If the Plans and Specifications were submitted to the TWDB after

January 17, 2014 AIS applies

3. If the loan closed on or after October 1, 2014:

(a) If the Plans and Specifications were approved by TWDB prior to

June 10, 2014 Exempt from AIS

(b) If the Plans and Specifications were approved by TWDB on or

after June 10, 2014 AIS applies

Page 280: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 5 of 29

DWSRF:

1. If the loan closed before January 17, 2014 Exempt from AIS

2. If the loan closed on January 17, 2014 through December 15, 2014:

(a) If the Plans and Specifications were submitted to the TWDB prior

to or on January 17, 2014 and approved by TWDB between January

17, 2014 and April 15, 2014

Exempt from AIS

(b) If the Plans and Specifications were submitted to the TWDB

prior to or on January 17, 2014 and approved by TWDB after April

15, 2014

AIS applies

(c) If the Plans and Specifications were submitted to the TWDB after

January 17, 2014 AIS applies

3. If the loan closed on or after December 16, 2014:

(a) If the Plans and Specifications were approved by TWDB prior to

December 16, 2014 Exempt from AIS

(b) If the Plans and Specifications were approved by TWDB on or

after December 16, 2014 AIS applies

CWSRF and DWSRF

Planning, Acquisition, and Design funded separately from the Construction Phase:

If the original loan for the planning and/or design of a project closed prior to January 17, 2014,

then the AIS provision would not apply to the construction phase of the same project.

United States (U.S.) Environmental Protection Agency (EPA) Guidance

EPA has provided guidance through the following resources:

1. American Iron and Steel Requirement Guidance (March 20, 2014) (Attachment 1)

2. Questions and Answers Part 1: Valves and Hydrants (May 30, 2014) (Attachment 2)

3. Questions and Answers Part 2: Products, Projects and Process (September 10, 2014)

(Attachment 3)

4. Questions and Answers Part 3: Plans and specifications dates, Refinancing and Coatings

(March 16, 2015) (Attachment 4)

5. EPA’s American Iron and Steel webpage - http://water.epa.gov/grants_funding/aisrequirement.cfm

Please contact TWDB with any questions regarding applicability of AIS requirements.

Page 281: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 6 of 29

Covered Iron and Steel Products

If the project receiving CWSRF or DWSRF funds must comply with the AIS requirements, then all

covered iron and steel products must be made in the United States, no matter whether the CWSRF or

DWSRF was the source of funds used to purchase a particular covered iron and steel product. The entity

may not use funds from non-State Revolving Fund sources, including the entity’s own funds, to pay for a

non-compliant iron or steel product used in the project.

AIS requirements apply to the following products made primarily of iron or steel, permanently

incorporated into the public water system or treatment works:

Lined or unlined pipes or fittings

Manhole Covers

Municipal Castings

Hydrants

Tanks

Flanges

Pipe clamps and restraints

Valves

Structural steel

Reinforced precast concrete

Construction materials

Mechanical and electrical components, equipment, and systems are not considered iron and steel

products, and are exempt from AIS requirements. Mechanical equipment is typically that which has

motorized parts and/or is powered by a motor. Electrical equipment is typically any machine powered

by electricity and includes components that are part of the electrical distribution system.

Waivers

AIS provisions permit EPA to issue waivers for a case or category of cases where EPA finds (1) that

applying these requirements would be inconsistent with the public interest; (2) iron and steel products

are not produced in the United States in sufficient and reasonably available quantities and of a

satisfactory quality; or (3) inclusion of iron and steel products produced in the United States will

increase the cost of the overall project by more than 25 percent.

EPA has granted nationwide waivers, which are attached hereto as Attachment 5:

1. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act

(CAA) (April 15, 2014) The De Minimis waiver permits the use of products when they occur in

de minimis incidental components to the project. Funds used for de minimis incidental

Page 282: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 7 of 29

components cumulatively may not exceed 5% of the total cost of the materials used in and

incorporated into the project; the cost of an individual item may not exceed 1% of the total cost of

materials used in and incorporated into the project.

2. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76, Consolidated

Appropriations Act (CAA) (April 15, 2014)

3. Short-Term National Product Waiver for Stainless Steel Nuts and Bolts used in Pipe Couplings,

Restraints, Joints, Flanges, and Saddles (February 18, 2015)

4. National Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015)

5. National Product Waiver for Minor Components in Iron and Steel Products (with Cost Ceiling)

(October 27, 2015)

6. One-Year Extension of the Short-Term National Product Waiver for Stainless Steel Nuts and

Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016)

EPA’s American Iron and Steel webpage includes any waivers issued since July 15, 2016 -

http://water.epa.gov/grants_funding/aisrequirement.cfm

Waiver Process

EPA has implemented a waiver application process to allow the State, on behalf of the applicant, to

apply for waivers of the AIS requirement directly to EPA Headquarters. Only waiver requests

received from the State will be considered. A waiver application may be submitted at any time during

the project, however until a waiver is granted by EPA, the AIS requirement stands.

