13.07.2015 Views

Project Manual R-000265-0076-4 - Public Works & Engineering

Project Manual R-000265-0076-4 - Public Works & Engineering

Project Manual R-000265-0076-4 - Public Works & Engineering

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

CITY OF HOUSTONDEPARTMENT OF PUBLIC WORKS AND ENGINEERINGENGINEERING AND CONSTRUCTION DIVISIONPROJECT MANUALE. Coli Compliance - Chlorination Systems for TC, Westway, and Kingwood WestWWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4VOLUME 1 of 1Divisions 00 through 16April 2014Shrader <strong>Engineering</strong>800 Town & Country Blvd., Suite 430Houston, Texas 77024713-467-9961


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4TABLE OF CONTENTSDocument 00010TABLE OF CONTENTSNOTE: Bold capitalized Specification Sections are included inhttp://documents.publicworks.houstontx.gov/document-center/cat_view/88-engineering-andconstruction/92-specifications.html;and are incorporated in <strong>Project</strong> <strong>Manual</strong>s by reference as if copiedverbatim. Documents listed "for filing" are to be provided by Bidder and are not included in this <strong>Project</strong><strong>Manual</strong> unless indicated for example only. The Document numbers and titles hold places for actualdocuments to be submitted by Contractor during Bid, post-bid, or construction phase of the <strong>Project</strong>.Specification Sections marked with an asterisk (*) are amended by a supplemental specification, printedon blue paper and placed in front of the Specification it amends. Documents in the 200, 300 and 400series of Division 00, except for Document 00410B – Bid Form, Part B, are not part of the Contract.Doc.No. Document Title Doc. DateINTRODUCTORY INFORMATION00010 Table of Contents ................................................................................ 4-3-201400015 List of Drawings ................................................................................... 4-3-2014INSTRUCTIONS TO BIDDERSBIDDING REQUIREMENTS00200 Instructions to Bidders .................................................................... .03-01-201400210 Supplementary Instructions to Bidders ........................................... .07-01-201300220 Request for Bid Information ............................................................. 06-11-2004BID FORMS AND SUPPLEMENTS00410 Bid Form, Parts A & B .................................................................... .08-01-201300430 Bidder’s Bond (For filing; Example Form) ........................................ 02-01-200400450 Bidder's Statement of MWBE/PDBE/DBE/SBE Status .................... 07-01-201300452 Contractor Submission List - Fair Campaign Ordinance .................. 04-30-200400453 Bidder's Statement of Residency ..................................................... 02-01-200400454 Affidavit of Non-interest ................................................................... 02-01-200400455 Affidavit of Ownership or Control ..................................................... 09-04-200700457 Conflict of Interest Questionnaire…… ...................................... ……02-28-200600459 Contractor’s Statement Regarding Previous ContractsSubject to EEO ................................................................................ 02-01-200400010-14-3-2014


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4TABLE OF CONTENTSDoc.No. Document Title Doc. Date00460 (POP-1) Pay or Play Program Acknowledgement Form .................. 07-03-201200470 Bidder’s MWSBE Participation Plan ................................................ 08-01-201300471 Pre-bid Good Faith Efforts ............................................................... 07-01-201300472 Bidder’s Goal Deviation Request ..................................................... 07-01-2013POST-BID PROCEDURES00495 Post-bid Procedures ........................................................................ 08-01-2013CONTRACTING REQUIREMENTSAGREEMENT00501 Resolution of Contractor .................................................................. 02-01-201000520 Agreement ....................................................................................... 11-01-201300570 Contractor’s Revised MWSBE Participation Plan ............................ 08-01-201300571 Record of Post-Award Good Faith Efforts ....................................... 08-01-201300572 Contractor’s Request for Plan Deviation .......................................... 08-01-2013BONDS AND CERTIFICATES00600 List of Proposed Subcontractors and Suppliers ............................... 07-01-201300601 Drug Policy Compliance Agreement ................................................ 02-01-200400603 Checklist for Drug Policy Submittal .................................................. 02-09-201200604 History of OSHA Actions and List of On-the-job Injuries.................. 02-01-200400605 List of Safety Impact Positions ........................................................ 02-01-200400606 Contractor's Certification of No Safety Impact Positions ................. 02-01-200400610 Performance Bond ........................................................................... 05-17-200500611 Statutory Payment Bond .................................................................. 05-17-200500612 One-year Maintenance Bond ........................................................... 05-17-200500620 Affidavit of Insurance (with attached Certificates of Insurance) ....... 02-01-200400624 Affidavit of Compliance with MWSBE Program ............................... 02-01-200400630 (POP-2) Certification of Agreement to Comply with Pay orPlay Program ................................................................................... 07-03-201200631 (POP-3) City of Houston Pay or Play Program – List ofParticipating Subcontractors ............................................................ 07-03-201200633 Equal Employment Opportunity–Certification By Material Suppliers 02-01-201000642 Monthly Subcontractor Payment Reporting Form ............................ 02-01-201000646 Payment Notification Explanation of Withholding ............................ 02-01-201000010-24-3-2014


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4TABLE OF CONTENTSDoc.No. Document Title Doc. DateGENERAL CONDITIONS00700 General Conditions .......................................................................... 08-01-2013SUPPLEMENTARY CONDITIONS00800 Supplementary Conditions .............................................................. 08-01-201300805 Equal Employment Opportunity Program Requirements ................. 05-01-201200808 Requirements for the City of Houston Program for Minority,Women, and Small Business Enterprises (MWSBE), andPersons with Disabilities Business Enterprises (PDBE) Program ... 08-01-201300820 Wage Scale for <strong>Engineering</strong> Construction ....................................... 02-01-201400840 Pay or Play Program Requirements…………….............................. 07-03-2012SPECIFICATIONSDIVISION 1 - GENERAL REQUIREMENTS01110 Summary of Work ................................................................................ 4-3-201401145 Use of Premises .............................................................................. 01-01-201101255 Change Order Procedures .............................................................. 08-01-200301270 Measurement and Payment ............................................................ 08-01-200301292 Schedule of Values .......................................................................... 08-01-200301312 Coordination and Meetings .............................................................. 08-01-200301321 Construction Photographs ............................................................... 08-01-200301325 Construction Schedule .................................................................... 08-01-200301326 Construction Schedule (Bar Chart) .................................................. 08-01-200301330 Submittal Procedures ...................................................................... 08-01-200301340 Shop Drawings, Product Data, and Samples .................................. 08-01-200301351 Environmental Safety and Worker Protection .................................. 01-01-201101410 TPDES Requirements (with Attachments) ....................................... 02-01-201101422 Reference Standards ....................................................................... 08-01-200301450 Contractor's Quality Control ............................................................. 08-01-200301452 Inspection Services ......................................................................... 08-01-200301454 Testing Laboratory Services ............................................................ 08-01-200301502 Mobilization ..................................................................................... 08-01-200801504 Temporary Facilities and Controls ................................................... 01-01-201101506 Diversion Pumping .......................................................................... 08-01-200301520 Temporary Field Office .................................................................... 02-08-201201555 Traffic Control and Regulation ......................................................... 01-01-201101562 Tree and Plant Protection ................................................................ 01-01-201101570 Storm Water Pollution Control ......................................................... 01-26-201200010-34-3-2014


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4TABLE OF CONTENTSDoc.No. Document Title Doc. Date01575 Stabilized Construction Access ....................................................... 02-01-201101576 Waste Material Disposal .................................................................. 08-01-200301578 Control of Ground and Surface Water ............................................. 01-01-201101580 <strong>Project</strong> Identification Signs .............................................................. 08-01-200301581 Excavation in <strong>Public</strong> Way Permit Signs ........................................... 08-01-200301610 Basic Product Requirements ........................................................... 01-01-201101630 Product Substitution Procedures ..................................................... 08-01-200301725 Field Surveying ................................................................................ 01-01-201101731 Cutting and Patching ....................................................................... 01-01-201101732 Procedure for Water Valve Assistance (with Attachments) ............. 08-01-200301740 Site Restoration ............................................................................... 08-01-200301755 Starting Systems ............................................................................. 08-01-200301770 Closeout Procedures ....................................................................... 08-01-200301782 Operations and Maintenance Data .................................................. 08-01-200301785 <strong>Project</strong> Record Documents .............................................................. 08-01-2003DIVISION 2 - SITE WORK02081 CAST-IN-PLACE CONCRETE MANHOLES .................................. 01-01-201102082 PRECAST CONCRETE MANHOLES ............................................. 01-01-201102083 FIBERGLASS MANHOLES ............................................................ 01-01-201102084 FRAMES, GRATES, RINGS, AND COVERS ................................. 08-01-200802085 VALVE BOXES, METER BOXES, AND METER VAULTS ............. 01-01-201102086 ADJUSTING MANHOLES, INLETS, AND VALVE BOXESTO GRADE ..................................................................................... 01-01-201102221 REMOVING EXISTING PAVEMENTS AND STRUCTURES .......... 07-01-200902233 CLEARING AND GRUBBING ......................................................... 01-01-201102260 TRENCH SAFETY SYSTEM ........................................................... 02-01-201102315 ROADWAY EXCAVATION ............................................................. 07-01-200902316 EXCAVATION AND BACKFILL FOR STRUCTURES.................... 01-01-201102317 EXCAVATION AND BACKFILL FOR UTILITIES ........................... 01-01-201102318 EXTRA UNIT PRICE WORK FOR EXCAVATIONAND BACKFILL .............................................................................. 01-01-201102319 BORROW ........................................................................................ 01-01-201102320 UTILITY BACKFILL MATERIALS .................................................. 01-01-201102321 CEMENT STABILIZED SAND ........................................................ 01-01-201102322 FLOWABLE FILL ............................................................................ 08-01-200802330 EMBANKMENT ............................................................................... 10-01-200202336 LIME-STABILIZED SUBGRADE .................................................... 10-01-200202337 LIME/FLY-ASH STABILIZED SUBGRADE .................................... 10-01-200202338 PORTLAND CEMENT STABILIZED SUBGRADE ......................... 10-01-200202441 MICROTUNNELING AND PIPE-JACKED TUNNELS .................... 01-01-201100010-44-3-2014


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4TABLE OF CONTENTSDoc.No. Document Title Doc. Date02447 AUGERING PIPE AND CONDUIT .................................................. 10-01-200202448 PIPE AND CASING AUGERING FOR SEWERS ........................... 10-01-200202501 DUCTILE IRON PIPE AND FITTINGS ............................................ 02-01-201102502 STEEL PIPE AND FITTINGS .......................................................... 01-01-201102503 COPPER TUBING ........................................................................... 10-01-200202504 CENTRIFUGALLY CAST FIBERGLASS PIPE .............................. 02-01-201102505 HIGH DENSITY POLYETHYLENE (HDPE) SOLID ANDPROFILE WALL PIPE .................................................................... 02-01-201102506 POLYVINYL CHLORIDE PIPE ....................................................... 01-01-201102521 GATE VALVES ............................................................................... 01-01-201102522 BUTTERFLY VALVES .................................................................... 01-01-201102523 PRESSURE REDUCING VALVES ................................................. 10-01-200202524 AIR RELEASE AND VACUUM RELIEF VALVES .......................... 01-01-201102525 TAPPING SLEEVES AND VALVES ............................................... 01-01-201102527 POLYURETHANE COATINGS ON STEEL OR DUCTILEIRON PIPE ...................................................................................... 10-01-200202531 GRAVITY SANITARY SEWERS ..................................................... 01-01-201102533 ACCEPTANCE TESTING FOR SANITARY SEWERS ................... 01-01-201102612 PRECAST REINFORCED CONCRETE BOX SEWERS ................. 10-01-200202621 GEOTEXTILE .................................................................................. 10-01-200202712 CEMENT STABILIZED BASE COURSE ........................................ 10-01-200202713 RECYCLED CRUSHED CONCRETE BASE COURSE .................. 07-01-200902751 CONCRETE PAVING ...................................................................... 07-01-200902752 CONCRETE PAVEMENT JOINTS .................................................. 10-01-200202753 CONCRETE PAVEMENT CURING ................................................ 10-01-200202754 CONCRETE DRIVEWAYS .............................................................. 09-01-200202775 CONCRETE SIDEWALKS .............................................................. 10-01-200202921 HYDROMULCH SEEDING ............................................................. 10-01-200202922 SODDING ........................................................................................ 07-01-200902951 PAVEMENT REPAIR AND RESTORATION .................................. 07-01-2009DIVISION 3 - CONCRETE03315 CONCRETE FOR UTILITY CONSTRUCTION ................................ 10-01-2002DIVISION 4 - MORTAR04061 MORTAR ......................................................................................... 10-01-200204210 BRICK MASONRY FOR UTILITY CONSTRUCTION ..................... 10-01-2002DIVISION 5 – METALS00010-54-3-2014


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4TABLE OF CONTENTSDoc.No. Document Title Doc. DateDIVISION 6 - WOOD AND PLASTICSDIVISION 7 - THERMAL AND MOISTURE PROTECTIONDIVISION 8 - DOORS AND WINDOWSDIVISION 9 - FINISHESDIVISION 10 - SPECIALTIESDIVISION 11 – EQUIPMENT11201 FIBERGLASS REINFORCED PLASTIC TANKS ................................. 4-3-2014DIVISION 12 - FURNISHINGSDIVISION 13 - SPECIAL CONSTRUCTION13301 CHEMICAL FEED PUMP – TYPE 1 .................................................... 4-3-201413302 CHEMICAL FEED PUMP – TYPE 2 .................................................... 4-3-201413303 FIBERGLASS REINFORCED PLASTIC BAFFLE WALL .................... 4-3-201413305 HYPOCHLORITE SOLUTION MIXERS .............................................. 4-3-201413306 FIBERGLASS REINFORCED POLYMER ........................................... 4-3-201413307 MUD VALVES ..................................................................................... 4-3-201413308 PARSHALL FLUMES .......................................................................... 4-3-201413309 WEIR GATES 4-3-201413440 PUMP STATION CONTROL SYSTEM ............................................... 4-3-201413441 SCADA SYSTEM ENGINEERING SECURITY AND QUALITYREQUIREMENTS ................................................................................ 4-3-201413446 PRIMARY INSTRUMENTATION DEVICES ........................................ 4-3-201413448 ELECTRONIC ANALYZERS ............................................................... 4-3-2014DIVISION 14 - CONVEYING SYSTEMSDIVISION 15 – MECHANICAL15064 POLYVINYL CHLORIDE PLASTIC PIPING SYSTEM ........................ 4-3-2014DIVISION 16 – ELECTRICAL16010 BASIC ELECTRICAL REQUIREMENTS ............................................. 4-3-201416111 CONDUIT, FITTINGS AND BODIES ................................................... 4-3-201416120 600 VOLT BUILDING AND CABLE ..................................................... 4-3-201416126 INSTRUMENTATION CABLE ............................................................. 4-3-201400010-64-3-2014


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4TABLE OF CONTENTSDoc.No. Document Title Doc. Date16131 DEVICE, PULL, AND JUNCTION BOXES .......................................... 4-3-201416140 WIRING DEVICES .............................................................................. 4-3-201416160 CABINETS AND ENCLOSURES ........................................................ 4-3-201416170 GROUNDING AND BONDING ............................................................ 4-3-201416175 LOW VOLTAGE VARIABLE FREQUENCY DRIVES .......................... 4-3-201416195 ELECTRICAL IDENTIFICATION ......................................................... 4-3-201416402 UNDERGROUND DUCTBANKS ......................................................... 4-3-201416944 ELECTRICAL VALVE ACTUATORS ................................................... 4-3-2014END OF DOCUMENT00010-74-3-2014


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4LIST OF DRAWINGSDocument 00015LIST OF DRAWINGSSheet No.E1E2E3G1C1C2C3C4C5C6C7C8C9C10C11C12C13C14C15C16C17E4E5Drawing TitleE. Coli Compliance – Chlorination Systems Cover SheetE. Coli Compliance – Chlorination Systems Sheet IndexE. Coli Compliance – Chlorination Systems General Construction NotesE. Coli Compliance – Chlorination Systems Electrical Abbreviations,Legends, and NotesE. Coli Compliance – Chlorination Systems Construction Sign DetailsTurkey Creek Wastewater Treatment Plant General Structural NotesTurkey Creek Wastewater Treatment Plant Existing Site PlanTurkey Creek Wastewater Treatment Plant Proposed Site PlanTurkey Creek Wastewater Treatment Plant Existing Chlorine Basin PlanTurkey Creek Wastewater Treatment Plant Diffuser Relocation ChlorineBasin PlanTurkey Creek Wastewater Treatment Plant Proposed Freeboard Curb PlanTurkey Creek Wastewater Treatment Plant Proposed Chlorine BasinModificationTurkey Creek Wastewater Treatment Plant Structural Chlorine BasinModificationTurkey Creek Wastewater Treatment Plant Proposed Chlorine BasinModification SectionsTurkey Creek Wastewater Treatment Plant Proposed Chlorine BasinModification SectionsTurkey Creek Wastewater Treatment Plant Existing and Proposed ParshallFlume SectionsTurkey Creek Wastewater Treatment Plant Existing Chemical Facility andSectionsTurkey Creek Wastewater Treatment Plant Proposed Chemical FacilitySections and DetailTurkey Creek Wastewater Treatment Plant Sodium Hypochlorite DrainPipe Plan and ProfileTurkey Creek Wastewater Treatment Plant Pump Schematic, Weir PlatesDetails, Diffuser Detail, and Baffle ElevationTurkey Creek Wastewater Treatment Plant Stairs Details and HandrailDetailsTurkey Creek Wastewater Treatment Plant Junction Box Details, PlugDrain Valve Details and Pressure Relief ValveTurkey Creek Wastewater Treatment Plant Electrical Site PlanTurkey Creek Wastewater Treatment Plant Chlorine Building and ChlorineBasin Electrical Plan00015-14-3-2014


E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4LIST OF DRAWINGSDoc.No. Document Title Doc. DateE6E7E8E9E10E11C18C19C20C21C22C23C24E12E13E14E15E16E17E18E19E20C25E21Turkey Creek Wastewater Treatment Plant Sodium Hypochlorite StorageElectrical PlanTurkey Creek Wastewater Treatment Plant Electrical One Line and ControlDiagramsTurkey Creek Wastewater Treatment Plant Electrical Process andInstrumentation DiagramTurkey Creek Wastewater Treatment Plant Solid State Controller I-ODiagramTurkey Creek Wastewater Treatment Plant Electrical DetailsTurkey Creek Wastewater Treatment Plant Electrical SchedulesWestway Wastewater Treatment Plant Existing Site PlanWestway Wastewater Treatment Plant Proposed Site PlanWestway Wastewater Treatment Plant Existing Chlorine Basin andSectionsWestway Wastewater Treatment Plant Proposed Chlorine BasinModifications and SectionsWestway Wastewater Treatment Plant Existing Chemical Facility andSectionsWestway Wastewater Treatment Plant Chemical Facility ProposedModifications and SectionsWestway Wastewater Treatment Plant Miscellaneous DetailsWestway Wastewater Treatment Plant Electrical Site PlanWestway Wastewater Treatment Plant Control Building Electrical PlanWestway Wastewater Treatment Plant Chemical Storage Electrical PlanWestway Wastewater Treatment Plant Chlorine Contact Basin ElectricalPlanWestway Wastewater Treatment Plant Electrical One Line and ControlDiagramsWestway Wastewater Treatment Plant Chlorine Injection Process andInstrumentation DiagramWestway Wastewater Treatment Plant Solid State Controller I-O DiagramWestway Wastewater Treatment Plant Electrical DetailsWestway Wastewater Treatment Plant Electrical SchedulesKingwood West Wastewater Treatment Plant Proposed Modification toPump SchematicKingwood West Wastewater Treatment Plant Chlorine Contact BasinElectrical PlanEND OF DOCUMENT00015-24-3-2014