In order to apply for a project waiver, the assistance recipient should email the request in the form of a

Word document (.doc) to the TWDB project engineer. Proper and sufficient documentation must be

provided by the assistance recipient.

After receiving an application for waiver of the AIS requirements, EPA Headquarters will publish the

request on its website for 15 days and receive informal comment. EPA Headquarters will then

determine whether the application properly and adequately documents and justifies the statutory basis

cited for the waiver – that it is quantitatively and qualitatively sufficient – and to determine whether or

not to grant the waiver. EPA will notify TWDB that a waiver request has been approved or denied as

soon as such a decision has been made. Approved waivers will be posted on the EPA website. The

applicant should keep a copy of the signed waiver in their AIS Certification File.

Compliance

In order to ensure compliance with the AIS requirement, specific AIS contract language must be

included in each contract, including the construction material purchase agreements. The applicant

should be aware that AIS requirements will apply to the project through the TWDB commitment

resolution.

Page 283: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 8 of 29

It is the applicant’s responsibility to ensure that all construction and purchase contracts are executed in

compliance with AIS, and a record of all forms and certifications necessary to demonstrating

compliance with AIS is maintained. To demonstrate compliance with AIS requirements either the final

manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide

a certification asserting that all manufacturing processes occurred in the United States, or the applicant

may use a step certification process, similar to the Federal Highway Administration. The applicant is

also responsible for monitoring De Minimis Logs to ensure all iron and steel products listed on the log

meet the requirements of the EPA’s De Minims waiver.

TWDB relies on self-certification by the applicant to document compliance with AIS, and requires the

applicant to submit a Monthly American Iron and Steel Certificate of Compliance Submittal with each

outlay report. Failure to submit the Monthly American Iron and Steel Certificate of Compliance could

delay the release of funds.

TWDB Compliance Procedures

In order to be in compliance and satisfy TWDB’s requirements for implementation of AIS

requirements, entities will need to do the following:

1. If requesting a waiver, the applicant shall prepare and submit any waiver request to the

TWDB project engineer. TWDB will forward all requests to EPA. Any waiver to the AIS

requirements must be issued by the EPA. A checklist detailing the types of information

required for a waiver to be processed, and EPA’s waiver determination checklist is attached

as Attachment 6.

2. Applicants shall include the following language in the advertisement for bids for all

construction contracts funded by the TWDB’s DWSRF or CWSRF:

For CWSRF, include - Any contract(s) awarded under this Invitation for Bids is/are subject

to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water

Pollution Control Act.”

For DWSRF, include - “Any contract(s) awarded under this Invitation for Bids is/are

subject to the American Iron and Steel (AIS) requirements of P.L. 113-235 Consolidated

and Further Continuing Appropriations Act 2015.”

3. Applicants shall include the AIS requirements in all construction contracts, which are attached

hereto as Attachment 7.

Page 284: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 9 of 29

4. Applicants shall include the following language on the General Notes Plan Sheet(s).

For CWSRF, include - “This project is subject to the American Iron and Steel (AIS)

requirements of Section 608 of the Federal Water Pollution Control Act. All iron and steel

products for construction, alteration, maintenance, or repairs incorporated in these plans must

be produced in the United States”

For DWSRF, include - “This project is subject to the American Iron and Steel (AIS)

requirements of P.L. 113-235, Consolidated and Further Continuing Appropriations Act 2015.

All iron and steel products for construction, alteration, maintenance, or repairs incorporated in

these plans must be produced in the United States”

5. The applicant must obtain certifications from the final manufacturer that delivers the iron and

steel product to the worksite, vendor, or contractor asserting that all manufacturing processes

occurred in the United States.

6. The prime construction contractor and applicant will be required to maintain a certification

file, approved waivers, and De Minimis log that must be available for review by TWDB

representatives. Sample Certification letters, step certification log, and De Minimis Log

are included in Attachment 8.

7. The applicant must submit a Monthly American Iron and Steel Certificate of Compliance

Submittal with each outlay report, attached as Attachment 9.

8. The applicant will provide a letter of certification, after the completion of the construction

contract and prior to issuance of a Certificate of Approval by the TWDB, stating the project was

completed in compliance with the AIS requirements.