CITY OF HOUSTONSTANDARD DOCUMENTINSTRUCTIONS TO BIDDERSDocument 00200TABLE OF CONTENTSINSTRUCTIONS TO BIDDERSPARA1.0TITLERELATED DOCUMENTSPAGE12.0 DEFINITIONS 13.0 NOTICE TO BIDDERS 24.0 BID DOCUMENTS 25.0 EXAMINATION OF DOCUMENTS, SITE, AND LOCAL CONDITIONS 26.0 INTERPRETATIONS DURING BIDDING 27.0 ADDENDA 38.0 SUBSTITUTION OF PRODUCTS 39.0 PREPARATION OF BIDS 310.0 BID SUBMISSION 311.0 BID SECURITY 412.0 SUBCONTRACTORS AND SUPPLIERS 413.0 MODIFICATION OR WITHDRAWAL OF BID 414.0 BID DISQUALIFICATION 415.0 PREBID MEETING 516.0 OPENING OF BIDS 517.0 EVALUATION AND CONSIDERATION OF BIDS 518.0 ACCEPTANCE OF THE BID 500200 - 103-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTINSTRUCTIONS TO BIDDERSDocument 00200INSTRUCTIONS TO BIDDERS1.1 RELATED DOCUMENTSA. Document 00210 – SupplementaryInstructions to Bidders.B. Document 00320 – GeotechnicalInformation.C. Document 00330 – Existing Conditions.D. Document 00410 – Bid Form, Parts A & B.E. Document 00495 – Post-Bid Procedures.F. Document 00520 – Agreement.G. Document 00700 – General Conditions.H. Document 00800 – SupplementaryConditions.2.1 DEFINITIONSA. Definitions set forth in Document 00700 –General Conditions and in other documentsof <strong>Project</strong> <strong>Manual</strong>, are applicable to BidDocuments.B. Addendum: Written or graphic instrumentissued prior to Bid opening, which clarifies,modifies, corrects, or changes BidDocuments.C. Alternate: The total amount bid for additionsto work, as described in Section 01110 –Summary of Work. Each Alternate includescost of effects on adjacent or relatedcomponents, and Bidder's overhead andprofit.D. Bid: A complete and properly signed offer toperform the Work in accordance with thisDocument and Document 00210 –Supplementary Instructions to Bidders.E. Bid Date: Date and time set for receipt ofBids as stated in Document 00210 –Supplementary Instructions to Bidders, or asmodified by Addenda.F. Bid Documents: <strong>Project</strong> <strong>Manual</strong>, Drawings,and Addenda.G. Bid Supplement: A Bid submittal that isrequired in Document 00410 – Bid Form.H. Bidder: Person or firm, identified inDocument 00410B – Bid Form – Part B,including its successors, and its authorizedrepresentative.I. Code: Code of Ordinances, Houston, Texas.J. Low Bidder: Apparent successful Bidder thatqualifies as a responsible Bidder and thatsubmits Bid with lowest Total Bid Price.K. <strong>Project</strong> Manager: Person designated inDocument 00100 – Advertisement for Bidsand Document 00220 – Request for BidInformation to represent the City duringbidding and post-bid periods.L. <strong>Project</strong> <strong>Manual</strong>: Volume assembled for theWork that includes the bidding requirements,sample forms, Conditions of the Contract,and Specifications.M. Security Deposit: A certified check, cashier'scheck, or bid bond in the amount of 10percent of the Total Bid Price.N. Total Bid Price: Total amount bid forperforming the Work as identified by Bidderin Document 00410B – Bid Form – Part B,which amount includes:1. Stipulated Price;2. Total Base Unit Prices;3. Total Extra Unit Prices;4. Total Cash Allowances; and5. Total Alternates.3.1 NOTICE TO BIDDERSA. The City of Houston Fair CampaignOrdinance makes it unlawful for a Contractorto offer any contribution to a candidate forCity elective office (including elected officersand officers-elect) during a certain period oftime prior to and following the award of theContract by the City Council. The term"Contractor" includes proprietors ofproprietorships, all partners of partnerships,and all officers, directors, and holders of 10percent or more of the outstanding shares ofcorporations. A statement disclosing thenames and business addresses of each ofthose persons will be required to besubmitted with each bid or proposal; for aCity Contract. Bidder shall complete andsubmit Document 00452 – Form A,Contractor Submission List, City ofHouston Fair Campaign Ordinance, with itsBid to comply with this requirement. SeeChapter 18 of the Code for furtherinformation.00200 - 203-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTB. Chapter 15, Article VIII, of the City's Codeprovides that no contract shall be let, nor anyother business transaction entered into, bythe City with any person indebted to the Cityor a qualifying entity, if the contractor ortransaction comes within the provisions ofSection 15-1 (c) of the Code. Exceptionsare provided in Section 15-126 of the Code.Bidder shall complete and submit Document00455 – Affidavit of Ownership or Control,with its Bid to comply with this requirement.C. Neither bidder(s) nor any person acting onbidder(s)’s behalf shall attempt to influencethe outcome of the award by the offer,presentation or promise of gratuities, favors,or anything of value to any appointed orelected official or employee of the City ofHouston, their families or staff members. Allinquiries regarding the solicitation are to bedirected to the designated CityRepresentative identified on the first page ofthe solicitation. Upon issuance of thesolicitation through the pre-award phase andup to the date the City Secretary publiclyposts notice of any City Council agendacontaining the applicable award, aside frombidder's formal response to the solicitation,through the pre-award phase, writtenrequests for clarification during the periodofficially designated for such purpose by theCity Representative, neither bidder(s) norpersons acting on their behalf shallcommunicate with any appointed or electedofficial or employee of the City of Houston,their families or staff through written or oralmeans in an attempt to persuade orinfluence the outcome of the award or toobtain or deliver information intended to orwhich could reasonably result in anadvantage to any bidder. However, nothingin this paragraph shall prevent a bidder frommaking public statements to the City Councilconvened for a regularly scheduled sessionafter the official selection has been madeand placed on the City Council agenda foraction, or to a City Council committeeconvened to discuss a recommendationregarding the solicitation.4.1 BID DOCUMENTSA. The Bid Documents may be obtained atlocation specified in Document 00210 –Supplementary Instructions to Bidders.B. The Bid Documents are made available onlyfor the purpose of bidding on the Work.Receipt of Bid Documents does not grant alicense for other purposes.C. On receipt of Bid Documents, Bidder shallverify that documents are legible andcomplete, compare contents of <strong>Project</strong><strong>Manual</strong> with Document 00010 – Table ofContents, and compare Index of Drawingswith Document 00015 – List of Drawings.INSTRUCTIONS TO BIDDERSBidder shall notify <strong>Project</strong> Manager if BidDocuments are incomplete.D. If City of Houston Standard Specifications orStandard Details are required by the <strong>Project</strong><strong>Manual</strong>, Bidder shall refer to Document00210 – Supplementary Instructions toBidders for purchase information.5.1 EXAMINATION OF DOCUMENTS, SITE, ANDLOCAL CONDITIONSA. Bidder shall examine <strong>Project</strong> site, becomefamiliar with local conditions under which theWork shall be performed, conductappropriate investigations, and correlatepersonal observations with requirements ofthe Bid Documents before submitting a Bid.B. Bidder shall make site investigations to theextent Bidder deems necessary to ascertainextent of subsurface conditions.C. Failure of Bidder to perform theinvestigations prior to submitting a Bid doesnot relieve Bidder of responsibility forinvestigations, interpretations and properuse of available information in thepreparation of its Bid.D. Bidder shall observe limitations of access tooccupied or restricted site as stated inDocument 00210 – SupplementaryInstructions to Bidders.6.1 INTERPRETATIONS DURING BIDDINGA. Bidder shall immediately submit Document00220 – Request for Bid Information to<strong>Project</strong> Manager upon finding errors,discrepancies, or omissions in BidDocuments. Confirmation of receipt ofquestions by the City is the responsibility ofBidder. Verbal discussions and answers arenot binding.B. Document 00220 – Request for BidInformation must be received at least 10days before the Bid Date to allow issuanceof Addenda in accordance with Paragraph7.O.D. Replies, if issued, are by Addenda.7.1 ADDENDAA. Addenda that affect bidding requirementsare applicable only during applicable onlythrough issuance of the Notice to Proceed.Addenda that affect the Contract are a partof the Contract.B. BIDDERS WHO SUBMIT A BID ON THISPROJECT SHALL BE PRESUMED TOHAVE RECEIVED ALL ADDENDA AND TOHAVE INCLUDED ANY COST THEREOF INTHEIR BIDS, REGARDLESS OFWHETHER THEY ACKNOWLEDGE THEADDENDA OR NOT.00200 - 303-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTC. The City will make Addenda available atsame location where the Bid Documentsmay be obtained. The City will notify planholders of record when Addenda areavailable. Bidders are responsible forobtaining Addenda after notification.D. No Addendum will be issued later than noonon Monday before Bid Date, exceptAddenda with minor clarifications,withdrawing request for Bids, or postponingBid Date.8.1 SUBSTITUTION OF PRODUCTSA. No substitutions of Products will beconsidered during the bidding period.9.1 PREPARATION OF BIDSA. Bidder shall fill in applicable blanks inDocument 00410A&B – Bid Form – Parts A& B and Bid Supplements. In addition,Bidder shall bid all Alternates. Bidder shallproperly sign Document 00410B -Bid Form.B. Bidder shall initial all pages, exceptsignature page, of Document 00410B – BidForm – Part B.C. Bidder is responsible for all costs incurred bythe Bidder, associated with preparation of itsBid and compliance with Post-bidProcedures.D. Bidder may not adjust preprinted price online items stating "Fixed Unit Price" in thedescription on the Bid Form.E. Bidder may increase preprinted price on lineitems stating "Minimum Bid Price" in thedescription on the Bid Form by crossing outthe minimum and inserting revised price onthe line above.F. Bidder may decrease preprinted price on lineitems stating "Maximum Bid Price" in thedescription on the Bid Form by crossing outthe maximum and inserting revised price onthe line above.G. Bidder shall insert a price no greater thanthe maximum preprinted range and no lessthan the preprinted range for line itemsstating "Fixed Range Unit Price" in thedescription on the Bid Form by crossing outprices noted and inserting revised price onthe line above.H. Bidder may not adjust Cash Allowanceamounts.10.1 BID SUBMISSIONA. City Secretary will receive Bids on Bid Dateat location specified in Document 00210 –INSTRUCTIONS TO BIDDERSSupplementary Instructions to Bidders.B. Bids submitted after Bid Date will bereturned to Bidder unopened.C. Verbal, facsimile, or electronic Bids areinvalid and will not be considered.D. Bidder shall submit in person or by mail onecopy of the signed Document 00410 – BidForm, Parts A and B, along with requiredSecurity Deposit, and required BidSupplements, in a sealed, opaque envelope.In addition, Bidder shall clearly identify<strong>Project</strong>, Bid Date and Bidder's name onoutside of envelope. If forwarded by mail,the sealed envelope containing the Bid mustbe enclosed in another envelope addressedfor postal delivery.11.1 BID SECURITYA. Bidder shall submit a Security Deposit withits Bid.B. Certified Check or Cashier's Check1. Bidder shall make check payable to theCity of Houston.2. A check is submitted on the conditionthat if Bidder is named Low Bidder andfails either to timely and properly submitdocuments required in Document 00495– Post-Bid Procedures, the City willcash the check in accordance withParagraph 11.0.E.C. Bid Bond1. The bid bond must be a valid andenforceable bond, signed by a suretythat complies with other requirementsset out by law.2. The bid bond must name the City ofHouston as obligee, and be signed bythe Bidder as principal and signed andsealed by the surety.3. The bid bond must be conditioned suchthat if Bidder is named Low Bidder andthen fails to timely and properly submitdocuments required in Document 00495– Post-Bid Procedures, surety will beobligated to pay to the City an amount inaccordance with Paragraph 11.0.E.D. Security Deposits will be retained until afterthe Contract is awarded or all Bids arerejected.E. Low Bidder forfeits Security Deposit if it failsto timely and properly submit documentsrequired in Document 00495 – Post-BidProcedures. The City may claim an amountequal to the difference between the Total Bid00200 - 403-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTPrice of the defaulting Bidder and the TotalBid Price of the Bidder awarded theContract. If Security Deposit is a check, theCity will reimburse any remaining balance tothe defaulting Bidder.12.1 SUBCONTRACTORS AND SUPPLIERSA. The City may reject proposedSubcontractors or Suppliers.B. Refer to Document 00800 – SupplementaryConditions, for MWBEPDBE, DBE and SBEgoals.13.1 MODIFICATION OR WITHDRAWAL OF BIDA. A Bidder may modify or withdraw a Bidsubmitted before the Bid Date by writtennotice to the City Secretary. The notice maynot reveal the amount of the original Bid andmust be signed by the Bidder.B. Bidder may not modify or withdraw its Bid byverbal, facsimile, or electronic means.C. A withdrawn Bid may be resubmitted up tothe time designated for receipt of Bids.14.1 BID DISQUALIFICATIONA. The City may disqualify a Bid if the Bidder:1. fails to provide required SecurityDeposit in the proper amount;2. improperly or illegibly completesinformation required by the BidDocuments;3. fails to sign Bid or improperly signs Bid;4. qualifies its Bid; or5. improperly submits its Bid.B. When requested, Low Bidder shall presentsatisfactory evidence that Bidder hasregularly engaged in performing constructionwork as proposed, and has the capital, labor,equipment, and material to perform theINSTRUCTIONS TO BIDDERSWork.15.1 PREBID MEETINGA. A prebid meeting is scheduled to beheld at the place, time, and date listed inDocument 00210 – SupplementaryInstructions to Bidders.B. All Bidders, subcontractors, andsuppliers are invited to attend.C. Representatives of City Engineer willattend.16.1 OPENING OF BIDSA. Bids are opened by the City Secretaryand publicly read in City CouncilChambers on the <strong>Public</strong> Level in CityHall Annex at 11:00 a.m. on Bid Date.B. Place and date of Bid opening may bechanged in accordance with Sections15-3(b)(5) and 15-3(b)(6) of the CityCode.17.1 EVALUATION AND CONSIDERATION OF BIDSA. <strong>Project</strong> Manager will tabulate, recordand evaluate Bids.B. The City may reject all Bids or mayreject any defective Bid.18.1 ACCEPTANCE OF THE BIDA. The City will send to Low BidderDocument 00498 – Notice of Intent toAward. Acceptance by the City isconditioned upon Bidder's timely andproper submittal of documents requiredin Document 00495 – Post-BidProcedures.B. The Bid remains open to acceptanceand is irrevocable for the period of timestated in Document 00410A – Bid Form– Part A.END OF DOCUMENT00200 - 503-01-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUPPLEMENTARYINSTRUCTIONS TO BIDDERSDocument 00210SUPPLEMENTARY INSTRUCTIONS TO BIDDERSThe following Paragraphs modify Document 00200 - Instructions to Bidders. Where aportion of the Instructions to Bidders is modified or deleted by these SupplementaryInstructions, the unaltered portions of the Instructions to Bidders remains in effect.2.0 – DEFINITIONS: Add the following Paragraphs to this Section:O. Office of Business Opportunity (OBO): All references to Affirmative ActionContract Compliance Division (AACC) set forth in Document 00700 – GeneralConditions and in other documents of the <strong>Project</strong> <strong>Manual</strong>, shall refer to, andinclude, the Office of Business Opportunity.3.0 - NOTICE TO BIDDERS: Add the following Paragraph to this Section:C. The City will award this contract to a “Local Business”, as that term isdefined in Section 15-176 of the City of Houston Code of Ordinances (“theCode”):If the bid of the Local Business is less than $100,000 and is the lowestresponsible bid or is within 5% of the lowest bid received, orIf the bid of the Local Business is more than $100,000 and is the lowestresponsible bid or is within 3% of the lowest bid received, andUnless the Director determines that such an award would unduly interferewith contract needs, as provided in Section 15-181 of the Code.If there is no bid of a Local Business that meets these criteria, the City willaward the contract to the lowest responsible bidder.4.0 – BID DOCUMENTS: Add the following Paragraphs to this Section:A. Add the following Paragraph A.1:1. Bid documents may only be obtained electronically at the City’s website:http://bidsets.publicworks.houstontx.gov/.D. Add the following Paragraph D.1:1. Copies of the City Standard Specifications and Details may be acquiredat no cost on the City’s website00210-107-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUPPLEMENTARYINSTRUCTIONS TO BIDDERShttp://documents.publicworks.houstontx.gov/document-center/cat_view/88-engineering-and-construction/92-specifications/208-division-02-16-standard-specifications.htmlE. The following plan rooms, whose names, addresses, phone and fax numberswere last updated on April 9, 2007, have been authorized by the City todisplay Bid Documents for examination:(Note: The Bid Documents furnished to the plan rooms for examination can bein electronic format, in hard copies, or in any other formats pertaining to eachCity Contracting Division’s discretion.)1. AMTEK Information Services, Inc., 4001 Sherwood Lane, Houston, TX77092, 713-956-0100, Fax 713-956-5340, Email:planroom@amtekusa.com2. Associated Builders & Contractors, Inc., (ABC), 3910 Kirby, Suite 131,Houston, TX 77098-4151, 713-523-6222, Fax 713-874-0747. Email:lori@abchouston.org3. Associated General Contractors (AGC-BB) Building Branch, 3825Dacoma, Houston, TX 77092-8717, 713-843-3700, Fax 713-843-3701.Email: karla.s@agchouston.org4. Associated General Contractors, (AGC-HHUI), Highway, Heavy Utilitiesand Industrial Branch, 2400 Augusta St., Suite 180, Houston, TX77057, 713-334-7100, Fax 713-334-7130. Email: houston@agctx.org(Attention: Mel Keyser)5. Construction Information Network, 1225 North Loop West, Suite 550,Houston, TX 77008, 713-868-2233 ext. 329, Fax 866-852-2713. Email:paul.tilford@cnsx.com6. F. W. Dodge Corporation, 4101 Greenbriar, Suite 320, Houston, TX77098, 713-529-4895, Fax 713-524-7639. Email:terrie_harris@mcgraw-hill.com7. Hispanic Contractors Association of Houston (HCA-GHA), 11 ParkerRoad, Suite 7, Houston, TX 77241, 713-699-2732 or 832-754-3705,Fax 713-695-1556, Email: hispanicontractorsassociation@yahoo.com;or Randymagdaleno@yahoo.com8. Houston Minority Business Development Center, 2900 Woodridge,Suite 124, Houston, TX 77087, 713-644-0821, Fax 713-644-3523.Email: gtamez@gacompanies.com00210-207-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUPPLEMENTARYINSTRUCTIONS TO BIDDERS9. Reed Construction Data, 30 Technology Parkway South, Suite 100,Norcross, GA – 30092-8629. Tel. 1-800-424-3996 or 1-800-699-8640;Fax 1-800-317-0870 or 1-800-508-5370.10. The Builders' Exchange of Texas, Inc., 3910 Kirby, Suite 131, Houston,TX 77098, 210-564-6900, Fax: 210-564-6921, Email:houston@bxtx.comF. Add the following Paragraph F.1:1. Designation as a City Business or Local BusinessTo be designated as a City or Local Business for the purpose of the HireHouston First Program, as set out in Article XI of Chapter 15 of the HoustonCity Code, a bidder or proposer must submit the Hire Houston First Applicationand Affidavit to the Director of the Mayor’s Office of Business Opportunity(OBO) and receive notice that the designation has been approved prior tosubmission of a bid or proposal. Submit with your bid a valid official letter fromOBO with your designation as a City or Local Business.5.0 - EXAMINATION OF DOCUMENTS, SITE, AND LOCAL CONDITIONS: Insert thefollowing paragraph:A. Add the following Paragraph D.1:1. The site, or part of it, is currently occupied and access is limited.Premises will be open for examination by appointment, under admissionby Gurdip Hyare at 832-395-5459, only during the following periods:8:00 a.m. to 4:00 p.m.9.0 – PREPARATION OF BIDS: Add the following Paragraph I to this Paragraph:I. For math errors the City encounters in analyzing Bids, the followingguidance will be used:In the event of a conflict between:The Bid Price is:1. Individual Unit Price and Individual Unit Price timesExtension of that Unit Price Estimated Quantity2. A Unit Price extension and Sum of all Individual Unit Pricetotal of Unit Price Extensions Extensions3. Individual Alternate and Sum of all Individual Alternatestotal of Alternates4. Individual subtotals for Stipulated Sum of Individual subtotals forPrice, Base Unit Prices, Extra Stipulated Price, Base Unit Prices,00210-307-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4Unit Prices, Contractor Bonus,Cash Allowances, and Alternates;and the Total Bid PriceSUPPLEMENTARYINSTRUCTIONS TO BIDDERSExtra Unit Prices, Contractor Bonus,Cash Allowances and Alternates10.0 – BID SUBMISSION: Add the following Paragraph A.1 to this Section:A. Add the following Paragraph A.1:1. City Secretary will receive Bids at 900 Bagby, Room P101, Houston,Texas until 10:30 a.m., local time on May 1, 2014.15.0 – PREBID MEETING: Add the following Paragraph A.1 to this Section:A. Add the following Paragraph A.1:1. A Prebid Meeting will be held at 10:00 A.M. on Tuesday, April 15, 2014,in 15th Floor, Conference Room No. 1546B at 611 Walker Street,Houston, Texas 77002.END OF DOCUMENT00210-407-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4REQUESTFOR BID INFORMATIONDocument 00220REQUEST FOR BID INFORMATIONPROJECT:E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway,and Kingwood West WWTPsPROJECT No.: WBS No. R-<strong>000265</strong>-<strong>0076</strong>-4TO:Bill Zod, P.E.15th Floor611 Walker, Houston, Texas 77002Phone No. (832) 395-2306Fax No. (832) 395-2344Email Addr. bill.zod@houstontx.gov(Type or Print question legibly; use back if more space is needed)This request relates toDrawing / Detail No.and/orSpecification Section No.Attachments to this request:SignatureDate(Type or Print Name)(Type or Print Company Name)END OF DOCUMENT00220-106-11-2004


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BID FORMPART ADocument 00410ABID FORM – PART ATo:<strong>Project</strong>:<strong>Project</strong> No.:Bidder:The Honorable Mayor and City Council of the City of HoustonCity Hall Annex900 Bagby StreetHouston, Texas 77002E. Coli Compliance Chlorination Systems for Turkey Creek, Westway,Kingwood West WWTPR-<strong>000265</strong>-<strong>0076</strong>-4(Print or type full name of business entity, such as corporation, LLC,etc)1.0 OFFERA. Total Bid Price: Having examined the <strong>Project</strong> location and all matters referredto in Bid Documents for the <strong>Project</strong>, we, the undersigned, offer to enter into aContract to perform the Work for the Total Bid Price shown on the signaturepage of this DocumentB. Security Deposit: Included with the Bid is a Security Deposit in the amount of10 percent of the Total Bid Price subject to terms described in Document00200 – Instructions to Bidders.C. Period for Bid Acceptance: This offer is open to acceptance and isirrevocable for 90 days from Bid Date. That period may be extended bymutual written agreement of the City and Bidder.D. Addenda: All Addenda have been received. Modifications to Bid Documentshave been considered and all related costs are included in the Total Bid Price.E. Bid Supplements: The following documents are attached:[X] Security Deposit (as defined in Document 00200 – Instructions toBidders)[X] Document 00450 - Bidder's Statement of MWSBE Status[X] Document 00452 - Contractor's Submission List - Fair CampaignOrdinance Form A[X] Document 00453 – Bidder’s Statement of Residency (not required for AIPfunded project)[X] Document 00454 - Affidavit of Non-interest[X] Document 00455 - Affidavit of Ownership or Control[ ] Document 00456 - Bidder’s Certificate of Compliance with Buy AmericanProgram (required for AIP funded project)[X] Document 00457 – Conflicts of Interest Questionnaire (CIQ)[ ] Document 00458 - Bidder’s Certificate Regarding Foreign TradeRestriction (required for AIP funded project)[ ] Document 00459 - Contractor’s Statement Regarding Previous ContractsSubject to EEO (required for AIP funded project)00410A-1 Bidder’s Initials [ ]4-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BID FORMPART A[X] Document 00460 – (POP 1) Pay or Play Acknowledgement Form[X] Document 00470 – Bidder’s MWSBE Participation Plan (required unlessno MWSBE participation goal is provided in Document 00800 (the“Goal”)).[X] Document 00471 – Pre-bid Good Faith Efforts (required if the goal inBidder’s Participation Plan–Document 00470 is lower than the Goal).[X] Document 00472 – Bidder’s Goal Deviation Request (required if the goalin Bidder’s Participation Plan–Document 00470 is lower than the Goal).[X] Others as listed: Valid official letter from OBO with your designation as aCity or Local Business (Bidder’s Participation Hire Houston First)2.0 CONTRACT TIMEA. If offer is accepted, Contractor shall achieve Date of Substantial Completionwithin 240 days after Date of Commencement of the Work, subject toadjustments of Contract Time as provided in the Contract.00410A-2 Bidder’s Initials [ ]4-3-2014


E. Coli Compliance - Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BID FORMPART BDocument 00410BBID FORM – PART B1.0 TOTAL BID PRICE HAS BEEN CALCULATED BY BIDDER, USING THEFOLLOWING COMPONENT PRICES AND PROCESS (PRINT OR TYPENUMERICAL AMOUNTS):A. STIPULATED PRICE: $ N/A(Total Bid Price; minus Base Unit Prices, Extra Unit Prices, Cash Allowances and All Alternates, if any)B. BASE UNIT PRICE TABLE:B. GENERAL ITEMSItemNo.SpecRef.Base Unit Short TitleUnit ofMeasureEstimatedQuantityUnit Price (thiscolumn controls)Total infigures1 01502 Mobilization for all the sites LS 1 $73,500.00 (1) $73,500.00 (1)2Div 1thru Div163 133034 133055 13305Turkey Creek WWTPImprovements as shown in theContract Drawings andSpecifications, including but notlimited to Chlorination SystemImprovements (except itemsspecifically listed below), completein place:Provide and install 6,400 gallonFRP tank and appurtenancesProvide and install rapid mixer andsupportPurchase standby/spare mixer,packaged for storageLS 1EA 2EA 1EA 16 013440 Programming Services LS 17Div 1thru Div168 112019 11305Westway WWTP Improvements asshown in the Contract Drawingsand Specifications, including butnot limited to Chlorination SystemImprovements (except itemsspecifically listed below), completein place:Provide and install 6,400 gallonFRP tank and appurtenancesProvide and install rapid mixer &supportLS 1EA 2EA 100410B-1 Bidder’s Initials [ ]4-3-2014


E. Coli Compliance - Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BID FORMPART BItemNo.SpecRef.10 11305Base Unit Short TitlePurchase standby/spare mixer, packagedfor storageUnit ofMeasureEstimatedQuantityEA 111 13440 Programming Services LS 112Div 1thru Div16TOTAL BASE UNIT PRICES:Kingwood West WWTP Improvements asshown in the Contract Drawings andSpecifications, including but not limited toChlorination System Improvements,complete in place:LS 1Unit Price(this columncontrols)Total infigures00410B-2 Bidder’s Initials [ ]4-3-2014


E. Coli Compliance - Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BID FORMPART BC. EXTRA UNIT PRICE TABLE:ItemNo.SpecRef.1 022212 023173 02318Extra Unit Short TitleRemove miscellaneousconcrete and masonry6-inch over-excavate trenchbottomExcavation aroundobstructionsUnit ofMeasureEstimatedQuantityCY 100LF 100CY 1004 02318 Extra hand excavation CY 1005 02318 Extra machine excavation CY 1006 023187 02318Extra placement of backfillmaterialExtra placement of granularfillCY 100CY 1008 02318 Extra cement-stabilized sand CY 1009 0331510 0331511 016111Extra grade 60 reinforcingsteel in placeExtra Class “A” concrete withor without formsAdditional conduit (of anysize)LBS 1,000CY 100LF 10012 016120 Additional conductors LF 10013 016402 Additional ductbank LF 10014 03300Additional sawcut & repairconcreteLF 10015 05500 Additional air diffuser drop EA 5TOTAL EXTRA UNIT PRICESUnit Price(this columncontrols)_________$10.00 (2)_________$2.00 (2)_________$10.00 (2)_________$10.00 (2)_________$15.00 (2)_________$15.00 (2)_________$20.00 (2)_________$35.00 (2)_________$2.00 (2)_________$100.00 (2)_________$16.00 (2)_________$84.00 (2)_________$100.00 (2)_________$50.00 (2)_________$650.00 (2)Total infigures_________$1,000.00 (2)_________$200.00 (2)_________$1,000.00 (2)_________$1,000.00 (2)_________$1,500.00 (2)_________$1,500.00 (2)_________$2,000.00 (2)_________$3,500.00 (2)_________$2,000.00 (2)_________$10,000.00 (2)_________$1,600.00 (2)_________$8,400.00 (2)_________$10,000.00 (2)_________$5,000.00 (2)_________$3,250.00 (2)__________$51,950.00 (2)REST OF PAGE INTENTIONALLY LEFT BLANK00410B-3 Bidder’s Initials [ ]4-3-2014


E. Coli Compliance - Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BID FORMPART BD. CASH ALLOWANCE TABLE:ItemNo.Cash Allowance Short Title Cash Allowance in figures (1)1 Building Permit Fees $7,500.00 (1)TOTAL CASH ALLOWANCES $7,500.00 (1)REST OF PAGE INTENTIONALLY LEFT BLANK00410B-4 Bidder’s Initials [ ]4-3-2014


E. Coli Compliance - Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BID FORMPART BE. ALTERNATES TABLE:ItemNo.SpecRef.Alternate Short TitleUnit ofMeasureEstimatedQuantityUnit Price(this columncontrols)Total Pricefor Alternatein figuresN/ATOTAL ALTERNATES$________REST OF PAGE INTENTIONALLY LEFT BLANK00410B-5 Bidder’s Initials [ ]4-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BID FORMPART BF. TOTAL BID PRICE: $(Add Totals for Items A., B., C., D., and E. above)2.0 SIGNATURES: By signing this Document, I agree that I have received andreviewed all Addenda and considered all costs associated with the Addenda incalculating the Total Bid Price.Bidder:(Print or type full name of your proprietorship, partnership, corporation, or joint venture.*)** By:Name:Address:Signature(Print or type name)(Mailing)DateTitle(Street, if different)Telephone and Fax Number:(Print or type numbers)* If Bid is a joint venture, add additional Bid Form signature sheets for eachmember of the joint venture.** Bidder certifies that the only person or parties interested in this offer as principalsare those named above. Bidder has not directly or indirectly entered into anyagreement, participated in any collusion, or otherwise taken any action inrestraint of free competitive bidding.Note: This document constitutes a government record, as defined by § 37.01 of theTexas Penal Code. Submission of a false government record is punishable asprovided in § 37.10 of the Texas Penal Code.Footnotes for Tables B through E:(1) Fixed Unit Price determined prior to Bid. Cannot be adjusted by the Bidder.(2) Minimum Bid Price determined prior to Bid. Can be increased by the Bidder by crossing out the Minimum andnoting revised price on the line above.(3) Maximum Bid Price determined prior to Bid. Can be decreased but not increased by Bidder by crossing out theMaximum and noting revised price on the line above. A Bid that increases the Maximum Bid Price may be foundnon-conforming and non-responsive.(4) Fixed Range Bid Price determined prior to Bid. Unit Price can be adjusted by Bidder to any amount within therange defined by crossing out prices noted and noting revised price on the line above.00410B-6 Bidder’s Initials [ ]4-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BIDDER’S BONDDocument 00430BIDDER'S BONDTHAT WE, _________________________________________________________________, as Principal,(Bidder)(“Bidder”), and the other subscriber hereto, ________________________________, as Surety, do herebyacknowledge ourselves to be held and firmly bound to the City of Houston, a municipal corporation, in the sumof _________________________________________________________ Dollars ($___________) (an amountequal to 10 percent of the Total Bid Price, including Cash Allowances and Alternates, if any, for the payment ofwhich sum, well and truly to be made to the City of Houston and its successors, the Bidder and Surety do bindthemselves, their heirs, executors, administrators, successors, and assigns, jointly and severally.THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT:WHEREAS, the Bidder has submitted on or about this day a proposal offering to perform the following:________________________________________________________________________________________(<strong>Project</strong> Name, Location and Number)in accordance with the Drawings, Specifications, and terms and conditions related thereto to which reference ishereby made.NOW, THEREFORE, if the Bidder's offer as stated in the Document 00410 – Bid Form is accepted by theCity, and the Bidder executes and returns to the City Document 00520 – Agreement, required by the City, onthe forms prepared by the City, for the Work and also executes and returns the same number of thePerformance, Payment and Maintenance Bonds (such bonds to be executed by a Corporate Surety authorizedby the State Board of Insurance to conduct insurance business in the State of Texas, and having anunderwriting limitation in at least the amount of the bond) and other submittals as required by Document 00495- Post-Bid Procedures, in connection with the Work, within the Contract Time, then this obligation shall becomenull and void; otherwise it is to remain in full force and effect.If Bidder is unable to or fails to perform the obligations undertaken herein, the undersigned Bidder andSurety shall be liable to the City for the full amount of this obligation which is hereby acknowledged as theamount of damages which will be suffered by the City on account of the failure of such Bidder to perform suchobligations, the actual amount of such damages being difficult to ascertain.Notices required or permitted hereunder shall be in writing and shall be deemed delivered when actuallyreceived or, if earlier, on the third day following deposit in a United States Postal Service post office orreceptacle, with proper postage affixed (certified mail, return receipt requested), addressed to the respectiveother Party at the address prescribed in the Contract documents, or at such other address as the receivingParty may hereafter prescribe by written notice to the sending Party.IN WITNESS THEREOF, the Bidder and Surety have signed and sealed this instrument on the respectivedates written below their signatures and have attached current Power of Attorney.ATTEST, SEAL: (if a corporation)WITNESS: (if not a corporation)By:Name:Title:ATTEST/SURETY WITNESS:(SEAL)(Name of Bidder)By:Name:Title:Date:(Full Name of Surety)(Address of Surety for Notice)By:Name:Title:Date:00430-102-01-2004(Telephone Number of Surety)By:END OF DOCUMENTName:Title:Date:


CITY OF HOUSTONSTANDARD DOCUMENTBIDDER’S STATEMENTOF M/W/SBE/PDBE/DBE STATUSDocument 00450BIDDER'S STATEMENT OF MWBE/PDBE/DBE/SBE STATUSThis certifies that the status of the Bidder, _________________________________, in(Bidder's Name)regard to the City of Houston Code of Ordinances, Chapter 15, Article V, relating toCity-wide percentage goals for contracting with Minority and Women-owned BusinessEnterprises (MWBE) and Disadvantaged Business Enterprises (DBE), Chapter 15,Article VI, relating to City-wide percentage goals for contracting with Persons withDisabilities Business Enterprises (PDBE) and Chapter 15, Article IX, relating to Citywidepercentage goals for contracting with a Small Business Enterprise (SBE) is asfollows:1. Bidder (individual, partnership, corporation) is [ ] is not [ ] a MinorityBusiness Enterprise as certified by the Office of Business Opportunity.2. Bidder (individual, partnership, corporation) is [ ] is not [ ] a Women-ownedBusiness Enterprise as certified by the Office of Business Opportunity3. Bidder (individual, partnership, corporation) does [ ] does not [ ] declareitself to be a Persons with Disabilities Business Enterprise as defined above.4. Bidder (individual, partnership, corporation) does [ ] does not [ ] declareitself to be a Disadvantaged Business Enterprise as defined above.5. Bidder (individual, partnership, corporation) does [ ] does not [ ] declareitself to be a Small Business Enterprise as defined above.Signature:Title:Date:END OF DOCUMENT00450-107/01/2013