Recommendations and Best Management Practices

The following recommendations are not required but should be considered by the applicant in

implementation of the AIS requirements:

1. AIS requirements should be addressed in the engineering feasibility study to determine

availability of AIS products, and determine if any requests for waivers need to be initiated.

2. While a waiver application may be submitted at any time during the project, the applicant

should consider EPA’s review schedule (15 day comment period plus review time) when

scheduling projects. It is not recommended to request a waiver after the advertisement for bids

or start of construction unless absolutely necessary.

Page 285: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

TWDB-1106 Rev 08/16 Page 10 of 29

3. Develop procedures for maintaining a record of AIS documentation.

4. Distinguish separate bid items that must comply with AIS requirements on the Bid Form.

5. Consideration of AIS compliance documentation when developing the contractor submittal

procedures for shop drawings, material lists, and manufacturer certifications, etc.

6. Discuss AIS requirements during pre-bid conference and pre-construction meetings, to address

contractor’s responsibilities, and availability of iron and steel products needed to complete the

project.

Page 286: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 11 of 29

Attachment 1 - American Iron and Steel Requirement Guidance (March 20, 2014)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 287: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 12 of 29

Attachment 2 - Questions and Answers Part 1: Valves and Hydrants (May 30, 2014)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 288: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 13 of 29

Attachment 3 - Questions and Answers Part 2: Products, Projects and Process

(September 10, 2014)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 289: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 14 of 29

Attachment 4 - Questions and Answers Part 3: Plans and specifications dates,

Refinancing and Coatings

(March 16, 2015)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 290: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 15 of 29

Attachment 5 – EPA Approved Waivers

a. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA)

(April 15, 2014)

(Double click on the embedded Acrobat version below for a clear copy of the entire document).

Page 291: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 16 of 29

b. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76, Consolidated

Appropriations Act (CAA) (April 15, 2014)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 292: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 17 of 29

c. Short-Term National Product Waiver for Stainless Steel Nuts and Bolts used in Pipe Couplings,

Restraints, Joints, Flanges, and Saddles (February 18, 2015)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 293: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 18 of 29

d. National Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 294: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 19 of 29

e. National Product Waiver for Minor Components in Iron and Steel Products (with Cost Ceiling)

(October 27, 2015)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 295: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 20 of 29

f. One-Year Extension of the Short-Term National Product Waiver for Stainless Steel Nuts and Bolts

Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016)

(Double click on the embedded Acrobat version below for a clear copy of the entire document)

Page 296: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 21 of 29

Attachment 6: EPA Waiver Request

Information Checklist for Waiver Request

The purpose of this checklist is to help ensure that all appropriate and necessary information is submitted to EPA. EPA recommends that States review

this checklist carefully and provide all appropriate information to EPA. This checklist is for informational purposes only and does not need to be

included as part of a waiver application.

Items

Notes

General

• Waiver request includes the following information:

o Description of the foreign and domestic construction materials o Unit of measure o Quantity o Price o Time of delivery or availability o Location of the construction project o Name and address of the proposed supplier o A detailed justification for the use of foreign construction materials

• Waiver request was submitted according to the instructions in the memorandum

• Assistance recipient made a good faith effort to solicit bids for domestic iron

and steel products, as demonstrated by language in requests for proposals,

contracts, and communications with the prime contractor

Cost Waiver Requests

• Waiver request includes the following information:

o Comparison of overall cost of project with domestic iron and steel

products to overall cost of project with foreign iron and steel products

o Relevant excerpts from the bid documents used by the contractors to

complete the comparison

o Supporting documentation indicating that the contractor made a

reasonable survey of the market, such as a description of the process

for identifying suppliers and a list of contacted suppliers

Availability Waiver Requests

• Waiver request includes the following supporting documentation necessary to

demonstrate the availability, quantity, and/or quality of the materials for which

the waiver is requested:

o Supplier information or pricing information from a reasonable number

of domestic suppliers indicating availability/delivery date for

construction materials

o Documentation of the assistance recipient’s efforts to find available

domestic sources, such as a description of the process for identifying suppliers and a list of contacted suppliers.

o Project schedule

o Relevant excerpts from project plans, specifications, and permits indicating the required quantity and quality of construction materials

• Waiver request includes a statement from the prime contractor and/or supplier

confirming the non-availability of the domestic construction materials for which

the waiver is sought

Has the State received other waiver requests for the materials described in this waiver

request, for comparable projects?