CITY OF HOUSTONSTANDARD DOCUMENTCONTRACTOR SUBMISSION LISTFAIR CAMPAIGN ORDINANCEDocument 00452Form ACONTRACTOR SUBMISSION LISTCITY OF HOUSTON FAIR CAMPAIGN ORDINANCEThe City of Houston Fair Campaign Ordinance makes it unlawful for a Contractor tooffer any contribution to a candidate for City elective office (including elected officerselect)during a certain period of time prior to and following the award of the Contract bythe City Council. The term “Contractor” includes proprietors of proprietorships, partnersor joint venturers having an equity interest of 10 percent or more for the partnership orjoint venture, and officers, directors and holders of 10 percent or more of theoutstanding shares of corporations. Submission of a statement disclosing the namesand business addresses of each of those persons is required with each Bid/Proposal fora City Contract. See Chapter 18 of the City of Houston Code of Ordinances for furtherinformation.This list is submitted under the provisions of Section 18-36(b) of the City of HoustonCode of Ordinances in connection with the attached Bid/Proposal of:Firm or Company Name:Firm or Company Address:The firm/company is organized as indicated below. Check one as applicable and attachadditional pages if needed to supply the required names and addresses.[ ] SOLE PROPRIETORName[ ] A PARTNERSHIPProprietorAddressLIST EACH PARTNER HAVING EQUITY INTEREST OF 10% OR MORE OFPARTNERSHIP (IF NONE STATE “NONE”)NameName[ ] A CORPORATIONPartnerPartnerAddressAddressLIST ALL DIRECTORS OF THE CORPORATION (IF NONE STATE “NONE”)NameDirectorAddress00452-104-30-2004


CITY OF HOUSTONSTANDARD DOCUMENTCONTRACTOR SUBMISSION LISTFAIR CAMPAIGN ORDINANCENameNameDirectorDirectorAddressAddressLIST ALL OFFICERS OF THE CORPORATION (IF NONE STATE “NONE”)NameNameNameOfficerOfficerOfficerAddressAddressAddressLIST ALL INDIVIDUALS OWNING 10% OR MORE OF OUTSTANDINGSHARES OF STOCK OF THE CORPORATION (IF NONE STATE “NONE”)NameNameNameOwnerOwnerOwnerAddressAddressAddressI certify that I am duly authorized to submit this list on behalf of the firm, that I amassociated with the firm in the capacity noted below, and that I have knowledge of theaccuracy of the information provided herein.SignaturePrinted NameNote: This list constitutes a government record as defined by § 37.01 of the Texas Penal Code.TitleEND OF DOCUMENT00452-204-30-2004


CITY OF HOUSTONSTANDARD DOCUMENTBIDDER'S STATEMENT OF RESIDENCYDocument 00453BIDDER'S STATEMENT OF RESIDENCYThe City may not award a contract for general construction, services, or purchases to aNonresident Bidder unless Nonresident's Bid is lower than the lowest Bid submitted by aresponsible Texas Resident Bidder by the same amount that a Texas Resident bidder would berequired to underbid the Nonresident Bidder to obtain a comparable contract in the state inwhich Nonresident's principle place of business is located.1. This certifies that the Bidder, , is a State of TexasResident Bidder as defined in TEX. GOVT. CODE ANN. § 2252.001(4) (Vernon 1994).SignatureTitle"Texas Resident Bidder" means a bidder whose principal place of business is in this State,and includes a Contractor whose ultimate parent company or majority owner has its principalplace of business in this State. When bidder cannot sign 1, above, proceed to 2.2. a. is a resident of and is aNonresident Bidder as defined in TEX. GOVT. CODE ANN. § 2252.001(3) (Vernon 1994).SignatureTitle"Nonresident Bidder" means a bidder whose principal place of business is not in this State,but excludes a contractor whose ultimate parent company or majority owner has its principalplace of business in this State.b. The State of have a state statute givingBidder's resident state Does or Does Notpreference to resident bidders.SignatureTitleIf the answer to 2.b is that your state does have a statute giving preference to residentbidders, then you must provide a copy and proceed to 3.3. A copy of the State of statute is attached.SignatureTitleDateEND OF DOCUMENT00453-102-01-2004


CITY OF HOUSTONSTANDARD DOCUMENTAFFIDAVIT OF NON-INTERESTDocument 00454AFFIDAVIT OF NON-INTERESTBEFORE ME, the undersigned authority, a Notary <strong>Public</strong> in and for the State of Texas, onthis day personally appearedAffiant, whobeing by me duly sworn on his oath stated that he isTitle, ofName of Firm,the firm named and referred to and in the foregoing; and that he knows of no officer,agent, or employee of the City of Houston being in any manner interested either directlyor indirectly in such Contract.Affiant's SignatureSWORN AND SUBSCRIBED before me on .DateNotary <strong>Public</strong> in and for the State of TEXASPrint or type nameMy Commission Expires:Expiration DateEND OF DOCUMENT00454-102-01-2004


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AFFIDAVIT OFOWNERSHIP OR CONTROLDocument 00455AFFIDAVIT OF OWNERSHIP OR CONTROLORIG. DEPT.: DEPARTMENT OF PUBLIC WORKS AND ENGINEERINGFILE/I.D. NO.:R-<strong>000265</strong>-<strong>0076</strong>-4INSTRUCTION: ENTITIES USING AN ASSUMED NAME SHOULD DISCLOSE SUCH FACT TO AVOID REJECTION OF THEAFFIDAVIT. THE FOLLOWING FORMAT IS RECOMMENDED: CORPORATE/LEGAL NAME DBA ASSUMED NAME.STATE OF ____________ §§ AFFIDAVIT OF OWNERSHIP OR CONTROLCOUNTY OF ___________ §BEFORE ME, the undersigned authority, on this day personally appeared__________________________________________________ [FULL NAME] (hereafter “Affiant”),_________________________________________ [STATE TITLE/CAPACITY WITH CONTRACTING ENTITY] of_____________________________________________________________ [CONTRACTING ENTITY’SCORPORATE/LEGAL NAME] (”Contracting Entity”), who being by me duly sworn on oath stated as follows:1. Affiant is authorized to give this affidavit and has personal knowledge of the facts and matters herein stated.2. Contracting Entity seeks to do business with the City in connection with________________________________________________________________________ [DESCRIBE PROJECT ORMATTER] which is expected to be in an amount that exceeds $50,000.3. The following information is submitted in connection with the proposal, submission or bid of ContractingEntity in connection with the above described project or matter.4. Contracting Entity is organized as a business entity as noted below (check box as applicable).FOR PROFIT ENTITY:NON-PROFIT ENTITY:[ ] SOLE PROPRIETORSHIP [ ] NON-PROFIT CORPORATION[ ] CORPORATION [ ] UNINCORPORATED ASSOCIATION[ ] PARTNERSHIP[ ] LIMITED PARTNERSHIP[ ] JOINT VENTURE[ ] LIMITED LIABILITY COMPANY[ ] OTHER (Specify type in space below)_______________________________________________________________________________________________________________________________________________________________________________________________________________________________00455-109-04-2007


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AFFIDAVIT OFOWNERSHIP OR CONTROL5. The information shown below is true and correct for the Contracting Entity and all owners of 5% or more ofthe Contracting Entity and, where the Contracting Entity is a non-profit entity, the required information has been shownfor each officer, i.e., president, vice-president, secretary, treasurer, etc. [NOTE: IN ALL CASES, USE FULL NAMES, LOCALBUSINESS AND RESIDENCE ADDRESSES AND TELEPHONE NUMBERS. DO NOT USE POST OFFICE BOXES FOR ANY ADDRESS.INCLUSION OF E-MAIL ADDRESSES IS OPTIONAL, BUT RECOMMENDED. ATTACH ADDITIONAL SHEETS AS NEEDED.]Contracting EntityName: _____________________________________________________Business Address [NO./STREET] _______________________________[CITY/STATE/ZIP CODE] _____________________________________Telephone Number(_____)_________________________Email Address [OPTIONAL]_______________________________Residence Address [NO./STREET] _______________________________[CITY/STATE/ZIP CODE] _____________________________________Telephone Number(_____)_________________________Email Address [OPTIONAL]_______________________________5% Owner(s) or More (IF NONE, STATE “NONE.”)Name: _____________________________________________________Business Address [NO./STREET] _______________________________[CITY/STATE/ZIP CODE] _______________________________Telephone NumberEmail Address [OPTIONAL](_____)________________________________________________________Residence Address [NO./STREET] _______________________________[CITY/STATE/ZIP CODE] _____________________________________Telephone NumberEmail Address [OPTIONAL](_____)________________________________________________________00455-209-04-2007


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AFFIDAVIT OFOWNERSHIP OR CONTROL6. Optional InformationContracting Entity and/or ___________________________________________ [NAME OF OWNER OR NON-PROFIT OFFICER] is actively protesting, challenging or appealing the accuracy and/or amount of taxes levied against_____________________________________ [CONTRACTING ENTITY, OWNER OR NON-PROFIT OFFICER] as follows:Name of Debtor:_______________________________Tax Account Nos._______________________________Case or File Nos._______________________________Attorney/Agent Name _______________________________Attorney/Agent Phone No. (_____)_________________________Tax Years_______________________________Status of Appeal [DESCRIBE] _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Affiant certifies that he or she is duly authorized to submit the above information on behalf of the ContractingEntity, that Affiant is associated with the Contracting Entity in the capacity noted above and has personal knowledge ofthe accuracy of the information provided herein, and that the information provided herein is true and correct to the bestof Affiant’s knowledge and belief._______________________________________Affiant(Seal)SWORN TO AND SUBSCRIBED before me this ______ day of _____________, 20_____._______________________________________Notary <strong>Public</strong>NOTE:This affidavit constitutes a government record as defined by Section 37.01 of the Texas Penal Code. Submission ofa false government record is punishable as provided in Section 37.10 of the Texas Penal Code. Attach additionalpages if needed to supply the required names and addresses.00455-309-04-2007


CITY OF HOUSTONSTANDARD DOCUMENTCONFLICT OFINTEREST QUESTIONNAIREDocument 00457Conflict of Interest QuestionnaireLocal Government Code Chapter 176 requires Bidders with the City of Houston(“City”) to file a Conflict of Interest Questionnaire with the City Secretary of the Cityof Houston.The Conflict of Interest Questionnaire is available for downloading on the TexasEthics Commission’s website at: http://www.ethics.state.tx.us/forms/CIQ.pdf. Thecompleted Conflict of Interest Questionnaire will be posted on the City Secretary’swebsite. Also you will find a list of the City Local Government Officers on the CitySecretary’s website.For your convenience the CIQ form is attached as part of this document. Althoughthe City has provided this document for the Bidders convenience, it is the Biddersresponsibility to submit the latest version of the CIQ form as promulgated by theTexas Ethics Commission.The Failure of any Bidder to comply with this law is a Class C misdemeanor.END OF DOCUMENT0045702-28-2006


CONFLICT OF INTEREST QUESTIONNAIREFor vendor or other person doing business with local governmental entityThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session.This questionnaire is being filed in accordance with Chapter 176, Local Government Codeby a person who has a business relationship as defined by Section 176.001(1-a) with a localgovernmental entity and the person meets requirements under Section 176.006(a).By law this questionnaire must be filed with the records administrator of the local governmentalentity not later than the 7th business day after the date the person becomes aware of factsthat require the statement to be filed. See Section 176.006, Local Government Code.A person commits an offense if the person knowingly violates Section 176.006, LocalGovernment Code. An offense under this section is a Class C misdemeanor.FORM CIQOFFICE USE ONLYDate Received1Name of person who has a business relationship with local governmental entity.2Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority notlater than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)3Name of local government officer with whom filer has employment or business relationship.Name of OfficerThis section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has anemployment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additionalpages to this Form CIQ as necessary.A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investmentincome, from the filer of the questionnaire?YesNoB. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at thedirection of the local government officer named in this section AND the taxable income is not received from the localgovernmental entity?YesNoC. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the localgovernment officer serves as an officer or director, or holds an ownership of 10 percent or more?YesNoD. Describe each employment or business relationship with the local government officer named in this section.4Signature of person doing business with the governmental entityDateAdopted 06/29/2007


CITY OF HOUSTONSTANDARD DOCUMENTCONTRACTOR'S STATEMENTREGARDING PREVIOUSCONTRACTS SUBJECT TO EEODocument 00459CONTRACTOR'S STATEMENT REGARDING PREVIOUS CONTRACTSSUBJECT TO EQUAL EMPLOYMENT OPPORTUNITYSection 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective primecontractor and proposed subcontractor, where appropriate, to state in the bid or at the outset ofnegotiations for the contract whether it has participated in any previous contract or subcontract subject tothe equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, theDirector, an agency, or the former President's Committee on Equal Employment Opportunity all reportsdue under the applicable filing requirements. In any case in which a bidder or prospective primecontractor or proposed subcontractor which participated in a previous contract subject to Executive Order10925, 11114. or 11246 has not filed a report due under the applicable filing documents, no contract orsubcontract shall be awarded unless such contractor submits a report covering the delinquent period orsuch other period specified by the FAA or the Director, OFCCP.Contractor has __ has not __ participated in a previous contract subject to the equal opportunity clauseprescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246.Contractor has __ has not __ submitted all compliance reports in connection with any such contract dueunder the applicable filing requirements; and that representations indicating submission of requiredcompliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts.If Contractor has participated in a previous contract subject to the equal opportunity clause and has notsubmitted compliance reports due under applicable filing requirements, Contractor (Proposer) shall submita compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award ofthe Contract.Standard Form 100 is normally furnished to contractors annually, based on a mailing list currentlymaintained by the Joint Reporting Committee. In the event Contractor has not received the form,Contractor may obtain it by writing to the following address:Joint Reporting Committee1800 G StreetWashington, DC 20506(Printed or typed Name of Signatory)SignatureDateTitleContractor's Firm NameNOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.END OF DOCUMENT00459-102-01-2004


CITY OF HOUSTONSTANDARD DOCUMENTPAY OR PLAY PROGRAMACKNOWLEDGEMENT FORMDocument 00460(POP -1)City of HoustonPay or Play ProgramAcknowledgement FormIt has been determined that the project currently open for bidding meets the criteria of the City ofHouston Pay or Play program. This form acknowledges your awareness of the Pay or Play programwhich is authorized by Ordinance 2007-534. Your signature below affirms that you will comply withthe requirements of the program if you are the successful bidder/proposer, and ensure the same onbehalf of subcontracts subject to the Pay or Play Program.I declare under penalty of perjury under the laws of the State of Texas that if awarded this contractwhich meets the criteria for the City of Houston’s Pay or Play Program, I will comply with allrequirements of the Pay or Play Program in accordance with Executive Order 1-7.*Fill out all information below and submit this form with your bid/proposal packet.Solicitation NumberSignatureDatePrint NameCity Vendor IDCompany NamePhone NumberEmail AddressNote: For more information contact your POP Liaison or the POP Contract Administrator. Allcontact information can be found on www.houstontx.gov Departments Office of BusinessOpportunity Pay or Play.0046007-03-2012


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BIDDER’S MWSBEPARTICIPATION PLANDocument 00470BIDDER’S MWSBE PARTICIPATION PLANThe Bidder or Proposer shall submit this completed form with the bid, to demonstrate theBidder/Proposer’s plan to meet the contract-specific MWSBE goal (“contract goal”). If the Bidder orProposer cannot meet the contract goal, the Bidder/Proposer has the burden to demonstrate “GoodFaith Efforts”, which shall include correctly and accurately preparing and submitting this form, a Recordof Good Faith Efforts (Document 00471), and a Request for Deviation from the Goal (Document 00472),the documentation evidencing their “Good Faith Efforts”, as required by the City of Houston’s GoodFaith Efforts Policy (Document 00808). The City will review the Participation Plan and Good FaithEfforts at the time of bid opening. Visit http://www.houstontx.gov/obo for more information.Contract Goal MBEGoal %11%WBEGoal %7%Bidder’sParticipationPlan PercentageSBE MBE WBE TotalNAICSCode(6 digit)Description of Work (Plan Sheet #, Unit Price#, Scope of Work #, as applicable)% of TotalBid Price(2 decimalplaces)Cert. Typefor GoalMBE,WBE, SBE)Certified Firm NameFirm AddressContact NamePhone No. and E‐Mail (if available)Signature for Company: Date: ____Print Name: Phone: _________Bidder:(Print or type full name of business entity, such as corporation, LLC, etc)I understand that supplying inaccurate information may violate Texas Penal Code Section 37.10 and lead to City sanctions.00470-108-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BIDDER’S MWSBEPARTICIPATION PLANDOCUMENT 00470CONTINUATION PAGENAICSCode(6 digit)Description of Work (Plan Sheet #, Unit Price#, Scope of Work #, as applicable)% of TotalBid Price(2 decimalplaces)Cert. Typefor GoalMBE,WBE, SBE)Certified Firm NameFirm AddressContact NamePhone No. and E‐Mail (if available)Signature for Company: Date: ____Print Name: Phone: _________Bidder:(Print or type full name of business entity, such as corporation, LLC, etc)*I understand that supplying inaccurate information may violate Texas Penal Code Section 37.10 and lead to City sanctions.00470-208-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRE-BIDGOOD FAITH EFFORTSDocument 00471PRE-BID GOOD FAITH EFFORTSBidder or Proposer Name:____ <strong>Project</strong> NameA Bidder or Proposer that may be unable to complete or follow a Participation Plan (Document CCD-00470) to meet the Contract Goal in the Supplemental Conditions (Document 00800), must submit thiscompleted form as well as a Goal Deviation Request Form (Document 00472), and any otherdocumentation of “Good Faith Efforts” with the bid (see Document 00808). The Bidder or PrimeContractor has the burden to demonstrate “Good Faith Efforts” to meet the MWSBE goal, whichincludes correctly and accurately preparing and submitting this form and other efforts described in theCity’s Good Faith Efforts Policy (Document 00808). The Office of Business Opportunity will reviewGood Faith Efforts and Participation Plan after selection of an apparent low bidder.UNLESS THE BIDDER’S/PROPOSER’S PARTICIPATION PLAN MEETS THE CONTRACT GOAL, FAILURE TOSUBMIT THIS FORM MAY RESULT IN THE BID BEING FOUND NON-RESPONSIVE.NAICSCodePlanItemNo.MWSBETypeforGoalCertified Firm NameAddress, Phone No. andE‐MailCertifiedFirmContactPersonMethodofContactPhoneE‐mailFaxPrimeContactDateCertifiedFirmResponseResults of Contact(why suitable ornot suitable forwork)PhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxAuthorized Signature: Date: ________ Phone: __________Print Name: Email Address: ___00471-107-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRE-BIDGOOD FAITH EFFORTSCONTINUATION PAGENAICSCodePlanItemNo.MWSBETypeforGoalCertified Firm NameAddress, Phone No. andE‐MailCertifiedFirmContactPersonMethodofContactPhoneE‐mailFaxPrimeContactDateCertifiedFirmResponseResults of Contact(why suitable ornot suitable forwork)PhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxAuthorized Signature: Date: ________ Phone: __________Print Name: Email Address: ___00471-207-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BIDDER’S GOALDEVIATION REQUESTDocument 00472BIDDER’S GOAL DEVIATION REQUESTBidder or Proposer Name:<strong>Project</strong> Name & Bid/Contract #:Department ApprovedMWSBE GoalsMBE%WBE%SBE%Total%Bidder’s ProposedMWSBE GoalsMBE%WBE%SBE%Total%Justification: Please provide the reason the Bidder is unable to meet the Contract Goal in Form 00800.Good Faith Efforts: Please list any efforts not listed in the Bidder’s Good Faith Effort Report (Form 00471).Date:Email:Phone Number:Bidder:By:Title:FOR OFFICIAL USE ONLY: ApprovedOBO RepresentativeNot ApprovedDate:Title:00472-107-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4POST-BIDPROCEDURESDocument 00495POST-BID PROCEDURES1.0 DOCUMENT ADDRESSESA. Notice of Intent to AwardB. Monitoring Authority/Contracting DepartmentC. Requirements of BidderD. Failure of Bidder to comply with requirementsE. Notice to Proceed2.0 NOTICE OF INTENT TO AWARDA. The City will provide written Notice of Intent to Award to Low Bidder.3.0 DEFINITIONSA. The “Monitoring Authority” or “OBO” for this <strong>Project</strong> is:Director, Office of Business Opportunity DivisionCity of Houston611 Walker Street, 7th FloorHouston, Texas 77002B. The “Contracting Department” for this <strong>Project</strong> is:Director, Department of DEPARTMENT OF PUBLIC WORKS AND ENGINEERINGCity of Houston611 Walker StreetHouston, Texas 77002ATTN: Bill Zod, P.E.,4.0 REQUIREMENTS OF BIDDERA. Within10 days of receipt of Notice of Intent to Award, Low Bidder shall execute anddeliver to Bill Zod, P.E., <strong>Project</strong> Manager and Monitoring Authority, for the City'sapproval, documents indicated by an "X" below:[ ] Document 00570 – Revised MWSBE Participation Plan (Do not submit ifOBODirector approved Bidder’s Plan – Document 00470)00495-108-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4POST-BIDPROCEDURES[ X ] Executed Subcontract(s), Letter(s) of Intent, or documentation of good faithefforts to meet the MWSBE goalsB. Within 10 days of receipt of Notice of Intent to Award, Low Bidder shall execute anddeliver to Bill Zod, P.E., <strong>Project</strong> Manager for the City's approval, documents indicated byan "X" below:[ ] Document 00500 - Form of Business[ X ] Document 00501 - Resolution of Contractor[ X ] Document 00520 - Agreement[ X ] Document 00600 - List of Proposed Subcontractors and Suppliers[ X ] Document 00601 - Drug Policy Compliance Agreement[ X ] Document 00602 - Contractor's Drug-free Workplace Policy (Contractor createsthis document.)[ X ] Document 00604 - History of OSHA Actions and List of On-the-job Injuries[ X ] Document 00605 - List of Safety Impact Positions (Contractor completes this list.Do not submit if submitting Document 00606.)[ ] Document 00606 - Contractor's Certification of No Safety Impact Positions (Donot submit if submitting Document 00605.)[ ] Document 00607 - Certification Regarding Debarment, Suspension, and OtherResponsibility Matters[ ] Document 00608 - Contractor's Certification Regarding Non-segregated Facilitiesfor <strong>Project</strong> Funded by AIP Grant[ X ] Document 00610 - Performance Bond[ X ] Document 00611 - Statutory Payment Bond[ X ] Document 00612 - One-year Maintenance Bond[ ] Document 00613 - One-year Surface Correction Bond[ X ] Document 00620 - Affidavit of Insurance (with Certificate of Insurance attached)[ X ] Document 00622 - Name and Qualifications of Proposed Superintendent(Contractor creates this document.)[ ] Document 00623 - Contractor's Act of Assurance (SRF Form ED-103)[ X ] Document 00624 - Affidavit of Compliance with S/WMBE Program[ ] Document 00625 - SRF Participation Summary[ ] Document 00626 - SRF Affirmative Steps Solicitation Report[ ] Document 00627 - SRF Prime Contractor Affirmative Steps Certification andGoals[ ] Document 00629 - Affidavit for FAA Form 7460-1[ X ] Document 00630 - Certification of Compliance with Pay or Play Program[ X ] Document 00631 - City of Houston Pay or Play Program – List of Subcontractors[ ] Document 00809 – CDBG Requirements for Federally Funded <strong>Project</strong>sC. Within 10 days of receipt of Notice of Intent to Award, Low Bidder shall execute thefollowing forms and deliver them directly to the Monitoring Authority.1. Original forms contained in Document 00805 – Equal Employment OpportunityProgram Requirements:[ X ] Pages 00805-3 to 00805-5, Certification by Bidder Regarding Equal00495-208-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4POST-BIDPROCEDURESEmployment Opportunity[ X ] Page 00805-6, Total Work Force Composition of the Company, or copy oflatest EEO-1 form (required only if Contractor has a work force of 50 or morepeople and the Original Contract Price is $50,000 or more)[ X ] Page 00805-7, Equal Employment Opportunity Compliance Program[ X ] Page 00805-26, Certification by Proposed Subcontractor Regarding EqualEmployment Opportunity[ X ] Page 00805-29, Certification by Proposed Material Supplier, Lessor, andProfessional Service Providers Regarding Equal Employment Opportunity2. Original completed form Document 00633 - Certification by Proposed Material Suppliers,Lessors, and Professional Service Providers Regarding Equal Employment Opportunity,for each proposed material supplier and equipment supplier.3. Original forms contained in Document 00820 – Wage Scale for <strong>Engineering</strong> Construction.[ X ] Certificate from Contractor Appointing Officeror Employee to Supervise Payment of Employees[ ] Certificate from SubContractor Appointing Officeror Employee to Supervise Payment of Employees[ ] Document 00812, Exhibit “A” – Certificate from Contractor AppointingOfficer or Employee to Supervise Payment of EmployeesD. Designations of Subcontractors and Suppliers, who have been selected by Bidder in Document00600 - List of Proposed Subcontractors and Suppliers, and accepted by the City, may bechanged only with prior notice and acceptance by <strong>Project</strong> Manager as provided in Conditions ofthe Contract. For each Product Supplier subsequently added or substituted, provide an originalcompleted form, Document 00633 - Certification by Proposed Material Suppliers, Lessors, andProfessional Service Providers Regarding Equal Employment Opportunity, directly to theMonitoring Authority.E. On Bidder's written request, Bill Zod, P.E., <strong>Project</strong> Manager may grant an extension of time, not toexceed 5 days, to furnish documents specified in Paragraphs 4.0.A and 4.0.B. If Bidder isrequired to resubmit documents specified in Paragraph 4.0.A or 4.0.B, Bidder shall do so withintime limits provided in the request for resubmission.F. Designations of Subcontractors and Suppliers, who have been selected by Bidder in itsParticipation Plan, and accepted by the City, may be changed only with prior notice andacceptance by the Monitoring Authority as provided in Document 00808 – Bidder/ContractorRequirements for the City of Houston Minority, Women, and Small Business Enterprise(MWSBE), and Persons with Disabilities Business Enterprise (PDBE).5.0 FAILURE OF BIDDER TO COMPLY WITH REQUIREMENTSA. Should Bidder, on receipt of Notice of Intent to Award, fail to comply with requirements of thisDocument 00495 within stated time, the City may declare award in default and require forfeitureof the Security Deposit.00495-308-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4POST-BIDPROCEDURESB. After the City's written notice of default to Low Bidder, the City may award the Contract toBidder whose offer is the next lowest bid, and Security Deposit of Bidder in default shall beforfeited to the City in accordance with provisions of Document 00200 - Instructions to Bidders.6.0 NOTICE TO PROCEEDA. Upon the City's execution of the Agreement and delivery to Contractor, City Engineer will giveDocument 00551 - Notice to Proceed to Contractor, which establishes Date of Commencementof the Work.END OF DOCUMENT00495-408-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4RESOLUTION OFCONTRACTORDocument 00501RESOLUTION OF CONTRACTOR_________________________________________________________ (“Contractor”),(Name of Contractor, e.g., “Biz. Inc.”, “Biz LLP”)is a _________________________________________________________________________,(Type of Organization, e.g.: Corporation, Limited Partnership, Limited Liability Partnership, Limited Liability Company, etc.)which is bound by acts of _______________________________________,(Name and Form of Governing Entity, e.g., “Biz Inc. Board of Directors”, “Bill Smith, GP”, etc.)(“Governing Entity”).On the day of , 20 , the Governing Entity resolved, in accordance withall documents, rules, and laws applicable to the Contractor, that_____________________________________________, is authorized to act as the(Contractor’s Representative)Contractor’s Representative in all business transactions (initial one) conducted in theState of Texas OR related to this Contract; andThe Governing Entity warrants that the above resolution (a) was entered into withoutdissent or reservation by the Governing Entity, (b) has not been rescinded or amended, and (c)is now in full force and effect; andIn authentication of the adoption of this resolution, I subscribe my name on thisday of _ ____, 20 .____________________________________________(Authorized Signature for Governing Entity)____________________________________________(Print or Type Name and Title of Authorized Signatory)SWORN AND SUBSCRIBED before me on _____________________________Date_____________________________Notary <strong>Public</strong> in and for the State of TexasMy Commission Expires: ___________Expiration Date_____________________________Print or Type Name of Notary <strong>Public</strong>END OF DOCUMENT00501-102-01-2010