Page 297: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 22 of 29

EPA Checklist for Waiver Request

Instructions: To be completed by EPA. Review all waiver requests using the questions in the checklist, and mark the appropriate box as Yes, No or N/A. Marks that fall inside the shaded boxes may be grounds for denying the waiver. If none of your review markings fall into a shaded box, the waiver is eligible for approval if it indicates that one or more of the following conditions applies to the domestic product for which the waiver is sought:

1. The iron and/or steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality.

2. The inclusion of iron and/or steel products produced in the United States will increase the cost of the overall project by more than 25 percent.

Review Items Yes No N/A Notes

Cost of Waiver Request

• Does the waiver request include the following information?

o Comparison of overall cost of project with domestic iron and steel

products to overall cost of project with foreign iron and steel

products

o Relevant excerpts from the bid documents used by the contractors to complete the comparison

o A sufficient number of bid documents or pricing information from domestic sources to constitute a reasonable survey of the market

• Does the Total Domestic Project exceed the Total Foreign Project Cost by

more than 25%?

Availability Waiver Requests

• Does the waiver request include supporting documentation sufficient to

show the availability, quantity, and/or quality of the iron and/or steel

product for which the waiver is requested?

o Supplier information or other documentation indicating availability/delivery date for materials

o Project schedule o Relevant excerpts from project plans, specifications, and permits

indicating the required quantity and quality of materials

• Does supporting documentation provide sufficient evidence that the

• Contractors made a reasonable effort to locate domestic suppliers of

materials, such as a description of the process for identifying suppliers and a

list of contacted suppliers?

• Based on the materials delivery/availability date indicated in the supporting

documentation, will the materials be unavailable when they are needed

according to the project schedule? (By item, list schedule date and domestic

delivery quote date or other relevant information)

• Is EPA aware of any other evidence indicating the non-availability of the

materials for which the waiver is requested?

Examples include:

o Multiple waiver requests for the materials described in this waiver

request, for comparable projects in the same State

o Multiple waiver requests for the materials described in this waiver

request, for comparable projects in other States

o Correspondence with construction trade associations indicating the non-availability of the materials

• Are the available domestic materials indicated in the bid documents of

inadequate quality compared those required by the project plans,

specifications, and/or permits?

Page 298: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 23 of 29

Attachment 7: Construction Contract Language

The following language must be included in all construction and purchase

contracts associated with a TWDB CWSRF or DWSRF loan:

The Contractor acknowledges to and for the benefit of the Owner (“Purchaser”) and the

Texas Water Development Board (TWDB) that it understands the goods and services

under this Agreement are being funded with monies made available by the Clean Water

State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory

requirements commonly known as “American Iron and Steel” that requires all of the iron

and steel products used in the project to be produced in the United States (“American Iron

and Steel Requirement”) including iron and steel products provided by the Contactor

pursuant to this Agreement. The Contractor hereby represents and warrants to and for the

benefit of the Owner and the TWDB that (a) the Contractor has reviewed and understands

the American Iron and Steel Requirement, (b) all of the iron and steel products used in the

project will be and/or have been produced in the United States in a manner that complies

with the American Iron and Steel Requirement, unless a waiver of the requirement is

approved, and (c) the Contractor will provide any further verified information,

certification or assurance of compliance with this paragraph, or information necessary to

support a waiver of the American Iron and Steel Requirement, as may be requested by the

Owner or the TWDB. Notwithstanding any other provision of this Agreement, any failure

to comply with this paragraph by the Contractor shall permit the Owner to enforce this

Agreement and recover as damages against the Contractor any loss, expense, or cost

(including without limitation attorney’s fees) incurred by the Owner resulting from any

such failure (including without limitation any impairment or loss of funding, whether in

whole or in part, from the TWDB or any damages owed to the TWDB by the Owner).

While the Contractor has no direct contractual privity with the TWDB, as a lender to the

Owner for the funding of its project, the Owner and the Contractor agree that the TWDB

is a third-party beneficiary and neither this paragraph (nor any other provision of this

Agreement necessary to give this paragraph force or effect) shall be amended or waived

without the prior written consent of the TWDB.

Page 299: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 24 of 29

Attachment 8: Sample Certifications

AIS Certification must document the location of the manufacturing process involved with the

production of steel and iron materials. Each handler (supplier, fabricator, manufacturer, processor,

etc.) of the iron and steel products and their step in the process must be recorded and certified as

domestically performed.

The applicant may utilize either

1) a Final Manufacturer Certification process, in which the final manufacturer that delivers the

iron or steel product to the worksite, vendor, or contractor, may provide a certification

identifying all handlers of the iron or steel product, and asserting that all manufacturing

processes occurred in the US; or

2) a Step Certification process in which each handler of the iron or steel product provides a

separate certification letter certifying that their step in the process was domestically

performed.

Page 300: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 25 of 29

Final Manufacturer Certification

The following information is provided as a sample letter of certification for AIS compliance.