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AGREEMENTDocument 00520AGREEMENT<strong>Project</strong>:E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, and KingwoodWest WWTPs<strong>Project</strong> Location:Turkey Creek WWTP (1147 Enclave Pkwy), Westway WWTP (10273 GenardRoad) and Kingwood West WWTP (26808 Sorters Road)(Key Map No. TurkeyCreek WWTP (488G), Westway WWTP (450A), Kingwood West WWTP (295Z))<strong>Project</strong> No:WBS No. R-<strong>000265</strong>-<strong>0076</strong>-4The City: THE CITY OF HOUSTON, 900 Bagby Street, Houston, Texas 77002 (the “City”)andContractor:(Address for Written Notice)Fax Number:City Engineer, with respect to Sections 4.1.9 and 4.3 thru 4.5 of the General Conditions, is:J. Timothy Lincoln, P.E. (or his successor)P. O. Box 1562, Houston, Texas 77251-1562 (Address for Written Notice)City Engineer, with respect to all other terms of the General Conditions, is:Joseph T. Myers, P.E.Fax Number: (832) 395-2410THE CITY AND CONTRACTOR AGREE AS FOLLOWS:ARTICLE 1THE WORK OF THE CONTRACT1.1 Contractor shall perform the Work in accordance with the Contract.00520-111-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AGREEMENTARTICLE 2CONTRACT TIME2.1 Contractor shall achieve Date of Substantial Completion within 240 days after Date ofCommencement of the Work, subject to adjustments of Contract Time as provided in the Contract.2.2 The Parties recognize that time is of the essence for this Agreement and that the City will sufferfinancial loss if the Work is not completed within the Contract Time. Parties also recognize delays, expense,and difficulties involved in proving in a legal or arbitration proceeding actual loss suffered by the City if theWork is not completed on time. Accordingly, instead of requiring any such proof, the Parties agree that asliquidated damages for delay (but not as a penalty), Contractor shall pay the City the amount stipulated inDocument 00800 – Supplementary Conditions, for each day beyond Contract Time.ARTICLE 3CONTRACT PRICE3.1 Subject to terms of the Contract, the City will pay Contractor in current funds for Contractor'sperformance of the Contract, Contract Price of $ which includes Alternates, if any, accepted below.3.2 The City accepts Alternates as follows:************************************************************************************************Delete or add lines below to indicate all Alternates that were included in Request forcompetative sealed proposals. Remove brackets and instructions when done.Change color of remaining text to black.************************************************************************************************Alternate No. 1Alternate No. 2Alternate No. 3Alternate No. 4[Accepted or Not Accepted][Accepted or Not Accepted][Accepted or Not Accepted][Accepted or Not Accepted]ARTICLE 4PAYMENTS4.1 The City will make progress payments to Contractor as provided below and in Conditions of theContract.4.2 The Period covered by each progress payment is one calendar month ending on the [___] 15th or[___] last day of the month.4.3 The City will issue Certificates for Payment and will make progress payments on the basis of suchCertificates as provided in Conditions of the Contract.4.4 Final payment, constituting entire unpaid balance of Contract Price, will be made by the City toContractor as provided in Conditions of the Contract.00520-211-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AGREEMENTARTICLE 5CONTRACTOR REPRESENTATIONS5.1 Contractor represents:5.1.1 Contractor has examined and carefully studied Contract documents and other related data identified inRequest For or Competitive Sealed Proposals or Competitive Sealed Bids.5.1.2 Contractor has visited the site and become familiar with and is satisfied as to general, local, and siteconditions that may affect cost, progress, and performance of the Work.5.1.3 Contractor is familiar with and is satisfied as to all federal, state, and local laws and regulations thatmay affect cost, progress, and performance of the Work.5.1.4 Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at orcontiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurfacestructures at or contiguous to the site (except Underground Facilities) which have been identified in Contractdocuments and (2) reports and drawings of a hazardous environmental condition, if any, at the site which hasbeen identified in Contract documents.5.1.5 Contractor has obtained and carefully studied (or assumes responsibility for having done so) alladditional or supplementary examinations, investigations, explorations, tests, studies, and data concerningconditions (surface, subsurface, and Underground Facilities) at or contiguous to the site which may affect cost,progress, or performance of the Work or which relate to any aspect of the means, methods, techniques,sequences, and procedures of construction to be employed by Contractor, including applying specific means,methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract tobe employed by Contractor, and safety precautions and programs incident thereto5.1.6 Contractor does not consider that any further examinations, investigations, explorations, tests, studies,or data are necessary for performance of the Work at Contract Price, within Contract Time, and in accordancewith the Contract.5.1.7 Contractor is aware of general nature of work to be performed by the City and others at the site thatrelates to the Work as indicated in Contract documents.5.1.8 Contractor has correlated information known to Contractor, information and observations obtained fromvisits to the site, reports and drawings identified in the Contract, and all additional examinations, investigations,explorations, tests, studies, and data with the Contract.5.1.9 Contractor has given City Engineer written notice of all conflicts, errors, ambiguities, or discrepanciesthat Contractor has discovered in the Contract, and written resolution thereof by City Engineer is acceptable toContractor.5.1.10 Contract documents are generally sufficient to indicate and convey understanding of all terms andconditions for performance and furnishing of the Work.ARTICLE 6MISCELLANEOUS PROVISIONS6.1 The Contract may be terminated by either Party as provided in Conditions of the Contract.6.2 The Work may be suspended by the City as provided in Conditions of the Contract.00520-311-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AGREEMENTARTICLE 7ENUMERATION OF CONTRACT DOCUMENTS7.1 The following documents are incorporated into this Agreement:7.1.1 Document 00700 - General Conditions.7.1.2 Document 00800 - Supplementary Conditions.7.1.3 Division 01 - General Requirements.7.1.4 Divisions 02 through 16 of Specifications.7.1.5 Drawings listed in Document 00015 - List of Drawings. Drawing No. None and boundseparately.7.1.6 Addenda [and Riders] which apply to the Contract, are as follows:Addendum No. 1, datedAddendum No. 2, datedAddendum No. 3, datedNoneNoneNone7.1.7 Other documents:Rider No. [ ], dated NoneDocument No. Title[ X ] 00410B Bid Form – Part B[ X ] 00470 Standard Pre-Bid Participation Plan Document[ ] 00471 Pre-Bid Good Faith Efforts Report[ ] 00472 Goal Deviation Request[ ] 00500 Form of Business[ X ] 00501 Resolution of Contractor (if a corporation)[ ] 00570 Amended S/MWBE Participation Plan[ ] 00571 Contractor’s Good Faith Efforts Report[ ] 00572 Plan Deviation Request[ ] 00608 Contractor's Certification Regarding Non-Segregated Facilities for <strong>Project</strong>Funded by AIP Grant[ X ] 00610 Performance Bond[ X ] 00611 Statutory Payment Bond[ X ] 00612 One-year Maintenance Bond[ ] 00613 One-year Surface Correction Bond[ X ] 00620 Affidavit of Insurance (with the Certificate of Insurance attached)00520-411-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AGREEMENT[ ] 00623 Contractor’s Act of Assurance (SRF Form ED-103)[ X ] 00624 Affidavit of Compliance with Affirmative Action Program[ ] 00628 Affidavit of Compliance with Disadvantaged Business Enterprise (DBE)Program for <strong>Project</strong> Funded By AIP Grant[ X ] 00630 (POP-2) Certification of Compliance with Pay or Play Program[ X ] 00631 (POP-3) City of Houston Pay or Play Program – List ofSubcontractors[ X ] 00800 Supplementary Conditions for <strong>Project</strong> CIP or AIP Funded[ ] 00801 Supplementary Conditions for <strong>Project</strong> AIP Funded[ ] 00802 SRF Supplementary Conditions[ X ] 00805 Equal Employment Opportunity Program Requirements[ ] 00806 EPA DBE and Wage Rate Requirements (SRF only)[ ] 00807 Bidder/Contractor Requirements for DBE Program[ X ] 00808 Minority and Women-owned Business Enterprise (MWBE) & Personswith Disabilities Business Enterprise (PDBE) Program[ ] 00810 Federal Wage Rate - Highway[ ] 00811 Federal Wage Rate - Building[ ] 00812 Federal Wage Rate - Heavy[ X ] 00820 Wage Rate for <strong>Engineering</strong> Construction[ ] 00821 Wage Rate for Building Construction[ ] 00830 Trench Safety Geotechnical Information[ X ] 00840 Pay or Play Program[ ] 00912 Rider00520-511-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4AGREEMENTARTICLE 8SIGNATURES8.1 This Agreement is executed in two original copies and is effective as of the date of countersignature byCity Controller.CONTRACTOR:(If Joint Venture)By:Name:Title:Date:Tax Identification Number:By:Name:Title:Date:Tax Identification Number:CITY OF HOUSTON, TEXASAPPROVED:SIGNED:By:Director,Department of <strong>Public</strong> <strong>Works</strong> and <strong>Engineering</strong>By:MayorCOUNTERSIGNED:By:City ControllerDate Countersigned:ATTEST/SEAL:By:City Secretary8.2 This Contract and Ordinance have been reviewed as to form by the undersigned legal assistant andhave been found to meet established Legal Department criteria. Legal Department has not reviewed thecontent of these documents.Legal AssistantDateEND OF DOCUMENT00520-611-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONTRACTOR’S REVISEDMWSBE PARTICIPATION PLANDocument 00570CONTRACTOR’S REVISED MWSBE PARTICIPATION PLANAs soon as the Contractor becomes aware that the Contractor may not abide by the most currentapproved Plan, the Contractor shall submit this completed form with a Record of Post-Bid Good FaithEfforts (Document 00571), a Request for Plan Deviation (Document 00572), and any other documentevidencing “Good Faith Efforts”, as required by the Good Faith Efforts Policy (Document 00808). TheCity will review this Revised Participation Plan and may approve this Revised Plan if the Contractor hasmade Good Faith Efforts. For more information, visit http://www.houstontx.gov/obo.Original ParticipationPlan PercentageMBE WBE SBE Revised ParticipationPlan PercentageMBE WBE SBENAICSCode(6 digit)Description of Work (Plan Sheet #, Unit Price#, Scope of Work #, as applicable)% of TotalBid Price(2 decimalplaces)Cert. Typefor Goal(MBE,WBE, SBE)Certified Firm NameFirm AddressContact NamePhone No. and E‐Mail (if available)Signature for Company: * Date:Print Name:Phone:*I understand that supplying inaccurate information may violate Texas Penal Code Section 37.10 and lead to City sanctions.00570-108-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONTRACTOR’S REVISEDMWSBE PARTICIPATION PLANDocument 00570CONTINUATION PAGENAICSCode(6 digit)Plan Item Number (if applicable)/Description of Work% of TotalBid Price(2 decimalplaces)Cert. Typefor Goal(MBE,WBE, SBE)Certified Firm NameFirm AddressContact NamePhone No. and E‐Mail (if available)Signature for Company: * Date:Print Name:Phone:*I understand that supplying inaccurate information may violate Texas Penal Code Section 37.10 and lead to City sanctions00570-208-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4RECORD OF POST AWARDGOOD FAITH EFFORTSDocument 00571RECORD OF POST-AWARD GOOD FAITH EFFORTSContractor Name:<strong>Project</strong> Name:A Contractor that may be unable to follow an agreed Participation Plan (Document 00470 or 00570) mustsubmit this completed form, a Plan Deviation Request Form (Document 00572), and any otherdocumentation of “Good Faith Efforts” (see Document 00808) that the OBO Representative may require.The Contractor shall submit one completed Document 00571 (Part A) for each Certified Firm that is nolonger performing part or all of its work duties under the Approved Plan. The Contractor has the burden todemonstrate “Good Faith Efforts” to meet the MWSBE goal, which includes correctly and accuratelypreparing and submitting this form and other efforts described in the Good Faith Efforts Policy (Document00808). The Office of Business Opportunity may review Participation Plan and Good Faith Efforts fromtime to time and may request that the Contractor submit this form and other information.UNLESS THE CONTRACTOR MEETS THE GOALS IN THE AGREED PARTICIPATION PLAN, FAILURE TO SUBMITTHIS FORM MAY RESULT IN A DEFAULT OF THE CONTRACT.PART A (REASON FOR NON-USE OF CERTIFIED FIRM IN AGREED PLAN)NAICSCodePlanItemNo.MWSBETypeforGoalCertified Firm Name,Address, Phone No. andE‐mailPlan Goal& ActualUse (in %of total)Plan %:____Actual %:____MethodofContactPhoneE‐mailFaxReason for Non‐Use(why the Contractor was not able to usethe Certified Firm in accordance with theAgreed Plan)PART B (REASON FOR NONUSE OF REPLACEMENT CERTIFIED FIRMS—IF APPLICABLE)NAICSCodePlanItemNo.MWSBETypeforGoalCertified Firm NameAddress, Phone No. andE‐MailCertifiedFirmContactPersonMethodofContactPhoneE‐mailFaxPrimeContactDateCertifiedFirmResponseResults of Contact(why CertifiedFirm wasunsuitable orunusable)PhoneE‐mailFaxAuthorized Signature: Date: ________ Phone: __________00571-108-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4RECORD OF POST AWARDGOOD FAITH EFFORTSPrint Name: Email Address: ___Document 00571PART B CONTINUATION (REASON FOR NONUSE OF REPLACEMENT CERTIFIED FIRMS)NAICSCodePlanItemNo.MWSBETypeforGoalCertified Firm NameAddress, Phone No. andE‐MailCertifiedFirmContactPersonMethodofContactPhoneE‐mailFaxPrimeContactDateCertifiedFirmResponseResults of Contact(why CertifiedFirm wasunsuitable orunusable)PhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxPhoneE‐mailFaxAuthorized Signature: Date: ________ Phone: __________Print Name: Email Address: ___00571-208-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONTRACTOR’SFOR PLAN DEVIATIONDocument 00572CONTRACTOR’S REQUEST FOR PLAN DEVIATIONContractor Name:<strong>Project</strong> Name:Approved ParticipationPlan PercentagesMBE%WBE%SBE%Total%Contractor’s RequestedParticipation PlanMBE%WBE%SBE%Total%Justification: Please provide the reason the Contractor is unable to meet the MWSBE goal in the Approved Plan.Good Faith Efforts: Please list any efforts not listed in Contractor’s Record of Good Faith Effort (Document 00571).Please attach additional pages if the space for Justification or Good Faith Efforts is insufficient.Date:E-mail:*Contractor:*By:Phone Number:Title:*I understand that the approval of this deviation request does not constitute a final decision by OBO that Contractorhas used Good Faith Efforts in meeting the Contracting Goal.FOR OFFICIAL USE ONLY: ApprovedOBO RepresentativeNot ApprovedDate:Title:00210-108-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsLIST OF PROPOSEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUBCONTRACTORS AND SUPPLIERSDocument 00600LIST OF PROPOSED SUBCONTRACTORS AND SUPPLIERSPROJECT NAME: E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, andKingwood West WWTPsTOTAL DBE AWARD: $ORIG. CONTRACT PRICE: $ TOTAL MWSBE AWARD: $PROJECT NO.: WBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 TOTAL HUB AWARD: $DATE OF REPORT: TOTAL PDBE AWARD: $NAICS(6 digits)SUBCONTRACTOR ORSUPPLIER (INCLUDE“MWSBE”, “PDBE”, “DBE”, OR“HUB” DESIGNATION) 2ADDRESSSCOPE OFWORK 3NOTES:1. RETURN FOR ALL PROJECTS AS REQUIRED IN DOCUMENT 00800 – SUPPLEMENTARY CONDITIONS.RETURN WITHIN THE SPECIFIED NUMBER OF DAYS AFTER RECEIPT OF NOTICE OF INTENT TO AWARD2. DESIGNATE FIRMS CERTIFIED BY THE CITY OFFICE OF BUSINESS OPPORTUNITY ON THIS FORM.3. DESCRIBE THE WORK TO BE PERFORMED, FOR WHICH THE FIRM IS CERTIFIED, SUCH AS “PAVING”,“ELECTRICAL”, ETC.4. CONTRACTOR SHALL EXECUTE CONTRACTS WITH APPROVED SUBCONTRACTORS AND SUPPLIERSWITHIN 30 DAYS AFTER THE DATE OF THE NOTICE TO PROCEED. COPIES OF CONTRACTS WITHDESIGNNATED FIRMS MUST BE SENT TO THE OFFICE OF BUSINESS OPPORTUNITY.SIGNATURE:NAME:(Type or Print)COMPANY NAME:TITLE:00600-107-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsLIST OF PROPOSEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUBCONTRACTORS AND SUPPLIERSDocument 00600Continuation PagePROJECT NAME:DATE OF REPORT:PROJECT NO.:E. Coli Compliance - Chlorination Systems for Turkey Creek, Westway, andKingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4NAICS(6 digits)SUBCONTRACTOR ORSUPPLIER (INCLUDE“MWSBE”, “PDBE”, “DBE”, OR“HUB” DESIGNATION) 2ADDRESSSCOPE OFWORK 3SIGNATURE:COMPANY NAME:NAME:(Type or Print)TITLE:END OF DOCUMENT00600-207-01-2013


CITY OF HOUSTONSTANDARD DOCUMENTHISTORY OF OSHA ACTIONS ANDLIST OF ON-THE-JOB INJURIESDocument 00604HISTORY OF OSHA ACTIONS AND LIST OF ON-THE-JOB INJURIESPrior to award of the Contract, Low Bidder will be required to file the following with theCity:1. A history of all OSHA actions, advisories, etc., Contractor has received onall jobs worked in any capacity, prime or subcontractor. The history shallbe for the two-year period preceding the Bid Date of the <strong>Project</strong>.2. A list of all on-the-job injuries, accidents, and fatalities suffered by anypresent or former employees of Contractor during the same two-yearperiod.3. If less than the two-year period, give the date Contractor started doingbusiness.This information must be submitted to the City within the time period stated inDocument 00498 - Notice of Intent to Award. An officer of the company must certify ina notarized statement that the information submitted is true and correct.END OF DOCUMENT00604-102-01-2004


CITY OF HOUSTONSTANDARD DOCUMENTLIST OF SAFETYIMPACT POSITIONSDocument 00605LIST OF SAFETY IMPACT POSITIONS******************************************************************************Contractor is to provide a complete List of Employee Classificationsthat are considered in a “Safety Impact Position” and the number ofemployees in each of those classifications.******************************************************************************Employee ClassificationNumber of EmployeesEND OF DOCUMENT00605-102-01-2004


CITY OF HOUSTONSTANDARD DOCUMENTCONTRACTOR'S CERTIFICATION OFNO SAFETY IMPACT POSITIONSDocument 00606CONTRACTOR'S CERTIFICATION OFNO SAFETY IMPACT POSITIONS IN PERFORMANCE OF A CITY CONTRACTBEFORE ME, the undersigned authority, on this day personally appearedAffiantwho being by me duly sworn on his oath stated that he isofContractorand that no employee safety impact positions, as defined in §5.17 of Executive OrderTitle,No. 1-31, will be involved in performing .<strong>Project</strong>Contractor agrees and covenants that it shall immediately notify the City of HoustonDirector of Personnel if any safety impact positions are established to provide servicesin performing this City Contract.Affiant's SignatureSWORN AND SUBSCRIBED before me on this day of , 20 .Notary <strong>Public</strong> in and for the State of TEXASPrint or Type Notary <strong>Public</strong> NameMy Commission Expires:Expiration DateEND OF DOCUMENT(Attachment C) 00606-102-01-2004


CITY OF HOUSTONSTANDARD DOCUMENTCERTIFICATION OF COMPLIANCEWITH PAY OR PLAY PROGRAMDocument 00630(POP-2)City of HoustonCertification of Compliance withPay or Play ProgramContractor Name: $(Contractor/Subcontractor)Contractor Address:(Amount of Contract)<strong>Project</strong> No.: «WBSNo»<strong>Project</strong> Name: «LegalPrjName»POP Liaison Name:In accordance with the City of Houston Pay or Play Program authorized by Ordinance 2007-534 and Executive Order 1-7,Contractor/Subcontractor agrees to abide by the terms of this Program. This certification is required of all contractors for contractssubject to the program. You must agree EITHER to PAY or to PLAY for all covered employees. The Contractor/Subcontractor mayalso Pay on behalf of some covered employees and Play on behalf of other covered employees.The Contractor/Subcontractor will comply with all provisions of the Pay or Play Program and will furnish all information and reportsrequested to determine compliance with program requirements of the Pay or Play Program (See Executive Order 1-7 for the terms ofthe Pay or Play program) The criteria of the program is as follows:The Contractor/Subcontractor agrees to “Pay” $1.00 per hour for work performed by covered employees under the contract with theCity. If independent contract labor is utilized the Contractor/Subcontractor agrees to report hours worked by the independent contractlaborer and pay $1.00 per hour for work performed.Otherwise the Contractor/Subcontractor agrees to “Play” by providing health benefits to each covered employee. The health benefitsmust meet the following criteria:1. The employer will contribute no less than $150 per employee per month toward the total premium cost for single coverage only;and2. The employee contribution, if any amount, will be no greater than 50% of the total premium cost and no more than $150 permonth.3. Pursuant to E.O. 1-7 section 4.04 a contractor is deemed to have complied with respect to a covered employee who is notprovided health benefits if the employee refuses the benefits and the employee’s contribution to the premium is no more than $40per month.Please select whether you choose to:Pay Play BothThe Contractor/Subcontractor will file compliance reports with the City, which will include activity for covered employees subject to theprogram, in the form and to the extent requested by the administering department. Compliance reports shall contain informationincluding, but not limited to, documentation showing employee health coverage and employee work records.Note: The Contractor is responsible to the City for the compliance of covered employees of covered subcontractors andonly forms that are accurate and complete will be accepted.*Estimated Number of:Total Employees on City JobCovered EmployeesNon-Covered EmployeesExempt Employees*RequiredI hereby certify that the above information is true and correct.Contractor (Signature)PrimeContractorDateSub-ContractorName and Title (Print or type)0063007-03-2012


Prime Contractor:<strong>Project</strong> Number/Description:Note: Include ALL subcontractors (use additional form if necessary)Check OneDocument 00631(POP-3)City of HoustonPay or Play ProgramList of SubcontractorsPOP Contact Person:Address:Email:Phone:CITY OF HOUSTONSTANDARD DOCUMENT0063107-03-2012Subcontractor NameSupplierY/N?Amount ofSubcontractPayPlayBoth(PayandPlay)N/A Contact Person Phone Email Address Mailing Address*If the above information is found to be submitted fraudulently with the intent to bypass or deceive the purpose of the Pay or Play Program the contractor will be held liable for all compliancerequirements from the inception of the contract. All subcontracts that surpass the $200,000.00 threshold will be responsible for Pay or Play compliance from the inception of the contract.AffidavitPAY OR PLAY PROGRAMLIST OF SUBCONTRACTORSI hereby solemnly affirm, certify and confirm that the total sub-contract value stated above is the final value of the contract (*) including all material costs, fuel, payroll, taxes, fees, profit sharing,labor or any payments in relation to the contracted work and no separate payment or contract has been made for the sub-contract under contract no._____________________ . The above subcontractvalue includes all the costs related to work under the contract. The contractor and sub-contractor(s) agree to inform The Mayor's Office of Business Opportunity of any related cost(s)added to the contracted work and re-submit POP-3 with the current value of the sub-contract. I understand that compliance with "Pay or Play" program is mandatory and nothing has been hiddento circumvent the program requirements.Contractor Authorized Representative & TitleName & SignatureDate


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYCERTIFICATION BY MATERIAL SUPPLIERSDocument 00633CERTIFICATION BY PROPOSED MATERIAL SUPPLIERS,LESSORS, AND PROFESSIONAL SERVICE PROVIDERSREGARDING EQUAL EMPLOYMENT OPPORTUNITYCompany Name: $(Supplier, Lessor, Professional Service Provider)(Amount of Contract)Company Address:Company Telephone Number:Fax:E-mail Address:Web Page/URL Address:Company Tax Identification Number:<strong>Project</strong> No.: [WBS/CIP/AIP/File No.]<strong>Project</strong> Name: [Legal <strong>Project</strong> Name]In accordance with the City of Houston Ordinance 78-1538, Supplier/Lessor/Professional Service Provider representsto be an equal opportunity employer and agrees to abide by the terms of the Ordinance. This certification is requiredof all Suppliers/Lessors/Professional Service Providers (herein Supplier) with contracts in the amount of $10,000.00or more.[ ] Yes [ ] No Supplier agrees not to discriminate against any employee or applicant for employmentbecause of race, religion, color, sex, national origin, or age.[ ] Yes [ ] No Supplier agrees that all qualified applicants will receive consideration for employmentwithout regard to race, religion, color, sex, national origin, or age.[ ] Yes [ ] No Supplier will comply with all provisions of Executive Order No. 11246 and rules,regulations and applicable orders of the Department of Labor or other Federal Agencyresponsible for enforcement of applicable equal opportunity and affirmative actionprovisions and will likewise furnish all information and reports required by the Mayor orContract Compliance Officers for the purpose of investigation to ascertain and effectcompliance with the City of Houston’s Office of Affirmative Action and ContractCompliance.[ ] Yes [ ] No The Supplier shall file and cause their sub-tier contractors to file compliance reportswith the City in the form and to the extent as may be prescribed by the Mayor orContract Compliance Officers. Compliance reports filed at such times as directedshall contain information including, but not limited to, the practices, policies, programs,and employment policies.I hereby certify that the above information is true and correct.COMPANY OFFICER (Signature)DATENAME AND TITLE (Print or type)END OF DOCUMENT00633-102-01-2010


CITY OF HOUSTONSTANDARD DOCUMENTMONTHLY SUBCONTRACTORPAYMENT REPORTING FORMLegal <strong>Project</strong> Name:Document 00642MONTHLY SUBCONTRACTOR PAYMENT REPORTING FORMOutline Agreement No.:WBS No.:Contractor’s Company Name:Address:CERTIFICATION_______________________________________________, Contractor’s Representative for the above referencedContract, hereby certifies that (1) Contractor has paid all subcontractors, except those noted below, (2) Contractormade such payments (a) in proportion to the amount City paid Contractor and (b) in accordance and compliancewith all applicable Contract Documents and laws; and (3) Contractor withheld no sums from any subcontractor forallegations of deficiency in Work. The term “subcontractor”, as used herein, includes all persons or firmsfurnishing work, materials, services or equipment Contractor ordered incorporated into Work or placed near the<strong>Project</strong> for which the City made partial payment.EXCEPTION: Contractor sent Payment Notifications to the following subcontractors explaining why Contractorwithheld payment. Copies are attached.Subcontractor Name:Subcontractor Name:Street Address:Street Address:City, State, and Zip Code:City, State, and Zip Code:Amount of Payment Withheld:Amount of Payment Withheld:Date Payment First Withheld:Date Payment First Withheld:Description of Good Faith Reason:Description of Good Faith Reason:(Signature of Contractor’s Representative)SWORN TO AND SUBSCRIBED before me on:(Print or Type Name of Contractor’s Representative)DateNotary <strong>Public</strong> in and for the State of TexasMy Commission Expires:Expiration Date0064202-01-2010Print or Type Name of Notary <strong>Public</strong>


CITY OF HOUSTONSTANDARD DOCUMENTPAYMENT NOTIFICATIONEXPLANATION OF WITHHOLDINGLegal <strong>Project</strong> Name:Document 00646PAYMENT NOTIFICATION – EXPLANATION OF WITHHOLDINGOutline Agreement No.:WBS No.:Contractor’s Company Name:Address:Date:SUBCONTRACTOR PAYMENT INFORMATION:Subcontractor Name:Street Address:City, State, and Zip Code:Business Phone Number:Amount of Subcontractor Invoice:Amount of Payment Made:Amount of Payment Withheld:Date Payment First Withheld:DETAILED EXPLANATION OF WITHHOLDING:(Signature of Contractor’s Representative)(Print or Type Name of Contractor’s Representative)0064602-01-2010


CITY OF HOUSTONSTANDARD DOCUMENTGENERAL CONDITIONSDocument 00700GENERAL CONDITIONSAugust 1, 2013 EDITIONTABLE OF ARTICLES1. GENERAL PROVISIONS2. THE CITY3. CONTRACTOR4. ADMINISTRATION OF THECONTRACT5. SUBCONTRACTORS ANDSUPPLIERS6. CONSTRUCTION BY THE CITY ORBY SEPARATE CONTRACTORS7. CHANGES IN THE WORK8. TIME9. PAYMENTS AND COMPLETION10. SAFETY PRECAUTIONS11. INSURANCE AND BONDS12. UNCOVERING AND CORRECTIONOF THE WORK13. MISCELLANEOUS PROVISIONS14. TERMINATION OR SUSPENSION OFTHE CONTRACT


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/1 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013ARTICLE 1 - GENERAL PROVISIONS .................................... 31.1 DEFINITIONS ........................................................... 31.2 EXECUTION, CORRELATION, AND INTENT .......... 51.3 OWNERSHIP AND USE OF DOCUMENTS ............. 61.4 INTERPRETATION ................................................... 6ARTICLE 2 - THE CITY ............................................................ 62.1 LIMITATIONS OF THE CITY'S OFFICERS ANDEMPLOYEES ............................................................ 62.2 DUTIES OF THE CITY ........................................... 62.3 AVAILABILITY OF LAND AND USE OF SITE .......... 62.4 THE CITY'S RIGHT TO STOP THE WORK .............. 72.5 THE CITY'S RIGHT TO CARRY OUT WORK .......... 7ARTICLE 3 - CONTRACTOR ................................................... 73.1 RESPONSIBILITIES ................................................. 73.2 REVIEW OF CONTRACT AND FIELD CONDITIONSBY CONTRACTOR ................................................... 73.3 SUPERVISION AND CONSTRUCTIONPROCEDURES ......................................................... 73.4 SUPERINTENDENT ................................................. 83.5 LABOR ...................................................................... 83.6 PREVAILING WAGE RATES .................................... 93.7 LABOR CONDITIONS............................................... 93.8 DRUG DETECTION AND DETERRENCE ................ 93.9 MATERIALS & EQUIPMENT .................................. 103.10 PRODUCT OPTIONS AND SUBSTITUTIONS ....... 103.11 CASH ALLOWANCES ............................................ 113.12 WARRANTY ............................................................ 113.13 TAXES .................................................................... 123.14 PERMITS, FEES, AND NOTICES .......................... 123.15 CONSTRUCTION SCHEDULES ............................ 123.16 DOCUMENTS AND SAMPLES AT THE SITE ........ 123.17 MANUFACTURER'S SPECIFICATIONS ................ 123.18 SHOP DRAWINGS, PRODUCT DATA, ANDSAMPLES ............................................................... 133.19 CULTURAL RESOURCES AND ENDANGEREDSPECIES ................................................................. 133.20 CUTTING AND PATCHING .................................... 143.21 CLEANING .............................................................. 143.22 SANITATION ........................................................... 143.23 ACCESS TO WORK AND TO INFORMATION ....... 143.24 TRADE SECRETS .................................................. 143.25 INDEMNIFICATION ................................................ 143.26 RELEASE AND INDEMNIFICATION – PATENT,COPYRIGHT, TRADEMARK, AND TRADE SECRETINFRINGEMENT ..................................................... 153.27 INDEMNIFICATION PROCEDURES ...................... 153.28 CONTRACTOR DEBT ............................................ 15ARTICLE 4 - ADMINISTRATION OF THE CONTRACT......... 164.1 CONTRACT ADMINISTRATION ............................ 164.2 COMMUNICATIONS IN ADMINISTRATION OF THECONTRACT ............................................................ 174.3 CLAIMS AND DISPUTES ....................................... 174.4 RESOLUTION OF CLAIMS AND DISPUTES ......... 184.5 CONDITION PRECEDENT TO SUIT; WAIVER OFATTORNEYFEES AND INTEREST ...........................4.6 INTERIM PAYMENT WAIVER & RELEASE ........... 18ARTICLE 5 - SUBCONTRACTORS AND SUPPLIERS .......... 195.1 AWARD OF SUBCONTRACTS OTHER CONTRACTSFOR PORTIONS OF THE WORK .......................... 195.2 CONTRACTOR RESPONSIBILITY FORSUBCONTRACTORS ............................................. 19ARTICLE 6 - CONSTRUCTION BY THE CITY OR BYSEPARATE CONTRACTORS ........................ 196.1 THE CITY'S RIGHT TO PERFORM CONSTRUCTIONAND TO AWARD SEPARATE CONTRACTS ......... 196.2 COORDINATION .................................................... 196.3 MUTUAL RESPONSIBILITY ................................... 206.4 THE CITY'S RIGHT TO CLEAN UP ....................... 20ARTICLE 7 - CHANGES IN THE WORK ................................ 207.1 CHANGES .............................................................. 207.2 WORK CHANGE DIRECTIVES .............................. 207.3 ADJUSTMENTS IN CONTRACT PRICE ................ 217.4 MINOR CHANGES IN THE WORK ........................ 22ARTICLE 8 - TIME .................................................................. 228.1 PROGRESS AND COMPLETION .......................... 228.2 DELAYS AND EXTENSIONS OF TIME .................. 22ARTICLE 9 - PAYMENTS AND COMPLETION ..................... 239.1 UNIT PRICE WORK ............................................... 239.2 ESTIMATES FOR PAYMENT,UNIT PRICE WORK ............................................... 239.3 STIPULATED PRICE WORK .................................. 249.4 APPLICATIONS FOR PAYMENT, STIPULATEDPRICE WORK ......................................................... 249.5 CERTIFICATES FOR PAYMENT ........................... 249.6 COMPUTATIONS OF CERTIFICATES FORPAYMENT .............................................................. 249.7 DECISIONS TO WITHHOLD CERTIFICATION...... 249.8 PROGRESS PAYMENTS ....................................... 259.9 DATE OF SUBSTANTIAL COMPLETION .............. 259.10 PARTIAL OCCUPANCY OR USE .......................... 269.11 FINAL COMPLETION AND FINAL PAYMENT ....... 26


Page 00700/2 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONS9.12 LIQUIDATED DAMAGES ........................................ 27ARTICLE 10 - SAFETY PRECAUTIONS ................................ 2710.1 SAFETY PROGRAMS ............................................ 2710.2 POLLUTANTS AND POLLUTANT FACILITIES ..... 2810.3 SAFETY OF THE ENVIRONMENT, PERSONS, ANDPROPERTY ............................................................ 2810.4 EMERGENCIES ...................................................... 28ARTICLE 11 - INSURANCE AND BONDS ............................. 2911.1 GENERAL INSURANCE REQUIREMENTS ........... 2911.2 INSURANCE TO BE PROVIDEDBY CONTRACTOR ................................................. 2911.3 PROOF OF INSURANCE ....................................... 3211.4 PERFORMANCE AND PAYMENT BONDS ............ 3311.5 MAINTENANCE BONDS ........................................ 3311.6 SURETY ................................................................. 3311.7 DELIVERY OF BONDS ........................................... 33ARTICLE 12 - UNCOVERING AND CORRECTION OF THEWORK ............................................................. 3312.1 UNCOVERING OF THE WORK ............................. 3312.2 CORRECTION OF THE WORK .............................. 3412.3 ACCEPTANCE OF NONCONFORMING WORK .... 34ARTICLE 13 - MISCELLANEOUS PROVISIONS ................... 3413.1 GOVERNING LAWS ............................................... 3413.2 SUCCESSORS ....................................................... 3413.3 BUSINESS STRUCTURE AND ASSIGNMENTS ... 3413.4 WRITTEN NOTICE ................................................. 3513.5 RIGHTS AND REMEDIES ...................................... 3513.6 TESTS AND INSPECTIONS ................................... 3513.7 INTEREST .............................................................. 3513.8 PARTIES IN INTEREST ......................................... 3513.9 ENTIRE CONTRACT .............................................. 3513.10 WRITTEN AMENDMENT ........................................ 3513.11 COMPLIANCE WITH LAWS ................................... 3613.12 SEVERABILITY ....................................................... 35ARTICLE 14 - TERMINATION OR SUSPENSION OF THECONTRACT .................................................... 3614.1 TERMINATION BY THE CITY FOR CAUSE .......... 3614.2 TERMINATION BY THE CITYFOR CONVENIENCE ............................................. 3714.3 SUSPENSION BY THE CITYFOR CONVENIENCE ............................................. 3714.4 TERMINATION BY CONTRACTOR ....................... 37


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/3 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013ARTICLE 1 - GENERAL PROVISIONS1.1 DEFINITIONS1.1.1 Agreement: Document signed by theParties and binding the Parties, containing the nameof Contractor, title and location of the <strong>Project</strong>,Original Contract Time, Original Contract Price,enumeration of documents included in the Contract,and other provisions.1.1.2 Bonds: Performance Bond, PaymentBond, Maintenance Bond, and other Suretyinstruments executed by Surety. When in singularform, refers to individual instrument.1.1.3 Business Enterprise: Any businessentity registered in a program authorized by 49C.F.R. § 26 (where applicable) or City Code ofOrdinances, Chapter 15, Article II, relating to EqualOpportunity Employment and taking affirmativeaction to ensure that applicants are employed andemployees are treated without regard to race,religion, color, sex, national origin, or age. The term“Business Enterprise” may include anyDisadvantaged Business Enterprise (“DBE”),Minority Business Enterprise (“MBE”), WomanBusiness Enterprise (“WBE”), Small BusinessEnterprise (“SBE”), Person with Disability Enterprise(“PDBE”), and any Historically UnderutilizedBusiness (“HUB”).1.1.4 Business Enterprise Policy: Contractdocuments and applicable policies relating toBusiness Enterprises and authorized under 49C.F.R. § 26 or City Code of Ordinances, Chapter 15,Article II.1.1.5 Cash Allowance: An estimated sum ofmoney to be used only for a limited class ofexpenditures such as utility relocation costs, fees forspecial licenses or permits, or other “pass-through”costs that would be the same for any contractor.Cash Allowances may not be used to purchasegoods or services that are not specified in theContract. The unspecified items must be purchasedaccording to the terms of Article 7.1.1.6 Change Order: Written instrumentprepared by the City and signed by City Engineerand Contractor, specifying the following:.1 a change in the Work;.2 a change in Contract Price, if any; and.3 a change in Contract Time, if any.The value of a Change Order is the net amount afteroffsetting all deductions against all additions effectedby the Change Order.1.1.7 City: The City of Houston, a home rulemunicipality located principally within Harris County,Texas, including its successors and its authorizedrepresentatives.1.1.8 City Engineer: The City Engineer, orthe City employee representing the City Engineer,designated in the Agreement and authorized torepresent the City, or successors.1.1.9 Claim: Written demand or writtenassertion by one Party seeking adjustment of theContract, payment of money, extension of time, orother relief under the Contract and includes, but isnot limited to, claims for materials, labor, equipment,delay, changes, adjustments, substitutions, fees andthird party claims. The Party making the Claim hasthe responsibility to substantiate the Claim.1.1.10 Conditions of the Contract: GeneralConditions and Supplementary Conditions.1.1.11 Construction Manager: Person or firmunder contract with the City as its authorizedrepresentative to oversee and administerconstruction of the Work, and who may perform therole of <strong>Project</strong> Manager and Inspector, asdesignated by City Engineer in writing.1.1.12 Contract: The Agreement; documentsenumerated in and incorporated into the Agreement;Modifications; and amendments.1.1.13 Contract Price: The monetary amountstated in the Agreement adjusted by Change Order,and increases or decreases in Unit Price Quantities,if any.1.1.14 Contract Time: The number of daysstated in the Agreement to substantially complete theWork, plus days authorized by Change Order.1.1.15 Contractor: Person or firm identified assuch in the Agreement including its successors andits authorized representatives.1.1.16 Date of Commencement of the Work:Date established in Notice to Proceed on whichContract Time will commence. This date will not bechanged by failure of Contractor, or persons orentities for whom Contractor is responsible, to act.1.1.17 Date of Substantial Completion: Datethat construction, or portion thereof designated byCity Engineer, is certified by City Engineer to besubstantially complete.


Page 00700/4 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONS1.1.18 Design Consultant: Person or firm,under contract with the City, to provide professionalservices during construction and its authorizedrepresentatives. If a Design Consultant is notemployed for services during construction, <strong>Project</strong>Manager will perform duties of Design Consultantdesignated in the Contract in addition to usual dutiesof <strong>Project</strong> Manager.1.1.19 Drawings: Graphic and pictorialportions of the Contract that define the character andscope of the Work.1.1.20 Extra Unit Price: Unit Prices, whichmay be required for completion of the Work. TheseUnit Prices and Unit Price Quantities are in theContract and are included in Original Contract Price.1.1.21 Furnish: To supply, pay for, deliver tothe site, and unload.1.1.22 General Requirements: The sectionsof Division 01 Specifications that specifyadministrative and procedural requirements andtemporary facilities required for the Work.1.1.23 Inspector: City’s employee or agentauthorized to assist with inspection of the Work.1.1.24 Install: Unpack, assemble, erect,place, anchor, apply, work to dimension, finish, cure,clean, protect, and similar operations.1.1.25 Legal Holiday: Day established by theCity Council as a holiday.1.1.26 Major Unit Price Work: An individualUnit Price item,.1 whose value is greater than fivepercent of Original Contract Price,.2 whose value becomes greater than fivepercent of Original Contract Price asthe result of an increase in quantity, or.3 whose value is $100,000, whichever isleast.1.1.27 Mayor’s Office of Business Opportunity:any reference to, or use of, the “Office of AffirmativeAction” shall mean the Mayor’s Office of BusinessOpportunity, or any such future name to which it ischanged.1.1.28 Minor Change in the Work: A writtenchange in the Work, ordered by City Engineer, thatdoes not change Contract Price or Contract Time,and that is consistent with the general scope of theContract.1.1.29 Modification: Change Order, WorkChange Directive, or Minor Change in the Work.1.1.30 Notice of Noncompliance: A writtennotice by City Engineer to Contractor regardingdefective or nonconforming work that does not meetthe Contract requirements, and that establishes atime by which Contractor shall correct the defectiveor nonconforming work.1.1.31 Notice to Proceed: A written notice byCity Engineer to Contractor establishing Date ofCommencement of the Work.1.1.32 Original Contract Price: The monetaryamount originally stated in the Agreement.1.1.33 Parties: Contractor and the City.When in singular form, refers to Contractor or theCity.1.1.34 Pollutant: Any materials subject to theTexas Solid Waste Disposal Act.1.1.35 Pollutant Facility: Any facility regulatedby the State of Texas to protect the health andenvironment from contamination by Pollutants,including without limitation, landfills, oil and gasproduction and storage facilities, wastewaterfacilities, waste injection wells, and storage tanks(including drums).1.1.36 Product: Materials, equipment, orsystems incorporated into the Work or to beincorporated into the Work.1.1.37 Product Data: Illustrations, standardschedules, performance charts, instructions,brochures, diagrams, and other informationfurnished by Contractor to illustrate a Product.1.1.38 <strong>Project</strong>: Total construction, of whichthe Work performed under the Contract may be thewhole or a part, and which may include constructionby the City or by separate contractors.1.1.39 <strong>Project</strong> Manager: City Engineer’sauthorized representative for administration of theWork. Titles used within the City’s departments maybe different than those used in this definition.1.1.40 Provide: Furnish and Install, complete,ready for intended use.1.1.41 Samples: Physical examples thatillustrate Products, or workmanship, and establishstandards by which the Work is judged.


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/5 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 20131.1.42 Shop Drawings: Drawings, diagrams,schedules, and other data specially prepared for theWork by Contractor, Subcontractor or Supplier, toillustrate a portion of the Work.1.1.43 Specifications: Divisions 01 through 16of the documents that are incorporated into theAgreement, consisting of written GeneralRequirements and requirements for Products,standards, and workmanship for the Work, andperformance of related services.1.1.44 Stipulated Price: Single lump sumamount stated in the Contract for completion of theWork, or for designated portion of the Work.1.1.45 Subcontractor: Person or firm that hasdirect or indirect contract with Contractor or withanother Subcontractor to perform a portion of theWork and its authorized representatives.1.1.46 Superintendent: Employee ofContractor having authority and responsibility to actfor and represent Contractor.1.1.47 Supplementary Conditions: Part ofConditions of the Contract that amends orsupplements General Conditions.1.1.48 Supplier: Manufacturer, distributor,materialman, or vendor having a direct agreementwith Contractor or Subcontractor for Products, orservices and its authorized representatives.1.1.49 Surety: Corporate entity that is boundby one or more Bonds, and is responsible forcompletion of the Work, including the correctionperiod, and for payment of debts incurred in fulfillingthe Contract. Surety shall include co-surety orreinsurer, as applicable.1.1.50 Underground Facilities: Pipes,conduits, ducts, cables, wires, manholes, vaults,tanks, tunnels, or other such facilities or attachmentsand encasements containing such facilities that existbelow ground level.1.1.51 Unit Price: An amount stated in theContract for an individual, measurable item of work,which, when multiplied by actual quantityincorporated into the Work, amounts to fullcompensation for completion of the item, includingwork incidental to it.1.1.52 Unit Price Quantities: Quantitiesindicated in the Contract that are approximationsmade by the City for contracting purposes.1.1.53 Work: Entire construction required bythe Contract, including all labor, Products, andservices provided by Contractor to fulfill Contractor'sobligations. The Work may constitute the whole or aportion of the <strong>Project</strong>.1.1.54 Work Change Directive: A writtenchange in the Work, ordered by City Engineer, that iswithin the general scope of the Contract andconsisting of additions, deletions, or other revisions.A Work Change Directive will state proposed basisfor adjustment, if any, in Contract Price or ContractTime, or both.1.2 EXECUTION, CORRELATION, ANDINTENT1.2.1 Execution of the Contract by Contractoris conclusive that Contractor has visited the <strong>Works</strong>ite, become familiar with local conditions underwhich the Work will be performed, and fully informeditself as to conditions and matters which can affectthe Work or costs. Contractor further agrees that ithas carefully correlated personal observations withrequirements of the Contract.1.2.2 The Contract and Modifications havebeen read and carefully considered by Contractor,who understands and agrees to their sufficiency forthe Work. The Contract may not be more stronglyconstrued against the City than against Contractorand Surety.1.2.3 Contractor shall include all itemsnecessary for proper execution and completion ofthe Work.1.2.4 Reference to standard specifications,manuals, or codes of a technical society,organization, or association, or to laws or regulationsof a governmental authority, whether specific orimplied, mean the latest edition in effect as of date ofreceipt of bids, except as may be otherwisespecifically stated in the Contract.1.2.5 No provision of any referencedstandard, specification, or manual changes theduties and responsibilities of the City, City Engineer,Contractor, or Design Consultant from those set forthin the Contract. Nor do these provisions assign toDesign Consultant any duty or authority to superviseor direct performance of the Work or any duty or


Page 00700/6 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSauthority to undertake any actions contrary toprovisions of the Contract.1.2.6 Organization of Specifications intodivisions, sections, and articles and arrangement ofDrawings does not control Contractor in dividing theWork among Subcontractors or in establishing theextent of work to be performed by any trade.1.2.7 Unless otherwise defined in theContract, words which have well-known constructionindustry technical meanings are used in the Contractin accordance with these recognized meanings.1.3 OWNERSHIP AND USE OFDOCUMENTS1.3.1 Drawings, Specifications, and otherdocuments prepared by the City or by DesignConsultant are instruments of service through whichthe Work to be executed by Contractor is described.Contractor may retain one Contract record set.1.3.2 Neither Contractor, Subcontractor, norSupplier will own or claim a copyright to documentscontained in the Contract or any part of the Contract.1.3.3 Documents contained in the Contract,prepared by the City or by Design Consultant, andcopies furnished to Contractor, are for use solelywith respect to the Work. They may not be used byContractor, Subcontractor or Supplier on otherprojects or for additions to the Work, outside thescope of the Work, without the specific writtenconsent of City Engineer, and Design Consultant,when applicable.1.3.4 Contractor, Subcontractors, andSuppliers are granted a limited license to use andreproduce applicable portions of the Contractappropriate to and for use in execution of their workunder the Contract.1.4 INTERPRETATION1.4.1 Specifications are written in animperative streamlined form and are directed toContractor, unless noted otherwise. When written inthis form, words "shall be" are included by inferencewhere a colon (:) is used within sentences orphrases.1.4.2 In the interest of brevity, the Contractfrequently omits modifying words such as "all" and"any" and articles such as "the" and "an", but anabsent modifier or article is not intended to affectinterpretation of a statement.ARTICLE 2 - THE CITY2.1 LIMITATIONS OF THE CITY'SOFFICERS AND EMPLOYEES2.1.1 No officer or employee of the City mayauthorize Contractor to perform an act or workcontrary to the Contract, except as otherwiseprovided in the Contract.2.2 DUTIES OF THE CITY2.2.1 If a building permit is required, the Citywill process an application for, and Contractor shallpurchase the building permit before Date ofCommencement of the Work.2.2.2 The City will make available toContractor a reproducible set of Drawings.Additional copies will be furnished, on Contractor'srequest, at the cost of reproduction.2.2.3 When necessary for performance ofthe Work, the City will provide surveys describingphysical characteristics, legal limitations, legaldescription of site, and horizontal and vertical controladequate to lay out the Work.2.2.4 Information or services that the City isrequired to provide under the Contract will beprovided by the City with reasonable promptness toavoid delay in orderly progress of the Work.2.2.5 The Contract imposes no implied dutyon the City. The City does not warrant any plans orspecifications associated with the Contract.2.2.6 Except as expressly stated in thisArticle, the City owes no duty to the Contractor orany subcontractor.2.3 AVAILABILITY OF LAND AND USE OFSITE2.3.1 The City will furnish, as indicated in theContract, rights-of-way, land on which the Work is tobe performed, and other land designated in theContract for use by Contractor unless otherwiseprovided in the Contract.2.3.2 Contractor shall confine operations atsite to those areas permitted by law, ordinances,permits, and the Contract, and may notunreasonably encumber site with materials orequipment.