Documentation must be provided on company letterhead. The Final Manufacturer’s Certification

should list everyone who has handled the product, starting with the processor of the raw iron or

steel through the contractor who installs the final product.

Date

Company Name

Company Address

City, State Zip

Subject: American Iron and Steel Certification for Project (XXXXX)

I, (company representative), certify that the following products and/or materials shipped/provided to the

subject project are in full compliance with the American Iron and Steel requirement as mandated in

EPA’s State Revolving Fund Programs.

Item, Products and/or Materials:

1. Xxxx

2. Xxxx

3. Xxxx

Such process took place at the following location:

Contractor:

(Name) (Item) (Process)

Supplier:

(Name) (Item) (Process)

Manufacturer:

(Name) (Item) (Process)

Processor:

(Name) (Item) (Process)

If any of the above compliance statements change while providing material to this project we will

immediately notify the prime contractor and the engineer.

Signed by company representative

Page 301: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 26 of 29

Step Certification

A step certification is a process under which each handler (supplier, fabricator, manufacturer,

processor, etc.) of the iron and steel products certifies that their step in the process was domestically

performed. The Step Certification process requires you receive a separate letter from everyone who

handles the product, starting with the processor of the raw iron or steel through the contractor who

installs the final product.

Step Certification Letter

The following information is provided as a sample letter of step certification for AIS compliance.

Documentation must be provided on company letterhead of each handler responsible for that process

of the iron or steel product.

Date

Company

Name

Company

Address

City, State

Zip

Subject: American Iron and Steel Step Certification for Project (XXXXXXXXXX)

I, (company representative), certify that the (melting, bending, coating, galvanizing, cutting, etc.) process

for (manufacturing or fabricating) the following products and/or materials shipped or provided for the

subject project is in full compliance with the American Iron and Steel requirement as mandated in EPA’s

State Revolving Fund Programs.

Item, Products and/or Materials:

1. Xxxx

2. Xxxx

3. Xxxx

Such process took place at the following location:

Handler:

(Name) (Item) (Process)

If any of the above compliance statements change while providing material to this project we will

immediately notify the prime contractor and the engineer.

Signed by company representative

Page 302: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 27 of 29

Step Certification Log

The following information is provided as a sample log to keep track of step certification for AIS

compliance. The TWDB makes no claims regarding the legality of the step certification log with

respect to AIS compliance.

American Iron and Steel

Step Certification Log for

(Iron or Steel Product)

Contractor: ____________________________________

(Name) (Item) (Process)

Supplier: ____________________________________

(Name) (Item) (Process)

Manufacturer: ____________________________________

(Name) (Item) (Process)

Processor: _____________________________________

(Name) (Item) (Process)

Page 303: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 28 of 29

De Minimis Log

The following information is provided as a sample De Minimis log for AIS compliance. The TWDB makes no claims regarding the

legality of the De Minimis log with respect to AIS compliance.

Owner Name: City $130,000.00

Project Name: CID 01 - Project $100,000.00

TWDB SRF No.: ####

Contractor Name: Contractor

Item No. Unit Cost Quantity Total Cost % Mat Cost Cum Cost % Mat Cost

(< 1%) (< 5%)

1 $400.00 1 400.00$ 0.40% 400.00$ 0.40%

2 $100.00 1 100.00$ 0.10% 500.00$ 0.50%

3 $30.00 1 30.00$ 0.03% 530.00$ 0.53%

4

5

6

7

8

9

10

11

12

13

American Iron and Steel

de minimis log

Iron or Steel Product

Steel Door

Bolts

Welding rods

Total Project Cost:

Total Material Cost:

Page 304: INSTRUCTIONS TO BIDDERS to Bidders Page 4 of 5 The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,

Page 29 of 29

Attachment 9: Monthly American Iron and Steel Certificate

Compliance Submittal by Owner (Sub-Recipient)

TWDB Project No.

Loan/Grant No.

This executed certificate must be submitted with each Outlay report for iron and steel

projects included within construction contracts.

I, , of (Name) (Title)

hereby certify that all iron and steel

products and/or materials incorporated into the construction, alteration,

maintenance, or repair of the subject project are in full compliance with the

American Iron and Steel requirements of Section 608 of the Federal Water

Pollution Control Act for the Clean Water State Revolving Fund or P.L. 114-

113, Consolidated Appropriations Act 2016, for the Drinking Water State

Revolving Fund, or comply with waivers granted by the U.S. Environmental

Protection Agency.

I understand that a false statement herein may subject me to penalties under federal and

state laws relating to filing false statements and other relevant statutes.

Signature Date