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/7 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 20132.3.3 In addition to land provided by the Cityunder Section 2.3, Contractor shall provide all landand access to land that may be required for use byContractor for temporary construction facilities or forstorage of materials and equipment, and shallindemnify the City during its use of the land as statedin Section 3.25.2.4 THE CITY'S RIGHT TO STOP THEWORK2.4.1 If Contractor fails to carry out the Workin accordance with the Contract, or fails to correctwork which is not in accordance with requirements ofthe Contract as required in Sections 12.1 and 12.2,the City may, by Notice of Noncompliance, orderContractor to stop the Work or any portion of theWork until the cause for the order has beeneliminated. However, the right of the City to stop theWork will not give rise to a Claim for delay or to aduty on the part of the City to exercise this right forthe benefit of Contractor or any other person orentity, except to the extent required by Section 6.2.If Contractor corrects the defective or nonconformingwork within the time established in Notice ofNoncompliance, City Engineer will give written noticeto Contractor to resume performance of the Work.2.5 THE CITY'S RIGHT TO CARRY OUTWORK2.5.1 If Contractor fails to carry out work inaccordance with the Contract, and fails within theperiod established in a Notice of Noncompliance tocorrect the nonconforming work, the City may, afterexpiration of the required period, correct thedeficiencies without prejudice to other remedies theCity may have, including rights of the City underSection 14.1.2.5.1.1 When the City corrects deficiencies,City Engineer will issue an appropriate ChangeOrder and deduct from payments then or thereafterdue Contractor the cost of correcting thedeficiencies, including compensation for DesignConsultant’s and Construction Manager’s additionalservices and expenses made necessary by suchdefault, neglect, or failure. This action by the Cityand amounts charged to Contractor are both subjectto prior approval of City Engineer. If payments, thenor thereafter due Contractor, are not sufficient tocover these amounts, Contractor shall pay thedifference to the City.2.5.2 Notwithstanding the City's right to carryout work, maintenance and protection of the Workremains Contractor's responsibility, as provided inthe Contract.ARTICLE 3 - CONTRACTOR3.1 RESPONSIBILITIES3.1.1 Contractor shall maintain office withagent in the greater City of Houston area during theContractor’s performance under the Contract.Contractor shall file its street address with CityEngineer.3.1.2 Contractor and Contractor's employeesshall not give or lend money or anything of value toan officer or employee of the City. Should thisParagraph 3.1.2 be violated, City Engineer mayterminate the Contract under Section 14.1.3.2 REVIEW OF CONTRACT AND FIELDCONDITIONS BY CONTRACTOR3.2.1 Contractor shall carefully study andcompare documents contained in the Contract witheach other and with information furnished by the Citypursuant to Section 2.2 and shall immediately report,in writing, any errors, inconsistencies, or omissionsto City Engineer. If work is affected, Contractor shallobtain a written interpretation or clarification fromCity Engineer before proceeding with the affectedwork. However, Contractor will not be liable to theCity for failure to report an error, inconsistency, oromission in the Contract unless Contractor hadactual knowledge or should have had knowledge ofthe error, inconsistency, or omission.3.2.2 Contractor shall take fieldmeasurements and verify field conditions, and shallcarefully compare the conditions and otherinformation known to Contractor with the Contract,before commencing activities. Contractor shallimmediately report, in writing, to City Engineer forinterpretation or clarification of discrepancies,inconsistencies, or omissions discovered during thisprocess.3.2.3 Contractor shall make a reasonableattempt to understand the Contract beforerequesting interpretation from City Engineer.3.3 SUPERVISION AND CONSTRUCTIONPROCEDURES3.3.1 Contractor shall supervise, direct, andinspect the Work competently and efficiently,devoting the attention and applying the skills and


Page 00700/8 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSexpertise as necessary to perform the Work inaccordance with the Contract. Contractor is solelyresponsible and has control over constructionmeans, methods, techniques, sequences, andprocedures of construction; for safety precautionsand programs in connection with the Work; and forcoordinating all work under the Contract.3.3.2 Regardless of observations orinspections by the City or City’s consultants,Contractor shall perform and complete the Work inaccordance with the Contract and submittalsapproved pursuant to Section 3.18. The City is notliable or responsible to Contractor or Surety for workperformed by Contractor that is not in accordancewith the Contract regardless of whether discoveredduring construction or after acceptance of the Work.3.4 SUPERINTENDENT3.4.1 Contractor shall employ a competentSuperintendent and necessary assistants who shallbe present at the site during performance of theWork. Communications given to Superintendent arebinding on the Contractor.3.4.2 Contractor shall notify City Engineer inwriting of its intent to replace the Superintendent.Contractor may not replace the Superintendent if CityEngineer makes a reasonable objection in writing.3.5 LABOR3.5.1 Contractor shall provide competent,qualified personnel to survey and lay out the Workand perform construction as required by theContract. The City may, by written notice, requireContractor to remove from the Work any employeeof Contractor or Subcontractors to whom CityEngineer makes reasonable objection.3.5.2 Contractor shall comply with theapplicable Business Enterprise Policy set out in thisAgreement and in the Supplementary Conditions.3.5.3 When Original Contract Price is greaterthan $1,000,000, Contractor shall make Good FaithEfforts to award subcontracts or supply agreementsin at least the percentages set out in theSupplementary Conditions for Business EnterprisePolicy. Contractor acknowledges that it hasreviewed the requirements for Good Faith Efforts onfile with the City's Mayor’s Office of BusinessOpportunity and shall comply with them.3.5.3.1 Contractor shall require writtensubcontracts with Business Enterprises and shallsubmit all disputes with Business Enterprises tovoluntary arbitration. Business Enterprisesubcontracts complying with City Code ofOrdinances Chapter 15, Article II must contain theterms set out in Subparagraph 3.5.3.2. If Contractoris an individual person, as distinguished from acorporation, partnership, or other legal entity, and theamount of the subcontract is $50,000 or less, thesubcontract must also be signed by the attorneys ofthe respective parties.3.5.3.2 Contractor shall ensure thatsubcontracts with Business Enterprise firms areclearly labeled "THIS CONTRACT MAY BESUBJECT TO ARBITRATION ACCORDING TOTHE TEXAS GENERAL ARBITRATION ACT" andcontain the following terms:.1 (Business Enterprise) may not delegateor subcontract more than 50 percent ofwork under this subcontract to anyother subcontractor without the expresswritten consent of the Director..2 (Business Enterprise) shall permitrepresentatives of the City of Houston,at all reasonable times, to perform (1)audits of the books and records of theSubcontractors and Suppliers, and (2)inspections of all places where work isto be undertaken in connection with thissubcontract. (Business Enterprise)shall keep the books and recordsavailable for this purpose for at leastfour years after the end of itsperformance under this subcontract.Nothing in this Section shall affect thetime for bringing a cause of action northe applicable statute of limitations..3 Within five business days of executionof this subcontract, Contractor and(Business Enterprise) shall designate inwriting to the Director an agent forreceiving any notice required orpermitted to be given pursuant toChapter 15 of the Houston City Code ofOrdinances, along with the street andmailing address and phone number ofthe agent..4 As concluded by the parties to thissubcontract, and as evidenced bytheir signature to thissubcontract, any controversybetween the parties involving theconstruction or application of theterms of this subcontract maysubmitted to arbitration, underthe Texas General Arbitration Act(TEX. CIV. PRAC. & REM. CODEANN., Ch 171 -- "Act").Arbitration will be conducted


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/9 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013according to procedures agreedupon by both parties to thesubcontract. All arbitrations willbe conducted in Houston, Texasunless the parties agree toanother location in writing.3.5.4 The requirements and terms of the Cityof Houston Pay or Play Program, as set out inExecutive Order 1-7 and Ordinance 2007-0534, areincorporated into the Contract for all purposes.Contractor shall comply with the terms andconditions of the Pay or Play Program as they areset out at the time of City Council approval of thisagreement. IF CONTRACTOR DOES NOT PAYIN ACCORDANCE WITH THE PAY OR PLAYPROGRAM WITHIN 30 DAYS OF THE DATECITY ENGINEEER SENDS CONTRACTORWRITTEN NOTIFICATION, CITYCONTROLLER MAY DEDUCT FUNDS UP TOTHE AMOUNT OWED FROM ANYPAYMENTS OWED TO CONTRACTORUNDER THIS AGREEMENT, ANDCONTRACTOR WAIVES ANY RECOURSE.3.6 PREVAILING WAGE RATES3.6.1 Contractor shall comply with governingstatutes providing for labor classification of wagescales for each craft or type of laborer, worker, ormechanic.3.6.2 Prevailing wage rates applicable to theWork may be one or a combination of the followingwage rates identified in Division 00:.1 Federal Wage Rate General Decisions.1 Highway Rates.2 Building Rates.3 Heavy Construction Rates.4 Residential Rates.2 City Prevailing Wage Rates.1 Building Construction Rates.2 <strong>Engineering</strong> Construction Rates.3 Asbestos Worker Rates3.6.3 Each week Contractor shall submit tothe City’s Mayor’s Office of Business Opportunitycertified copies of payrolls showing classificationsand wages paid by Contractor, Subcontractors, andSuppliers for each employee under the Contract, forany day included in the Contract.3.7 LABOR CONDITIONS3.7.1 In the event of labor disputes affectingContractor or Contractor's employees, Contractorshall utilize all possible means to resolve disputes inorder that the Work not be delayed to any extent.These means will include seeking injunctive reliefand filing unfair labor practice charges, and anyother action available to Contractor.3.7.2 When Contractor has knowledge thatany actual or potential labor dispute is delaying or isthreatening to delay timely performance of the Work,Contractor shall immediately notify City Engineer inwriting. No Claims will be accepted by City Engineerfor costs incurred as a result of jurisdictional or labordisputes.3.8 DRUG DETECTION ANDDETERRENCE3.8.1 It is the policy of the City to achieve adrug-free work force and to provide a workplace thatis free from the use of illegal drugs and alcohol. It isalso the policy of the City that manufacture,distribution, dispensation, possession, sale, or use ofillegal drugs or alcohol by contractors while on theCity's premises is prohibited. By executing theContract, Contractor represents and certifies that itmeets and will comply with all requirements andprocedures set forth in the Mayor's Policy on DrugDetection and Deterrence, City Council Motion No.92-1971 (“Mayor's Policy”) and the Mayor's DrugDetection and Deterrence Procedures forContractors, Executive Order No. 1-31, (Revised)("Executive Order"). Mayor's Policy is on file in theoffice of the City Secretary. Copies of ExecutiveOrder may be obtained at the location specified inthe Advertisement for Bids.3.8.1.1 The Executive Order applies to theCity's contracts for labor or services except thefollowing:.1 contracts authorized by EmergencyPurchase Orders,.2 contracts in which imposition ofrequirements of the Executive Orderwould exclude all potential bidders orproposers, or would eliminatemeaningful competition for theContract,.3 contracts with companies that havefewer than 15 employees during any20-week period during a calendar yearand no safety impact positions,.4 contracts with non-profit organizationsproviding services at no cost orreduced cost to the public, and.5 contracts with federal, state, or localgovernmental entities.


Page 00700/10 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONS3.8.1.2 Prior to execution of the Contract,Contractor shall have filed with the City:.1 a Drug Policy Compliance Agreementform (Attachment “A” to the ExecutiveOrder), and.2 a copy of Contractor’s drug freeworkplace policy, and.3 a written designation of all safetyimpact positions, if applicable, or aContractor’s Certification of a No SafetyImpact Positions form (Attachment “C”to the Executive Order).3.8.1.3 Every six months during performanceof the Contract and upon completion of the Contract,Contractor shall file a Drug Policy ComplianceDeclaration form (Attachment “B” to the ExecutiveOrder). The Contractor shall submit the Drug PolicyCompliance Declaration within 30 days of expirationof each six-month period of performance and within30 days of completion of the Contract. The first sixmonthperiod shall begin on Date of Commencementof the Work.3.8.1.4 Contractor shall have a continuingobligation to file updated designation of safety impactpositions when additional safety impact positions areadded to Contractor's employee workforce duringperformance of the Work.3.8.1.5 Contractor shall require itsSubcontractors and Suppliers to comply with theMayor's Policy and Executive Order. Contractor isresponsible for securing and maintaining requireddocuments from Subcontractors and Suppliers forthe City inspection throughout the term of theContract.3.8.1.6 Failure of Contractor to comply withrequirements will be a material breach of theContract entitling the City to terminate in accordancewith Section 14.1.3.9 MATERIALS & EQUIPMENT3.9.1 Unless otherwise provided in theContract, Contractor shall provide and assume fullresponsibility for Products, labor, transportation,construction equipment and machinery, tools,appliances, fuel, power, light, heat, telephone, water,sanitary facilities, transportation, temporary facilities,supplies, and other facilities and incidentalsnecessary for Furnishing, performing, testing,starting-up, and completing the Work.3.9.1.1 Contractor, Subcontractors, andSuppliers shall use Ultra Low Sulfur Diesel Fuel in alldiesel operating vehicles and motorized equipmentutilized in performing the Work. Ultra Low SulfurDiesel Fuel is defined as diesel fuel having 15 ppmor the applicable standard set by state or federal lawor rules and regulations of the Texas Commission onEnvironmental Quality, or the EnvironmentalProtection Agency, whichever is less in sulfurcontent. Off-road Ultra Low Sulfur Diesel Fuel maybe used in lieu of on-road Ultra Low Sulfur DieselFuel. Contractor shall provide, upon request by CityEngineer, proof that Contractor, Subcontractors, andSuppliers are using Ultra Low Sulfur Diesel Fuel.3.9.2 Contractor shall provide Products thatare:.1 new, unless otherwise required orpermitted by the Contract, and.2 of specified quality.If required by City Engineer, Contractor shall furnishsatisfactory evidence, including reports of requiredtests, as to kind and quality of Products.3.9.3 Contractor shall store Products in asafe, neat, compact, and protected manner.Contractor shall also store Products delivered duringthe work, along the right-of-way:.1 so as to cause the least inconvenienceto property owners, tenants, andgeneral public; and.2 so as not to block access to, or becloser than, three feet to any firehydrant.Contractor shall protect trees, lawns, walks, drives,streets, and other improvements that are to remain,from damage. If private or public property isdamaged by Contractor, Contractor shall, at its soleexpense, restore the damaged property to at least itsoriginal condition.3.9.3.1 Contractor shall obtain City Engineer'sapproval for storage areas used for Products forwhich payment has been requested underParagraph 9.6.1. Contractor shall provide the Cityaccess to the storage areas for inspection purposes.Products, once paid for by the City, become theproperty of the City and may not be removed fromplace of storage, without City Engineer's writtenpermission except for a movement to the site.Contractor's Installation Floater, required underSection 11.2, shall cover all perils, including loss ordamage to Products during storage, loading,unloading, and transit to the site.3.10 PRODUCT OPTIONS ANDSUBSTITUTIONS3.10.1 For Products specified by referencestandards or by description only, Contractor mayprovide any Product meeting those standards ordescription.


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/11 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 20133.10.2 For Products specified by naming oneor more manufacturers with provision forsubstitutions or equal, Contractor may submit arequest for substitution for any manufacturer notnamed.3.10.3 City Engineer will consider requests forsubstitutions only within the first 15 percent ofContract Time, or first 90 days after date of Notice toProceed, whichever is less.3.10.4 Contractor shall document eachrequest for substitution with complete datasubstantiating compliance of proposed substitutionwith the Contract.3.10.5 A request for substitution constitutes arepresentation that Contractor:.1 has investigated the proposed Productand determined that it meets orexceeds the quality level of thespecified Product;.2 shall provide the same warranty for thesubstitution as for the specifiedProduct;.3 shall coordinate installation of theproposed substitution and makechanges to other work which may berequired for the Work to be completed,with no additional cost or increase intime to the City;.4 confirms that cost data is complete andincludes all related costs under theContract;.5 waives Claim for additional costs ortime extensions that may subsequentlybecome apparent; and.6 shall provide review or redesignservices by a design consultant withappropriate professional license andshall obtain re-approval and permitsfrom authorities.3.10.6 City Engineer will not consider and willnot approve substitutions when:.1 they are indicated or implied on ShopDrawing or Product Data submittalswithout separate written request; or.2 acceptance will require revision to theContract.3.10.7 City Engineer may reject requests forsubstitution, and his decision will be final and bindingon the Parties.3.11 CASH ALLOWANCES3.11.1 Contract Price includes CashAllowances as identified in the Contract.3.11.2 The City will pay the actual costs ofCash Allowance item exclusive of profit, overhead oradministrative costs. If actual costs exceed theCash Allowance, City Engineer must approve aChange Order for the additional costs.3.12 WARRANTY3.12.1 Contractor warrants to the City thatProducts furnished under the Contract are:.1 free of defects in title;.2 of good quality; and.3 new, unless otherwise required orpermitted by the Contract.If required by the City Engineer, Contractor shallfurnish satisfactory evidence as to kind, quality andtitle of Products, and that Products conform torequirements of the Contract.3.12.2 In the event of a defect in a Product,either during construction or warranty period,Contractor shall take appropriate action withmanufacturer of Product to assure correction orreplacement of defective Product with minimumdelay.3.12.3 Contractor warrants that the Work isfree of defects not inherent in the quality required orpermitted, and that the Work does conform with therequirements of the Contract. Contractor furtherwarrants that the Work has been performed in athorough and workmanlike manner.3.12.4 Contractor warrants that the Work isfree of concentrations on polychlorinated biphenyl(PCB) and other substances defined as hazardousby the Comprehensive Environmental ResponseCompensation and Liability Act (CERCLA) or anyother applicable law or regulation.3.12.5 Work not conforming to requirementsof Section 3.12, including substitutions not properlyapproved and authorized, may be considerednonconforming work.3.12.6 Contractor's warranty excludes remedyfor damage or defect caused by:.1 improper or insufficient maintenance bythe City;.2 normal wear and tear under normalusage; or.3 claim that hazardous material wasincorporated into the Work, if thatmaterial was specified in the Contract.


Page 00700/12 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONS3.12.7 Contractor warrants that title to all workcovered by Contractor's request for payment passesto the City upon incorporation into the Work or uponContractor's receipt of payment, whichever occursfirst. The Contractor further warrants that the title isfree of all liens, claims, security interests or otherinterests ("Encumbrances"). If not, upon writtendemand from City Engineer, Contractor shallimmediately take legal action necessary to removeEncumbrances.3.13 TAXES3.13.1 Contractor shall pay all sales,consumer, use, and similar taxes, which are in effector scheduled to go into effect on or before bids arereceived, related to work provided by Contractor.3.13.2 Contractor shall obtain, and requireSubcontractors and Suppliers to obtain, necessarypermits from the state and local taxing authorities toperform contractual obligations under the Contract,including sales tax permits.3.13.3 The City is exempt from the FederalTransportation and Excise Tax. Contractor shallcomply with federal regulations governing theexemptions.3.13.4 Products incorporated into the Workare exempt from state sales tax according toprovisions of the TEX. TAX CODE ANN. CH. 151,Subsection H.3.14 PERMITS, FEES, AND NOTICES3.14.1 Unless otherwise provided in theContract, Contractor shall secure and pay for allconstruction permits, licenses, and inspections:.1 necessary for proper execution andcompletion of the Work; and.2 legally required at time bids arereceived.3.15 CONSTRUCTION SCHEDULES3.15.1 On receipt of Notice to Proceed,Contractor shall promptly prepare and submitconstruction schedule for the Work for CityEngineer's review. The schedule must reflect theminimum time required to complete the Work not toexceed Contract Time.3.15.2 Contractor shall give 24-hour writtennotice to City Engineer before commencing work orresuming work where work has been stopped.Contractor shall also give the same notice toinspectors.3.15.3 Contractor shall incorporate milestonesspecified in Summary of Work Specification into theconstruction schedule. Contractor's failure to meet amilestone, as determined by City Engineer, may beconsidered a material breach of the Contract.3.15.4 Each month, Contractor shall submit toCity Engineer a copy of an updated constructionschedule indicating actual progress, incorporatingapplicable changes, and indicating courses of actionrequired to assure completion of the Work withinContract Time.3.15.5 Contractor shall keep a currentschedule of submittals that coordinates with theconstruction schedule, and shall submit the initialschedule of submittals to City Engineer for approval.3.16 DOCUMENTS AND SAMPLES AT THESITE3.16.1 Contractor shall maintain at the site,and make available to City Engineer, one recordcopy of Drawings, Specifications, and Modifications.Contractor shall maintain the documents in goodorder and marked currently to record changes andselections made during construction. In addition,Contractor shall maintain at the site, approved ShopDrawings, Product Data, Samples, and similarsubmittals, which will be delivered to City Engineerprior to final inspection as required in Paragraph9.11.4.3.16.2 Contractor shall maintain all books,documents, papers, accounting records, and otherrelevant documentation pursuant to the Work andshall make the books, documents, papers, andaccounting records available to representatives ofthe City for review and audits during the Contractterm and for the greater of three years following Dateof Substantial Completion or until all litigation oraudits are fully resolved.3.16.3 Contractor shall provide to City Attorneyall documents and records that City Attorney deemsnecessary to assist in determining Contractor’scompliance with the Contract, with the exception ofthose documents made confidential by federal orstate law or regulation.3.17 MANUFACTURER'SSPECIFICATIONS3.17.1 Contractor shall handle, store, andInstall Products and perform all work in the manner


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/13 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013required by Product manufacturer. Should theContract and manufacturer's instructions conflict,Contractor shall report conflict to City Engineer forresolution prior to proceeding with the affected work.3.17.2 References in the Contract to themanufacturer's specifications, directions, orrecommendations, mean manufacturer's currentpublished documents in effect as of date of receipt ofbids, or in the case of a Modification, as of date ofModification.3.18 SHOP DRAWINGS, PRODUCT DATA,AND SAMPLES3.18.1 Shop Drawings, Product Data, andSamples are not part of the Contract. The purposeof Contractor submittals is to demonstrate, for thoseportions of the Work for which submittals arerequired, the way Contractor proposes to conform toinformation given and design concept expressed inthe Contract.3.18.2 Contractor shall submit to <strong>Project</strong>Manager for review the Shop Drawings, ProductData, and Samples, which are required by theContract. Review by <strong>Project</strong> Manager is subject tolimitations of Paragraph 4.1.4. Contractor shalltransmit the submittals to the <strong>Project</strong> Manager withreasonable promptness and in a sequence, so as tocause no delay in the Work or in activities of the Cityor of separate contractors. Contractor shall transmitsubmittals in time to allow a minimum of 30 days for<strong>Project</strong> Manager’s review prior to date Contractorneeds reviewed submittals returned. This time maybe shortened for a particular job requirement ifapproved by <strong>Project</strong> Manager in advance ofsubmittal.3.18.3 Contractor shall certify that the content ofsubmittals conforms to the Contract withoutexception by affixing Contractor’s approval stampand signature. By certifying and submitting ShopDrawings, Product Data, and Samples, Contractorrepresents, and Contractor’s stamp of approval shallstate, that Contractor has determined and verifiedmaterials, quantities, field measurements, and fieldconstruction criteria related to the submittal, and haschecked and coordinated information containedwithin the submittals with requirements of theContract.3.18.4 Contractor may not perform any workrequiring submittal and review of Shop Drawings,Product Data, or Samples until the submittal hasbeen returned with appropriate review decision bythe <strong>Project</strong> Manager. Contractor shall perform workin accordance with the review.3.18.5 If Contractor performs any workrequiring submittals prior to review and acceptanceof the submittals by <strong>Project</strong> Manager, such work is atContractor’s risk and the City is not obligated toaccept work if the submittals are later found to beunacceptable.3.18.6 If, in the opinion of <strong>Project</strong> Manager,the submittals are incomplete, or demonstrate aninadequate understanding of the Work or lack ofreview by the Contractor, then submittals may bereturned to the Contractor for correction andresubmittal.3.18.7 Contractor shall direct specific attentionin writing and on the resubmitted Shop Drawings,Product Data, or Samples to any additional proposedrevisions, other than those revisions requested by<strong>Project</strong> Manager on previous submittals.3.18.8 Contractor is not relieved ofresponsibility for deviations from requirements of theContract by <strong>Project</strong> Manager’s review of ShopDrawings, Product Data, or Samples unlessContractor has specifically informed <strong>Project</strong> Managerin writing of the deviation at the time of the submittal,and <strong>Project</strong> Manager has given written approval ofthe deviation.3.18.9 When professional certification ofperformance criteria of Products is required by theContract, the City may rely upon accuracy andcompleteness of the calculations and certifications.3.18.10 For Product colors or textures to beselected by the City, Contractor shall submit allsamples together to allow preparation of a completeselection schedule.3.18.11 Contractor shall submit informationalsubmittals, on which <strong>Project</strong> Manager is notexpected to take responsive action, as required bythe Contract.3.18.12 Submittals made by Contractor whichare not required by the Contract may be returned toContractor without action.3.19 CULTURAL RESOURCES ANDENDANGERED SPECIES3.19.1 Contractor may not remove or disturb,or cause to be removed or disturbed, any historical,archaeological, architectural, or other cultural


Page 00700/14 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSartifacts, relics, vestiges, remains, or objects ofantiquity. If Contractor discovers one of these items,Contractor shall immediately notify City Engineer andfurther comply with the requirements of 13 Tex.Admin. Code Chs. 25 and 26 (2002), or successorregulation. Contractor shall protect site and culturalresources from further disturbance until professionalexamination can be made or until clearance toproceed is authorized in writing by City Engineer.3.19.2 Should either threatened orendangered plant or animal species be encountered,Contractor shall cease work immediately in the areaof encounter and notify City Engineer.3.20 CUTTING AND PATCHING3.20.1 Contractor is responsible for necessarycutting, fitting, and patching to accomplish the Workand shall suitably support, anchor, attach, match,and trim or seal materials to work of othercontractors. Contractor shall coordinate the Workwith work of other contractors to minimize conflicts,as provided in Article 6.3.20.2 Contractor may not endanger work bycutting, digging, or other action, and may not cut oralter work of other contractors except by writtenconsent of City Engineer and affected contractor.3.21 CLEANING3.21.1 Contractor shall perform daily cleanupof all dirt, debris, scrap materials and otherdisposable items resulting from Contractor'soperations, whether on-site or off-site. Unlessotherwise authorized in writing by City Engineer,Contractor shall keep all streets, access streets,driveways, areas of public access, walkways, andother designated areas clean and open at all times.3.21.2 Failure of Contractor to maintain aclean site, including access streets, is the basis forCity Engineer to issue a Notice of Noncompliance.Should compliance not be attained within the timeperiod in the Notice of Noncompliance, City Engineermay authorize necessary cleanup to be performed byothers and the cost of the cleanup will be deductedfrom monies due Contractor.Contractor shall legally dispose off-site, all wastematerials and other excess materials resulting fromContractor's operations.3.22 SANITATION3.22.1 Contractor shall provide and maintainsanitary facilities at site for use of all constructionforces under the Contract. Newly-constructed orexisting sanitary facilities may not be used byContractor.3.23 ACCESS TO WORK AND TOINFORMATION3.23.1 Contractor shall provide the City,Design Consultant, testing laboratories, andgovernmental agencies which have jurisdictionalinterests, access to the Work in preparation and inprogress wherever located. Contractor shall provideproper and safe conditions for the access.3.23.2 If required by City Engineer, Contractorshall furnish information concerning character ofProducts and progress and manner of the Work,including information necessary to determine cost ofthe Work, such as number of employees, pay ofemployees, and time employees worked on variousclasses of the Work.3.24 TRADE SECRETS3.24.1 Contractor will not make any claim ofownership of trade secrets as to products used in theWork, or preparation of any mixture for the Work.City Engineer will at all times have the right todemand and Contractor shall furnish informationconcerning materials or samples of ingredients ofany materials used, or proposed to be used, inpreparation of concrete placed or other work to bedone. Mixtures, once agreed on, shall not bechanged in any manner without knowledge andconsent of City Engineer. The City will make its bestefforts to protect confidentiality of proprietaryinformation.3.25 INDEMNIFICATION3.25.1 CONTRACTOR AGREES TO ANDSHALL DEFEND, INDEMNIFY, AND HOLD THECITY, ITS AGENTS, EMPLOYEES, OFFICERS,AND LEGAL REPRESENTATIVES(COLLECTIVELY THE “CITY”) HARMLESS FORALL CLAIMS, CAUSES OF ACTION, LIABILITIES,FINES, AND EXPENSES (INCLUDING, WITHOUTLIMITATION, ATTORNEYS’ FEES, COURTCOSTS, AND ALL OTHER DEFENSE COSTS ANDINTEREST) FOR INJURY, DEATH, DAMAGE, ORLOSS TO PERSONS OR PROPERTY SUSTAINEDIN CONNECTION WITH OR INCIDENTAL TOPERFORMANCE UNDER THE CONTRACTINCLUDING, WITHOUT LIMITATION, THOSECAUSED BY:.1 CONTRACTOR’S AND/OR ITSAGENTS’, EMPLOYEES’, OFFICERS’,DIRECTORS’, CONTRACTORS’, OR


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/15 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013SUBCONTRACTORS’(COLLECTIVELY IN NUMBEREDSUBPARAGRAPHS .1 through .3,“CONTRACTOR”) ACTUAL ORALLEGED NEGLIGENCE ORINTENTIONAL ACTS OR OMISSIONS;.2 THE CITY’S AND CONTRACTOR’SACTUAL OR ALLEGEDCONCURRENT NEGLIGENCE,WHETHER CONTRACTOR ISIMMUNE FROM LIABILITY OR NOT;.3 THE CITY’S AND CONTRACTOR’SACTUAL OR ALLEGED STRICTPRODUCTS LIABILITY OR STRICTSTATUTORY LIABILITY, WHETHERCONTRACTOR IS IMMUNE FROMLIABILITY OR NOT.CONTRACTOR SHALL DEFEND, INDEMNIFY,AND HOLD THE CITY HARMLESS DURING THETERM OF THE CONTRACT AND FOR FOURYEARS AFTER THE CONTRACT TERMINATES.CONTRACTOR SHALL NOT INDEMNIFY THECITY FOR THE CITY’S SOLE NEGLIGENCE.3.25.2 NOTWITHSTANDING ANYTHING TOTHE CONTRARY, THE LIABILITY OFCONTRACTOR FOR THE CITY’S CONCURRENTNEGLIGENCE SHALL NOT EXCEED $1,000,000.3.26 RELEASE AND INDEMNIFICATION –PATENT, COPYRIGHT, TRADEMARK,AND TRADE SECRETINFRINGEMENT3.26.1 UNLESS OTHERWISESPECIFICALLY REQUIRED BY THE CONTRACT,CONTRACTOR AGREES TO AND SHALLRELEASE AND DEFEND, INDEMNIFY, AND HOLDHARMLESS THE CITY, ITS AGENTS,EMPLOYEES, OFFICERS, AND LEGALREPRESENTATIVES (COLLECTIVELY THE“CITY”) FROM ALL CLAIMS OR CAUSES OFACTION BROUGHT AGAINST THE CITY BY ANYPARTY, INCLUDING CONTRACTOR, ALLEGINGTHAT THE CITY’S USE OF ANY EQUIPMENT,SOFTWARE, PROCESS, OR DOCUMENTSCONTRACTOR FURNISHES DURING THE TERMOF THE CONTRACT INFRINGES ON A PATENT,COPYRIGHT, OR TRADEMARK, ORMISAPPROPRIATES A TRADE SECRET.CONTRACTOR SHALL PAY ALL COSTS(INCLUDING, WITHOUT LIMITATION,ATTORNEYS’ FEES, COURT COSTS, AND ALLOTHER DEFENSE COSTS, AND INTEREST) ANDDAMAGES AWARDED.3.26.2 CONTRACTOR SHALL NOT SETTLEANY CLAIM ON TERMS WHICH PREVENT THECITY FROM USING THE EQUIPMENT,SOFTWARE, PROCESS, OR PRODUCTWITHOUT THE CITY ENGINEER'S PRIORWRITTEN CONSENT.3.26.3 UNLESS OTHERWISE SPECIFICALLYREQUIRED BY THE CONTRACT, WITHIN 60DAYS AFTER BEING NOTIFIED OF THE CLAIM,CONTRACTOR SHALL, AT ITS OWN EXPENSE,EITHER:.1 OBTAIN FOR THE CITY THE RIGHTTO CONTINUE USING THEEQUIPMENT,SOFTWARE,PROCESS, OR PRODUCT, OR.2 IF BOTH PARTIES AGREE, REPLACEOR MODIFY THEM WITHCOMPATIBLE AND FUNCTIONALLYEQUIVALENT PRODUCTS.IF NONE OF THESE ALTERNATIVES ISREASONABLY AVAILABLE, THE CITY MAYRETURN THE EQUIPMENT, SOFTWARE, ORPRODUCT, OR DISCONTINUE THE PROCESS,AND CONTRACTOR SHALL REFUND THEPURCHASE PRICE.3.27 INDEMNIFICATION PROCEDURES3.27.1 Notice of Indemnification Claims: If theCity or Contractor receives notice of any claim orcircumstances which could give rise to anindemnified loss, the receiving party shall give writtennotice to the other Party within 10 days. The noticemust include the following:.1 a description of the indemnificationevent in reasonable detail,.2 the basis on which indemnification maybe due, and.3 the anticipated amount of theindemnified loss.This notice does not estop or prevent the City fromlater asserting a different basis for indemnification ora different amount of indemnified loss than thatindicated in the initial notice. If the City does notprovide this notice within the 10-day period, it doesnot waive any right to indemnification except to theextent that Contractor is prejudiced, suffers loss, orincurs expense because of the delay.3.27.2 Defense of Indemnification Claims:.1 Assumption of Defense: Contractormay assume the defense of the claimat its own expense with counsel chosenby it that is reasonably satisfactory tothe City. Contractor shall then controlthe defense and any negotiations to


Page 00700/16 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSsettle the claim. Within 10 days afterreceiving written notice of theindemnification request, Contractormust advise the City as to whether ornot it will defend the claim. IfContractor does not assume thedefense, the City shall assume andcontrol the defense, and all defenseexpenses constitute an indemnifiedloss..2 Continued Participation: If Contractorelects to defend the claim, the City mayretain separate counsel to participatein, but not control, the defense and toparticipate in, but not control, anysettlement negotiations. Contractormay settle the claim without theconsent or agreement of the City,unless it:.1 would result in injunctive relief orother equitable remedies orotherwise require the City tocomply with restrictions orlimitations that adversely affectthe City;.2 would require the City to payamounts that Contractor does notfund in full; or.3 would not result in the City's fulland complete release from allliability to the plaintiffs orclaimants who are parties to orotherwise bound by thesettlement.3.28 CONTRACTOR DEBTIF CONTRACTOR, AT ANY TIME DURING THETERM OF THIS AGREEMENT, INCURS A DEBT,AS THE WORD IS DEFINED IN SECTION 15-122OF THE HOUSTON CITY CODE OFORDINANCES, IT SHALL IMMEDIATELY NOTIFYCITY CONTROLLER IN WRITING. IF CITYCONTROLLER BECOMES AWARE THATCONTRACTOR HAS INCURRED A DEBT, ITSHALL IMMEDIATELY NOTIFY CONTRACTOR INWRITING. IF CONTRACTOR DOES NOT PAYTHE DEBT WITHIN 30 DAYS OF EITHER SUCHNOTIFICATION, CITY CONTROLLER MAYDEDUCT FUNDS IN AN AMOUNT EQUAL TO THEDEBT FROM ANY PAYMENTS OWED TOCONTRACTOR UNDER THIS AGREEMENT, ANDCONTRACTOR WAIVES ANY RECOURSETHEREFOR. CONTRACTOR SHALL FILE A NEWAFFIDAVIT OF OWNERSHIP, USING THE FORMDESIGNATED BY CITY, BETWEEN FEBRUARY 1AND MARCH 1 OF EVERY YEAR DURING THETERM OF THE CONTRACT.ARTICLE 4 - ADMINISTRATION OF THE CONTRACT4.1 CONTRACT ADMINISTRATION4.1.1 City Engineer will provideadministration of the Contract and City Engineer isauthorized to issue Change Orders, Work ChangeDirectives, and Minor Changes in the Work.4.1.2 City Engineer may act through <strong>Project</strong>Manager, Design Consultant, or Inspector. Whenthe term "City Engineer" is used in the Contract,action by City Engineer is required unless CityEngineer delegates his authority in writing. The CityEngineer may not delegate authority to renderdecisions under Section 4.4.The City does not have control over or charge of,and is not responsible for, supervision, construction,and safety procedures enumerated in Section 3.3.The City does not have control over or charge of andis not responsible for acts or omissions ofContractor, Subcontractors, or Suppliers.4.1.3 The City and Design Consultant mayattend project meetings and visit the site to observeprogress and quality of the Work. The City andDesign Consultant are not required to makeexhaustive or continuous on-site inspections tocheck quality or quantity of the Work.4.1.4 <strong>Project</strong> Manager will review andapprove or take other appropriate action onContractor's submittals, but only for limited purposeof checking for conformance with information givenand design concept expressed in the Contract.4.1.5 <strong>Project</strong> Manager's review of thesubmittals is not conducted for purpose ofdetermining accuracy and completeness of otherdetails, such as dimensions and quantities, or forsubstantiating instructions for installation orperformance of Products, all of which remain theresponsibility of Contractor.4.1.6 <strong>Project</strong> Manager’s review of submittalsdoes not relieve Contractor of its obligations underSections 3.3, 3.12, and 3.18. Review does notconstitute approval of safety precautions or, unlessotherwise specifically stated by <strong>Project</strong> Manager inwriting, of construction means, methods, techniques,sequences, or procedures. <strong>Project</strong> Manager’sreview of a specific item does not indicate approvalof an assembly of which the item is a component.


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/17 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 20134.1.7 Based on field observations andevaluations, <strong>Project</strong> Manager will processContractor's progress payments, certify amounts dueContractor, and issue Certificates for Payment in theamount certified.4.1.8 <strong>Project</strong> Manager will receive andforward to City Engineer for his review and records,written warranties and related documents requiredby the Contract and assembled by Contractor.4.1.9 Upon written request by Contractor or<strong>Project</strong> Manager, City Engineer will resolve mattersof interpretation of or performance of the Contract,which are not Claims. City Engineer’s decisions arefinal and binding on the Parties.4.1.10 City Engineer may reject work whichdoes not conform to the Contract.4.1.11 When City Engineer considers itnecessary to implement the intent of the Contract,City Engineer may require additional inspection ortesting of work in accordance with Paragraphs 13.6.3and 13.6.4, whether such work is fabricated,Installed, or completed.4.2 COMMUNICATIONS INADMINISTRATION OF THECONTRACT4.2.1 Except as otherwise provided in theContract or when authorized by City Engineer inwriting, Contractor shall communicate with <strong>Project</strong>Manager. Contractor shall communicate with DesignConsultant, Design Consultant’s subconsultants, andseparate contractors through <strong>Project</strong> Manager. TheCity will communicate with Subcontractors andSuppliers through Contractor.4.3 CLAIMS AND DISPUTES4.3.1 Documentation by <strong>Project</strong> Manager:Contractor shall submit Claims, including thosealleging an error or omission by <strong>Project</strong> Manager orDesign Consultant, to <strong>Project</strong> Manager fordocumentation and recommendation to CityEngineer.4.3.2 Decision of City Engineer: Uponsubmission of Claim by <strong>Project</strong> Manager orContractor, City Engineer will resolve Claims inaccordance with Section 4.4.4.3.3 Time Limits on Claims: Claims byContractor must be made within 90 days afteroccurrence of event giving rise to the Claim.4.3.4 Continuing the Contract Performance:Pending final resolution of a Claim including referralto non-binding mediation, unless otherwise agreed inwriting, Contractor shall proceed diligently with theperformance of the Contract and the City willcontinue to make payments in accordance with theContract.4.3.4.1 Pending final resolution of a Claimincluding referral to non-binding mediation,Contractor is responsible for safety and protection ofphysical properties and conditions at site.4.3.5 Claims for Concealed or UnknownConditions: Concealed or unknown physicalconditions include utility lines, other man-madestructures, storage facilities, Pollutants and PollutantFacilities, and the like, but do not include conditionsarising from Contractor operations, or failure ofContractor to properly protect and safeguardsubsurface facilities. Concealed conditions alsoinclude naturally-occurring soil conditions outside therange of soil conditions identified throughgeotechnical investigations, but do not includeconditions arising from groundwater, rain, or flood.4.3.5.1 If conditions are encountered at the sitewhich are Underground Facilities or otherwiseconcealed or unknown conditions which differmaterially from:.1 those indicated by the Contract; or.2 conditions which Contractor could havediscovered through site inspection,geotechnical testing, or otherwise;then Contractor will give written notice to CityEngineer no later than five days after Contractor'sfirst observation of the condition and before conditionis disturbed. Contractor's failure to provide noticeconstitutes a waiver of a Claim.4.3.5.2 City Engineer will promptly investigateconcealed or unknown conditions. If City Engineerdetermines that conditions at the site are notmaterially different and that no change in ContractPrice or Contract Time is justified, City Engineer willnotify Contractor in writing, stating reasons. If CityEngineer determines the conditions differ materiallyand cause increase or decrease in Contractor's costor time required for performance of part of the Work,City Engineer will recommend an adjustment inContract Price or Contract Time, or both, as providedin Article 7. Opposition by a Party to the CityEngineer’s determination must be made within 21


Page 00700/18 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSdays after City Engineer has given notice of thedecision. If the Parties cannot agree on adjustmentto Contract Price or Contract Time, adjustment issubject to further proceedings pursuant to Section4.4.4.3.6 Claims for Additional Cost: IfContractor wishes to make a Claim for increase inContract Price, Contractor shall give written noticebefore proceeding with work for which Contractorintends to submit a Claim. Prior notice is notrequired for Claims relating to an emergencyendangering life or property arising under Section10.4.4.3.6.1 Contractor may file a Claim inaccordance with Section 4.4 if Contractor believes ithas incurred additional costs, for the followingreasons:.1 written interpretation of City Engineer;.2 order by City Engineer to stop the Workwhen Contractor is not at fault;.3 suspension of the Work by CityEngineer;.4 termination of the Contract by CityEngineer; or.5 The City's non-compliance with anotherprovision of the Contract.4.3.6.2 No increase in Contract Price is allowed fordelays or hindrances to the Work, except for directand unavoidable extra costs to Contractor caused byfailure of the City to provide information andservices, or to make land and materials available,when required of the City under the Contract. Anyincrease claimed is subject to the provisions ofSection 4.4 and Article 7.4.3.6.3 The City is not liable for Claims fordelay when Date of Substantial Completion occursprior to expiration of Contract Time.4.3.7 Claims for Additional Time: IfContractor wishes to make a Claim for an increase inContract Time, Contractor shall give written notice asprovided in Section 8.2. In case of continuing delay,only one Claim is necessary.4.4 RESOLUTION OF CLAIMS ANDDISPUTES4.4.1 City Engineer will review Claims andtake one or more of the following preliminary actionswithin 30 days of receipt of Claim:.1 submit a suggested time to meet anddiscuss the Claim with City Engineer;.2 reject Claim, in whole or in part, statingreasons for rejection;.3 recommend approval of the Claim bythe other Party;.4 suggest a compromise; or.5 take other actions as City Engineerdeems appropriate to resolve theClaim.4.4.2 City Engineer may request additionalsupporting data from claimant. Party making Claimshall, within 10 days after receipt of City Engineer'srequest, submit additional supporting data requestedby City Engineer.4.4.3 At any time prior to rendering a writtendecision regarding a Claim, City Engineer may referClaim to non-binding mediation. If Claim is resolved,City Engineer will prepare and obtain all appropriatedocumentation. If Claim is not resolved, CityEngineer will take receipt of Claim and begin a newreview under Section 4.4.4.4.4 If Claim is not referred to or settled innon-binding mediation, City Engineer may conduct ahearing and will render a written decision, includingfindings of fact, within 75 days of receipt of Claim, ora time mutually agreed upon by the Parties in writing.City Engineer may notify Surety and request Surety'sassistance in resolving Claim. City Engineer'sdecision is final and binding on the Parties.4.5 CONDITION PRECEDENT TO SUIT;WAIVER OF ATTORNEY FEES ANDINTEREST4.5.1 Neither the City nor Contractor mayrecover attorney fees for any claim brought inconnection with this Contract.4.5.2 Neither the City nor the Contractor mayrecover interest for any damages claim brought inconnection with this Contract except as allowed byTEXAS LOCAL GOVERNMENT CODE Chapter 2251.4.6 INTERIM PAYMENT WAIVER & RELEASE4.6.1 In accordance with section 4.3, theContractor shall use due diligence in the discoveryand submission of any Claim against the City relatedto the Contractor’s work.4.6.2 The Contractor shall submit anyClaim to the City not later than the 90th day after theoccurrence of the event giving rise to the Claim.4.6.3 Any failure to timely comply with therequirements of section 4.6.2 waives and releasesany Claim when the Contractor submits anapplication for payment after the 90th day.


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/19 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 20134.6.4 This waiver does not cover anyretainage. In case of any conflict of law, thislanguage shall be revised to the minimum extentnecessary to avoid legal conflict. This waiver ismade specifically for the benefit of the City.ARTICLE 5 - SUBCONTRACTORS ANDSUPPLIERS5.1 AWARD OF SUBCONTRACTSOTHER CONTRACTS FORPORTIONS OF THE WORK5.1.1 Contractor may not contract with aSubcontractor, Supplier, person, or entity that CityEngineer has made a reasonable and timelyobjection to.5.1.2 If City Engineer has a reasonableobjection to person or entity proposed by Contractor,Contractor shall propose another with whom CityEngineer has no reasonable objection.5.1.3 Contractor shall execute contracts withapproved Subcontractors, Suppliers, persons, orentities before the Subcontractors or Suppliers beginwork under the Contract.5.1.4 Contractor shall notify City Engineer inwriting of any proposed change of Subcontractor,Supplier, person, or entity previously accepted by theCity.5.1.5 Contractor shall make timely paymentsto Subcontractors and Suppliers for performance ofthe Contract. Contractor shall protect, defend, andindemnify the City from any claim or liability arisingout of Contractor's failure to make the payments.Disputes relating to payment of Business EnterpriseSubcontractors or Suppliers will be submitted toarbitration in same manner as other disputes underBusiness Enterprise subcontracts. Failure ofContractor to comply with decisions of arbitrator maybe determined by City Engineer a material breachleading to termination of the Contract.5.2 CONTRACTOR RESPONSIBILITYFOR SUBCONTRACTORS5.2.1 Contractor is responsible to the City, asmay be required by laws and regulations, for all actsand omissions of Subcontractors, Suppliers, andother persons and organizations performing orfurnishing any of the Work under direct or indirectcontract with Contractor.5.2.2 Contractor shall make available to eachproposed Subcontractor, prior to execution ofsubcontract, copies of the Contract to whichSubcontractor is bound by this Section 5.2.Contractor shall notify Subcontractor of any terms ofproposed subcontract which may be at variance withthe Contract.5.2.3 The City’s approval of Subcontractor orSuppliers does not relieve Contractor of its obligationto perform, or to have performed to the fullsatisfaction of the City, the Work required by theContract.5.2.4 Unless there is a contractual relationshipbetween Contractor and a Subcontractor or Supplierto the contrary, Contractor shall withhold no moreretainage from Subcontractors or Suppliers than Citywithholds from Contractor under this Agreement.However, once a Subcontractor or Suppliercompletes performance, Contractor shall release allretainage to that Subcontractor or Supplierregardless if City continues to retain under thisAgreement.5.2.5 Prior to a Subcontractor or Suppliercommencing performance for Contractor, Contractorshall meet with that Subcontractor or Supplier toprovide instructions on invoicing procedures, disputeresolution procedures, and statutory rights, such asclaim filing procedures under the McGregor Act.Subcontractors and Suppliers must certify to the CityEngineer that Contractor has fulfilled therequirements of this Section.ARTICLE 6 - CONSTRUCTION BY THE CITY ORBY SEPARATE CONTRACTORS6.1 THE CITY'S RIGHT TO PERFORMCONSTRUCTION AND TO AWARDSEPARATE CONTRACTS6.1.1 The City may perform on-siteconstruction operations related to the Work and aspart of the <strong>Project</strong> with the City’s workforce or withseparate contractors.6.2 COORDINATION6.2.1 The City will coordinate activities of theCity's workforce and of each separate contractor withwork of Contractor, and Contractor shall cooperatewith the City and separate contractors.


Page 00700/20 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONS6.2.1.1 Contractor shall participate with otherseparate contractors and the City in reviewing theirconstruction schedules when directed to do so by the<strong>Project</strong> Manager. Contractor shall make revisions toconstruction schedule and Contract Price deemednecessary after joint review and mutual agreement.Construction schedules shall then constituteschedules to be used by Contractor, separatecontractors, and the City, until subsequently revised.6.2.2 Contractor shall afford to the City andto separate contractors reasonable opportunity forintroduction and storage of their materials andequipment, and for performance of their activities.6.2.3 If part of Contractor's work depends onproper execution of construction or operations by theCity or a separate contractor, Contractor shall, priorto proceeding with that portion of the Work, inspectthe other work and promptly report to City Engineerapparent discrepancies or defects in the otherconstruction that would render it unsuitable for theproper execution of the Work. Failure of Contractorto report apparent discrepancies or defects in theother construction shall constitute acknowledgmentthat the City's or separate contractor's completed orpartially completed construction is fit and proper toreceive Contractor's work, except as todiscrepancies or defects not then reasonablydiscoverable.6.3 MUTUAL RESPONSIBILITY6.3.1 The responsible party bears the costscaused by delays, by improperly timed activities, orby nonconforming construction.6.3.2 Contractor shall promptly remedydamage caused by Contractor to completed orpartially completed construction or to property of theCity or separate contractor.6.3.3 Claims or disputes between Contractorand other City contractors, or subcontractors of otherCity contractors, working on the <strong>Project</strong> must besubmitted to binding arbitration in accordance withConstruction Industry Arbitration Rules of theAmerican Arbitration Association upon demand byany party to the dispute or by the City.6.4 THE CITY'S RIGHT TO CLEAN UP6.4.1 If dispute arises among Contractor,separate contractors, and the City as to responsibilityunder their respective contracts for maintainingpremises and surrounding area free from wastematerials and rubbish as described in Section 3.21,the City may clean up and allocate cost among thoseresponsible, as determined by City Engineer.ARTICLE 7 - CHANGES IN THE WORK7.1 CHANGES7.1.1 Changes in scope of the Work, subjectto limitations in Article 7 and elsewhere in theContract, may be accomplished without invalidatingthe Contract, or without notifying Surety by:.1 Change Order;.2 Work Change Directive; or.3 Minor Change in the Work.7.1.2 The following types of Change Ordersrequire City Council approval:.1 a single Change Order that exceedsfive percent of Original Contract Price,.2 a Change Order which, when added toprevious Change Orders, exceeds fivepercent of Original Contract Price,.3 a Change Order, in which the totalvalue of increases outside of thegeneral scope of work approved by CityCouncil, when added to increasesoutside the general scope of workapproved by City Council in previousChange Orders, exceeds 40 percent ofthe Original Contract Price, even if thenet increase to the Original ContractPrice is five percent or less.In this context, “increase” means anincrease in quantity resulting from theaddition of locations not within thescope of work approved by CityCouncil, or the addition of types ofgoods or services not bid as unit priceitems.Nothing in this Section is intended to permit anincrease of the Contract Price in excess of the limitset out in TEX. LOC. GOV’T CODE ANN. §252.048 or itssuccessor statute.7.1.3 Contractor shall proceed promptly toexecute changes in the Work provided inModifications, unless otherwise stated in theModification.7.2 WORK CHANGE DIRECTIVES7.2.1 A Work Change Directive cannotchange Contract Price or Contract Time, but isevidence that the Parties agree that a change,ordered by directive, will be incorporated in asubsequently issued Change Order as to its effect, ifany, on Contract Price or Contract Time.


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/21 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 20137.2.2 Failure by Contractor to commencework identified in a Work Change Directive within thetime specified by City Engineer, or to complete thework in a reasonable period of time, may bedetermined by City Engineer to be a material breachof Contract.7.2.3 A Work Change Directive is used in theabsence of total agreement of the terms of a ChangeOrder. Interim payments are made in accordancewith Paragraph 9.6.1.7.2.4 If Contractor signs a Work ChangeDirective, then Contractor agrees to its termsincluding adjustment in Contract Price and ContractTime or method for determining them. Agreementby the Parties to adjustments in Contract Price andContract Time are immediately recorded as aChange Order.7.2.5 City Engineer, by Work ChangeDirective, may direct Contractor to take measures asnecessary to expedite construction to achieve Dateof Substantial Completion on or before expiration ofContract Time. When the Work is expedited solelyfor convenience of the City and not due toContractor’s failure to prosecute timely completion ofthe Work, then Contractor is entitled to anadjustment in Contract Price equal to actual costsdetermined in accordance with Article 7.7.3 ADJUSTMENTS IN CONTRACTPRICE7.3.1 Adjustments in Contract Price areaccomplished by Change Order and are based onone of the following methods:.1 mutual acceptance of fixed price,properly itemized and supported bysufficient data to permit evaluation;.2 unit prices stated in the Contract orsubsequently agreed upon;.3 cost to be determined in a manneragreed upon by the Parties andmutually acceptable fixed orpercentage fee; orOverhead Profitto Contractor for changein the Work performedby Subcontractors: 10 percent 0 percentto first tier Subcontractorsfor change in the Workperformed by itsSubcontractors: 10 percent 0 percentto Contractor andSubcontractor for changein the Work performed bytheir respective firms: 10 percent 5 percent.4 as provided in Paragraph 7.3.2.7.3.2 If Contractor does not agree with achange in Contract Price or Contract Time or themethod for adjusting them specified in the WorkChange Directive within 21 days from date of theWork Change Directive’s issuance, method andadjustment are determined by City Engineer. If<strong>Project</strong> Manager or Contractor disagree with CityEngineer's determination they then may file a Claimin accordance with Section 4.4.7.3.2.1 If City Engineer determines a methodand adjustment in Contract Price under Paragraph7.3.2, Contractor shall provide, in a form as CityEngineer may prescribe, appropriate supporting datafor items submitted under Paragraph 7.3.2. Failureto submit the data within 21 days of request for thedata by City Engineer shall constitute waiver of aClaim.7.3.2.2 Unless otherwise provided in theContract, costs for the purposes of this Paragraph7.3.2 are limited to the following:.1 costs of labor, including labor burdenas stated below for social security,unemployment insurance, customaryand usual fringe benefits required byagreement or custom, and Workers'Compensation insurance;.1 the maximum labor burdenapplied to costs of labor forchanges in the Work is 55percent;.2 costs of materials, supplies, andequipment, including cost oftransportation, whether incorporated orconsumed;.3 rental costs of machinery andequipment, exclusive of hand tools,whether rented from Contractor or


Page 00700/22 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSothers, with prior approval of CityEngineer;.4 costs of premiums for Bonds andinsurance and permit fees related tothe change in the Work;.5 additional costs of direct supervision ofwork and field office personnel directlyattributable to the change; and.6 allowances for overhead and profit asstated below..1 the maximum allowances foroverhead and profit on increasesdue to Change Orders:.2 for changes in the Workperformed by Contractor andSubcontractors, allowance foroverhead and profit are appliedto an amount equal to cost of alladditions less cost of all deletionsto the Work. Allowance foroverhead to Contractor and firsttier Subcontractors on changesperformed by Subcontractors areapplied to an amount equal to thesum of all increases to the Workby applicable Subcontractors.7.3.3 If the City deletes or makes a change,which results in a net decrease in Contract Price, theCity is entitled to a credit calculated in accordancewith Paragraphs 7.3.1 and 7.3.2 and Subparagraphs7.3.2.1, and 7.3.2.2.1 through 7.3.2.2.5. When bothadditions and credits covering related work orsubstitutions are involved in a change, allowance foroverhead and profit is figured on the basis of a netincrease, if any, with respect to that change inaccordance with Subparagraph 7.3.2.2.6.7.3.4 When Contractor agrees with thedetermination made by City Engineer concerningadjustments in Contract Price and Contract Time, orthe Parties otherwise reach agreement upon theadjustments, the agreement will be immediatelyrecorded by Change Order.7.4 MINOR CHANGES IN THE WORK7.4.1 A Minor Change in Work is binding onthe Parties. Contractor shall acknowledge, in awritten form acceptable to City Engineer, that there isno change in Contract Time or Contract Price andshall carry out the written orders promptly.ARTICLE 8 - TIME8.1 PROGRESS AND COMPLETION8.1.1 Time is of the essence in the Contract.By executing the Contract, Contractor agrees thatContract Time is a reasonable period for performingthe Work.8.1.2 Computation of Time: In computingany period of time prescribed or allowed by theGeneral Conditions, the day of the act, event, ordefault after which designated period of time beginsto run is not to be included. Last day of the period socomputed is to be included, unless it is a Sunday orLegal Holiday, in which event the period runs untilend of next day which is not a Sunday or LegalHoliday. Sundays and Legal Holidays areconsidered to be days and are to be included in allother time computations relative to Contract Time.8.1.3 Contractor may not commence theWork prior to the effective date of insurance andBonds required by Article 11.8.1.4 Contractor shall proceed expeditiouslyand without interruption, with adequate forces, andshall achieve Date of Substantial Completion withinContract Time.8.1.5 Should progress of the Work fall behindconstruction schedule, except for reasons stated inParagraph 8.2.1, Contractor shall promptly submit atthe request of <strong>Project</strong> Manager, updatedconstruction schedule to City Engineer for approval.Contractor's failure to submit updated schedule may,at City Engineer's discretion, constitute a materialbreach of the Contract. Contractor shall take actionnecessary to restore progress by working the hours,including night shifts and lawful overtime operationsas necessary, to achieve Date of SubstantialCompletion within Contract Time.8.1.6 Except in connection with safety orprotection of persons or the Work or property at thesite or adjacent to the site, and except as otherwiseindicated in the Contract, all the Work at the site willbe performed Monday through Saturday between thehours of 7:00 a.m. and 7:00 p.m. Contractor maynot perform work between 7:00 p.m. and 7:00 a.m.,on a Sunday, or on a Legal Holiday, without givingCity Engineer 24-hour prior written notice andreceiving written consent of City Engineer.8.2 DELAYS AND EXTENSIONS OF TIME8.2.1 Contractor may request extension ofContract Time for a delay in performance of work


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/23 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013that arises from causes beyond control and withoutfault or negligence of Contractor. Examples of thesecauses are:.1 acts of God or of the public enemy,.2 acts of government in its sovereigncapacity,.3 fires,.4 floods,.5 epidemics,.6 quarantine restrictions,.7 strikes,.8 freight embargoes,.9 unusually severe weather; and.10 discovery of Pollutants or PollutantFacilities at the site.8.2.2 For any reason other than those listed inSection 4.3.6.2, if the Contractor’s work is delayed inany manner or respect, the Contractor shall have noclaim for damages and shall have no right ofadditional compensation from the City by reason ofany delay or increased expense to the Contractor’swork, except for an extension of time as provided inthis provision.8.2.3 Contractor may request an extension ofContract Time for delay only if:.1 delay is caused by failure ofSubcontractor or Supplier to perform ormake progress; and.2 cause of failure is beyond control ofboth Contractor and Subcontractor orSupplier.8.2.4 Claims relating to Contract Time mustbe made in accordance with Paragraph 4.3.7.8.2.5 Claims for extending or shorteningContract Time are based on written notice promptlydelivered by the Party making Claim to other Party.Claim must accurately describe occurrencegenerating Claim, and a statement of probable effecton progress of the Work.8.2.6 Claims for extension of Contract Timeare considered only when a Claim is filed within thetime limits stated in Paragraph 4.3.3..1 Notwithstanding paragraph 4.3.3, anextension of time for delays under thisparagraph may be granted only uponwritten application by the Contractorwithin 48 hours from the claimed delay.8.2.7 Written notice of Claim must beaccompanied by claimant’s written statement thatadjustment claimed is entire adjustment to whichclaimant is entitled as a result of the occurrence ofthe event. When the Parties cannot agree, Claimsfor adjustment in Contract Time are determined byCity Engineer in accordance with Section 4.4.8.2.8 Adjustments to Contract Time areaccomplished by Change Order.ARTICLE 9 - PAYMENTS AND COMPLETION9.1 UNIT PRICE WORK9.1.1 Where the Contract provides that all orpart of the Work is based on Unit Prices, the OriginalContract Price includes, for all Unit Price work, anamount equal to the sum of Unit Prices times UnitPrice Quantities for each separately identified item ofUnit Price work.9.1.2 Each Unit Price includes an amount tocover Contractor's overhead and profit for eachseparately identified item.9.1.3 The Contractor may not make a Claimagainst the City for excess or deficiency in Unit PriceQuantities provided in the Contract, except asprovided in Subparagraph 9.1.4.1. Payment at theprices stated in the Contract is in full for thecompleted work. Contractor is not entitled toadditional payment for materials, supplies, labor,tools, machinery and all other expendituresincidental to satisfactory completion of the Work.9.1.4 City Engineer may increase ordecrease quantities of the Work within limitationsstated in Paragraph 7.1.2. Contractor is entitled topayment for actual quantities of items provided atUnit Prices set forth in the Contract.9.1.5 Where the final quantity of workperformed by Contractor on Major Unit Price Workitem differs by more than 25 percent from quantity ofthe item stated in the Contract, a Party may requestan adjustment in Unit Price, for the portion thatdiffers by more than 25 percent, by a Change Orderunder Section 7.3.9.2 ESTIMATES FOR PAYMENT, UNITPRICE WORK9.2.1 Following the day of each month indicated inthe Contract, <strong>Project</strong> Manager will prepare aCertificate for Payment for the preceding monthlyperiod based on estimated units of work completed.Prior to preparing Certificate of Payment, Contractorshall have submitted to City Engineer on a form


Page 00700/24 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSapproved by the Director of the Mayor’s Office ofBusiness Opportunity, evidence satisfactory to theCity Engineer of payments made to Subcontractorsand Suppliers for the month preceding the month forwhich the Certificate for Payment is prepared.9.2.2 Before final completion, City Engineerwill review and confirm with Contractor the actualfinal installed Unit Price quantities. City Engineer’sdetermination of actual final installed Unit Pricequantities will be included in the final Certificate forPayment and any previous underpayments andoverpayments will be reconciled with the actual finalUnit Price quantities. Contractor shall file writtennotice of intent to appeal, if any, City Engineer’sdetermination within 10 days of receipt of finalCertificate for Payment. Upon expiration of the 10-day period, City Engineer’s decision is final andbinding on the Parties. If Contractor submits noticewithin the 10-day period, Contractor shall submit aClaim in accordance with Section 4.4.9.3 STIPULATED PRICE WORK9.3.1 For work contracted on a StipulatedPrice basis, 10 days before submittal of firstApplication for Payment, Contractor shall submit toCity Engineer a Schedule of Values allocated tovarious portions of the Work, prepared in the formand supported by the data as City Engineer mayrequire to substantiate its accuracy. This schedule,as approved by City Engineer, is used as a basis forapproval of Contractor's Applications for Payment.9.4 APPLICATIONS FOR PAYMENT,STIPULATED PRICE WORK9.4.1 For work contracted on a StipulatedPrice basis, Contractor shall submit Applications forPayment to City Engineer each month on a formacceptable to City Engineer in accordance withSchedule of Values. Application must indicatepercentages of completion of each portion of theWork listed in Schedule of Values as of the end ofthe period covered by the Application for Payment.9.4.2 Applications for Payment must besupported by substantiating data as City Engineermay require and must reflect retainages as providedbelow. Evidence satisfactory to the City Engineer ofpayments made to Subcontractors and Suppliers forthe month preceding the month for which theApplication for Payment is submitted mustaccompany each Application for Payment on a formapproved by the Director of Mayor’s Office ofBusiness Opportunity. Application must be swornand notarized.9.5 CERTIFICATES FOR PAYMENT9.5.1 City Engineer will, within 10 days afterthe date specified in the Contract for Unit Price work,or upon receipt of Contractor's Application forPayment for Stipulated Price work, issue aCertificate for Payment for work based on amountwhich City Engineer determines is properly due, withcopy to Contractor.9.5.2 Unless otherwise provided in theContract, payment for completed work and forproperly stored Products is conditioned uponcompliance with procedures satisfactory to CityEngineer to protect the City's interests. Procedureswill include applicable insurance, storage, andtransportation to site for materials and equipmentstored off-site. Contractor is responsible formaintaining materials and equipment until Date ofSubstantial Completion.9.5.3 Contractor shall document its use of UltraLow Sulfur Diesel Fuel by providing invoices andreceipts evidencing Contractor’s use.9.6 COMPUTATIONS OF CERTIFICATESFOR PAYMENT9.6.1 Subject to the provisions of the Contract,the amount of each Certificate for Payment iscalculated as follows:.1 that portion of Contract Price allocatedto completed work as determined by:.1 multiplying the percentage ofcompletion of each portion of theWork listed in the Schedule ofValues by the value of thatportion of the Work, or.2 multiplying Unit Price quantitiesInstalled times the Unit Priceslisted in the Contract;.2 plus progress payments for completedwork that has been properly authorizedby Modifications;.3 less retainage of five percent;.4 plus actual costs, properlysubstantiated by certified copies ofinvoices and freight bills, of nonperishablematerials and equipmentdelivered and properly stored, ifapproved in advance by <strong>Project</strong>Manager, less 15 percent;.5 less any previous payments by the City.9.7 DECISIONS TO WITHHOLDCERTIFICATION


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/25 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 20139.7.1 City Engineer may decline to certifypayment and may withhold payment in whole or inpart to the extent reasonably necessary to protectthe City if, in City Engineer's opinion, there is reasonto believe that:.1 nonconforming work has not beenremedied;.2 the Work cannot be completed forunpaid balance of Contract Price;.3 there is damage to the City or anothercontractor;.4 the Work will not be completed withinContract Time and that unpaid balancewill not be adequate to cover actual andliquidated damages;.5 probable evidence that third partyclaims will be filed in court, inarbitration, or otherwise;.6 Contractor has failed to makepayments to Subcontractors orSuppliers for labor, material, orequipment; or.7 Contractor has persistently failed tocarry out work in accordance with theContract..8 Contractor has not paid Subcontractorsor Suppliers because of a paymentdispute; or.9 Contractor has failed to providesatisfactory evidence described inParagraphs 9.2.1, 9.4.2, and 9.8.2.9.7.2 When the above reasons forwithholding certification are removed, certification willbe made for amounts previously withheld.9.7.3 City Engineer may decline to certifypayment and may withhold request for payment inwhole or in part upon failure of Contractor to submitinitial construction schedule or monthly scheduleupdates, as required in Paragraphs 3.15.1 and3.15.3.9.8 PROGRESS PAYMENTS9.8.1 The City will make payment, in anamount certified by City Engineer, within 20 daysafter City Engineer has issued a Certificate forPayment.9.8.2 The City has no obligation to pay or tofacilitate the payment to a Subcontractor or Supplier,except as may otherwise be required by law.Contractor shall comply with the prompt paymentrequirements of Chapter 2251 of the GovernmentCode. State law requires payment of Subcontractorsand Suppliers by Contractor within 7 calendar daysof Contractor’s receipt of payment from the City,unless there is a payment dispute betweenContractor and a Subcontractor or Supplierevidenced on a form approved by the Director ofMayor’s Office of Business Opportunity andsubmitted to the City Engineer each month withApplication for Payment or Estimate for Payment.9.8.2.1 The City may, upon request and at thediscretion of City Engineer, furnish to Subcontractorinformation regarding percentages of completion orthe amounts applied for by Contractor, and actiontaken thereon by the City because of work done bythe Subcontractor.9.8.2.2 Contractor shall prepare and submit toCity Engineer a Certification of Payment toSubcontractors and Suppliers form to be attached toeach monthly Estimate for Payment or Applicationfor Payment.9.8.3 A Certificate for Payment, a progresspayment, or partial or entire use or occupancy of theWork by the City, does not constitute acceptance ofwork which is not in accordance with the Contract.9.9 DATE OF SUBSTANTIALCOMPLETION9.9.1 When Contractor considers the Work,or a portion thereof designated by City Engineer, tobe substantially complete, Contractor shall prepareand submit to <strong>Project</strong> Manager a comprehensivepunch list of items to be completed or corrected.Failure to include an item on the punch list does notalter the responsibility of Contractor to comply withthe Contract.9.9.1.1 By submitting the punch list to <strong>Project</strong>Manager, Contractor represents that work on thepunch list will be completed within the time providedfor in Subparagraph 9.9.4.3.9.9.2 Upon receipt of Contractor's punch list,<strong>Project</strong> Manager will inspect the Work, or designatedportion thereof, to verify that the punch list containsall items needing completion or correction. If <strong>Project</strong>Manager’s inspection discloses items not onContractor’s punch list, the items must be added tothe punch list of items to be completed or corrected.If <strong>Project</strong> Manager's inspection reveals thatContractor is not yet substantially complete,Contractor shall complete or correct the deficienciesand request another inspection by <strong>Project</strong> Manager.The City may recover the costs of re-inspection fromContractor.


Page 00700/26 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONS9.9.3 Prior to City Engineer’s issuing aCertificate of Substantial Completion, Contractorshall also provide:.1 Certificate of Occupancy for newconstruction, or Certificate ofCompliance for remodeled work, asapplicable, and.2 compliance with Texas AccessibilityStandards through state inspection ofthe Work, if required. If Contractorcalls for inspection in a timely mannerand the inspection is delayed throughno fault of Contractor, and CityEngineer so confirms, City Engineermay, upon request by Contractor, addthe inspection to the punch list inParagraph 9.9.2 and issue a Certificateof Substantial Completion.9.9.4 When the Work, or designated portionthereof, is determined by City Engineer to besufficiently complete in accordance with the Contractso the City can occupy or utilize the Work, ordesignated portion thereof, for the purpose for whichit is intended, City Engineer will prepare a Certificateof Substantial Completion that incorporates thepunch list in Paragraph 9.9.2 and establishes:.1 Date of Substantial Completion;.2 responsibilities of the Parties forsecurity, maintenance, heating,ventilating and air conditioning, utilities,damage to the Work, and insurance;and.3 fixed time within which Contractor shallcomplete all items on punch list ofitems to be corrected accompanyingthe certificate.9.9.5 Warranties required by the Contractshall commence on the Date of SubstantialCompletion unless otherwise provided by CityEngineer in Certificate of Substantial Completion.Warranties may not commence on items notsubstantially completed.9.9.6 After Date of Substantial Completionand upon application by Contractor and approval byCity Engineer, the City may make payment, reflectingadjustment in retainage, if any, as follows:.1 with the consent of Surety, the City mayincrease payment to Contractor to 96percent of Contract Price, less value ofitems to be completed and accruedliquidated damages.9.9.7 Contractor shall complete or correct theitems in Paragraph 9.9.2 within the time period setout in the Certificate of Substantial Completion. IfContractor fails to do so, the City may issue a Noticeof Noncompliance and proceed according to Section2.5.9.10 PARTIAL OCCUPANCY OR USE9.10.1 The City may occupy or use anycompleted or partially completed portion of the Workat any stage, provided the occupancy or use isconsented to by Contractor and Contractor's insurerand authorized by public authorities havingjurisdiction over the Work. Consent of Contractor topartial occupancy or use may not be unreasonablywithheld.9.10.2 Immediately prior to the partialoccupancy or use, <strong>Project</strong> Manager and Contractorshall jointly inspect the area to be occupied or portionof the Work to be used to determine and recordcondition of the Work.9.10.3 Partial occupancy or use of a portion ofthe Work does not constitute acceptance of work notin compliance with requirements of the Contract.9.11 FINAL COMPLETION AND FINALPAYMENT9.11.1 Contractor shall review the Contractand inspect the Work prior to Contractor notificationto City Engineer that the Work is complete and readyfor final inspection. Contractor shall submit affidavitthat the Work has been inspected and that the Workis complete in accordance with requirements of theContract.9.11.2 <strong>Project</strong> Manager will make finalinspection within 15 days after receipt of Contractor’swritten notice that the Work is ready for finalinspection and acceptance. If <strong>Project</strong> Manager findsthe Work has been completed in accordance withthe Contract, Contractor shall submit items set out inParagraph 9.11.4 and, for stipulated price contracts,a final Application for Payment. City Engineer will,within 10 days, issue Certificate of Final Completionstating that to the best of City Engineer’s knowledge,information, and belief, the Work has beencompleted in accordance with the Contract, and willrecommend acceptance of the Work by City Council.9.11.3 Should work be found not incompliance with requirements of the Contract, CityEngineer will notify Contractor in writing of items ofnoncompliance. Upon inspection and acceptance ofthe corrections by <strong>Project</strong> Manager, compliance withall procedures of Paragraph 9.11.2, and Contractor'ssubmission of the items set out in Paragraph 9.11.4,the City Engineer will issue Certificate of Final


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/27 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013Completion to Contractor as provided in Paragraph9.11.2.9.11.4 Contractor shall submit the followingitems to City Engineer before City Engineer will issuea Certificate of Final Completion:.1 affidavit that payrolls, invoices formaterials and equipment, and otherindebtedness of Contractor connectedwith the Work, less amounts withheldby the City, have been paid orotherwise satisfied. If required by CityEngineer, Contractor shall submitfurther proof including waiver or releaseof lien or claims from laborers orSuppliers of Products;.2 certificate evidencing that insurancerequired by the Contract to remain inforce after final payment is currently ineffect, will not be canceled or materiallychanged until at least 30 days writtennotice has been given to the City;.3 written statement that Contractorknows of no substantial reason thatinsurance will not be renewable tocover correction and warranty periodrequired by the Contract;.4 consent of Surety to final payment; and.5 copies of record documents,maintenance manuals, tests,inspections, and approvals.Upon City Engineer’s issuance of a Certificate ofFinal Completion, Contractor may request increasein payment to 99 percent of Contract Price, lessaccrued liquidated damages.9.11.5 If Contractor fails to submit requireditems in Paragraph 9.11.4 within 10 days of <strong>Project</strong>Manager's inspection of the Work under Paragraph9.11.2 or Paragraph 9.11.3, City Engineer may, butis not obligated to:.1 deduct liquidated damages accruedfrom monies held;.2 proceed to City Council for acceptanceof the Work, minus some or all of theitems Contractor fails to submit underParagraph 9.11.4; and,.3 upon acceptance by City Council of theportion of the Work completed, makefinal payment as set out in Paragraph9.11.8.9.11.6 If final completion is materially delayedthrough no fault of Contractor, or by issuance ofChange Orders affecting date of final completion,and City Engineer so confirms, the City may, uponapplication by Contractor and certification by CityEngineer, and without terminating the Contract,make payment of balance due for that portion of theWork fully completed and accepted.9.11.7 If remaining balance due for work notcorrected is less than retainage stipulated in theContract, Contractor shall submit to City Engineerwritten consent of Surety to payment of balance duefor that portion of the Work fully completed andaccepted, prior to certification of the payment. Thepayment is made under terms governing finalpayment, except that it does not constitute waiver ofClaims.9.11.8 The City will make final payment toContractor within 30 days after acceptance of theWork by City Council, subject to limitations, if any, asstated in the Contract.9.11.9 Acceptance of final payment byContractor shall constitute a waiver of all Claims,whether known or unknown, by Contractor, exceptthose previously made in writing and identified byContractor as unsettled at time of final Application forPayment.9.12 LIQUIDATED DAMAGES9.12.1 Contractor, Surety, and the City agreethat failure to complete the Work within ContractTime will cause damages to the City and that actualdamages from harm are difficult to estimateaccurately. Therefore, Contractor, Surety, and theCity agree that Contractor and Surety are liable forand shall pay to the City the amount stipulated inSupplementary Conditions as liquidated damages,and that the amount of damages fixed therein is areasonable forecast of just compensation for harm tothe City resulting from Contractor's failure tocomplete the Work within Contract Time. Theamount stipulated will be paid for each day of delaybeyond Contract Time until Date of SubstantialCompletion.9.12.2 Contractor shall pay the City an amountequal to $1,200.00 per diesel operating vehicle orpiece of motorized equipment per incident of highsulfur diesel fuel usage.ARTICLE 10 - SAFETY PRECAUTIONS10.1 SAFETY PROGRAMS10.1.1 Contractor is responsible for initiating,maintaining, and supervising all safety precautionsand programs in connection with performance of the


Page 00700/28 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSContract. Contractor shall submit a safety programto City Engineer prior to mobilizing for the Work, andis solely responsible for safety, efficiency, andadequacy of ways, means, and methods, and fordamage which might result from failure or improperconstruction, maintenance, or operation performedby Contractor.10.2 POLLUTANTS AND POLLUTANTFACILITIES10.2.1 If Contractor encounters material onsitewhich it reasonably believes to be a Pollutant orfacilities which it reasonably believes to be aPollutant Facility, Contractor shall immediately stopwork in affected area and immediately notify CityEngineer, confirming the notice thereafter in writing.10.2.2 If City Engineer determines that thematerial is a Pollutant or facility is a Pollutant Facility,work in affected area may not be resumed except byModification, and only if the work would not violateapplicable laws or regulations.10.2.3 If City Engineer determines that thematerial is not a Pollutant or a facility is not aPollutant Facility, work in affected area will beresumed upon issuance of a Modification.10.2.4 Contractor is not required to perform,unless authorized by Change Order, work relating toPollutants or Pollutant Facilities except for that workrelating to Pollutants or Pollutant Facilities specifiedin the Contract.10.3 SAFETY OF THE ENVIRONMENT,PERSONS, AND PROPERTY10.3.1 Contractor shall take reasonableprecautions for safety and shall provide reasonableprotection to prevent damage, injury, or loss from allcauses, to:.1 employees performing work on-site,and other persons who may be affectedthereby;.2 work, including Products to beincorporated into the Work, whether inproper storage, under control ofContractor or Subcontractor; and.3 other property at or adjacent to the site,such as trees, shrubs, lawns, walks,pavements, roadways, structures,utilities, and Underground Facilities notdesignated for removal or replacementin course of construction.10.3.2 Contractor shall give notices andcomply with applicable laws, ordinances, rules,regulations, and lawful orders of public authoritiesbearing on safety of persons, property, orenvironment.10.3.2.1 Contractor shall comply withrequirements of Underground Facility DamagePrevention and Safety Act TEX. UTIL. CODE ANN.Ch. 251 (Vernon Supp. 2002).10.3.2.2 Contractor shall comply with all safetyrules and regulations of the Federal OccupationalHealth and Safety Act of 1970 and subsequentamendments (OSHA).10.3.3 Contractor shall erect and maintain, asrequired by existing conditions and performance ofthe Contract, reasonable safeguards for safety andprotection of persons and property, including postingdanger signs and other warnings against hazards,promulgating safety regulations, and notifyingowners and users of adjacent sites and utilities.10.3.4 Contractor shall designate responsiblemember of Contractor's organization at site whoseduty is prevention of accidents. This person will beContractor’s Superintendent unless otherwisedesignated by Contractor in writing to City Engineer.10.3.5 Contractor shall prevent windblowndust and may not burn or bury trash debris or wasteproducts on-site. Contractor shall preventenvironmental pollution, including but not limited toparticulates, gases and noise, as a result of theWork.10.3.6 When use or storage of hazardousmaterials or equipment, or unusual methods arenecessary for execution of the Work, Contractorshall exercise utmost care and carry on the activitiesunder supervision of properly qualified personnel.10.3.7 Contractor shall promptly remedydamage and loss to property referred to inSubparagraphs 10.3.1.2 and 10.3.1.3, caused inwhole or in part by Contractor, or Subcontractors,which is not covered by insurance required by theContract. Contractor is not required to remedydamage or loss attributable to the City, DesignConsultant, or other contractors.10.4 EMERGENCIES10.4.1 In emergencies affecting safety ofpersons or property, Contractor shall act atContractor's discretion to prevent imminent damage,injury, or loss. Additional compensation or extensionof time claimed by Contractor because ofemergencies are determined as provided in Article 7.


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/29 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013ARTICLE 11 - INSURANCE AND BONDS11.1 GENERAL INSURANCEREQUIREMENTS11.1.1 With no intent to limit Contractor'sliability under indemnification provisions set forth inParagraphs 3.25 and 3.26, Contractor shall provideand maintain in full force and effect during term ofthe Contract and all extensions and amendmentsthereto, at least the following insurance and availablelimits of liability.11.1.2 If any of the following insurance iswritten as “claims made” coverage and the City isrequired to be carried as additional insured, thenContractor's insurance shall include a two-yearextended discovery period after last date thatContractor provides any work under the Contract.11.1.3 Aggregate amounts of coverage, forpurposes of the Contract, are agreed to be amountsof coverage available during fixed 12-month policyperiod.11.2 INSURANCE TO BE PROVIDED BYCONTRACTOR11.2.1 Risks and Limits of Liability: Contractorshall provide at a minimum insurance coverage andlimits of liability set out in Table 1.11.2.1.1 If Limit of Liability for Excess Coverageis $2,000,000 or more, Limit of Liability forEmployer's Liability may be reduced to $500,000.11.2.2 Form of Policies: Insurance may be inone or more policies of insurance, form of which issubject to approval by City Engineer. It is agreed,however, that nothing City Engineer does or fails todo with regard to insurance policies relievesContractor from its duties to provide requiredcoverage and City Engineer's actions or inactions willnever be construed as waiving the City’s rights.11.2.3 Issuers of Policies: Issuer of any policyshall have:.1 a Certificate of Authority to transactbusiness in Texas, or.2 have a Best's rating of at least B+ anda Best's Financial Size Category ofClass VI or better, according to themost current edition of Best's KeyRating Guide, and the issuer must bean eligible nonadmitted insurer in theState of Texas.Each insurer is subject to approval by City Engineerin City Engineer’s sole discretion as to conformancewith these requirements, pursuant to Paragraph11.2.2.11.2.4 Insured Parties: Each policy, exceptthose for Workers' Compensation and Owner's andContractor's Protective Liability, must name the City,its officers, agents, and employees as additionalinsured parties on original policy and all renewals orreplacements during term of the Contract. The City'sstatus as additional insured under Contractor'sinsurance does not extend to instances of solenegligence of the City unmixed with any fault ofContractor.11.2.5 Deductibles: Contractor assumes andbears any claims or losses to extent of deductibleamounts and waives any claim it may ever have forsame against the City, its officers, agents, oremployees.11.2.6 Cancellation: Contractor shall notify theDirector in writing 30 days prior to any cancellation ormaterial change to Contractor’s insurance coverage.Within the 30 day period, Contractor shall provideother suitable policies in lieu of those about to becanceled or nonrenewed so as to maintain in effectthe required coverage. If Contractor does notcomply with this requirement, the City Engineer, athis or her sole discretion, may:.1 immediately suspend Contractor from anyfurther performance under this Contract andbegin procedures to terminate for default, or.2 purchase the required insurance with Cityfunds and deduct the cost of the premiumsfrom amounts due to Contractor under thisContract.11.2.7 Subrogation: Each policy exceptOwner's and Contractor's Protective Liability mustcontain endorsement to the effect that issuer waivesany claim or right in nature of subrogation to recoveragainst the City, its officers, agents, or employees.11.2.8 Endorsement of Primary Insurance:Each policy, except Workers’ Compensation policies,must contain an endorsement that the policy isprimary insurance to any other insurance available toadditional insured with respect to claims arisinghereunder.11.2.9 Liability for Premium: Contractor issolely responsible for payment of all insurance


Page 00700/30 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSpremium requirements hereunder and the City is notobligated to pay any premiums.11.2.10 Additional Requirements for Workers'Compensation Insurance Coverage: Contractorshall, in addition to meeting the obligations set forthin Table 1, maintain throughout the term of theContract Workers' Compensation coverage asrequired by statute, and Contractor shall specificallycomply with requirements set forth in Paragraph11.2.10. The definitions set out below shall applyonly for purposes of this Paragraph 11.2.10.11.2.10.1 Definitions:.1 Certificate of Coverage: A copy ofcertificate of insurance, or coverageagreement (TWCC-81, TWCC-82,TWCC-83, or TWCC-84), showingstatutory Workers' Compensationinsurance coverage for Contractor's,Subcontractor's, or Supplier'semployees providing services for theduration of the Contract..2 Duration of the Work: Includes the timefrom Date of Commencement of theWork until Contractor's work under theContract has been completed andaccepted by City Council..3 Persons providing services for theWork (Subcontractor in Texas LaborCode § 406.096): includes all personsor entities performing all or part ofservices Contractor has undertaken toperform on the Work, regardless ofwhether that person contracted directlywith Contractor and regardless ofwhether that person has employees.This includes, without limitation,independentcontractors,subcontractors, leasing companies,motor carriers, owner-operators,employees of the entity, or employeesof entity which furnishes persons toprovide services on the Work. Servicesinclude, without limitation, providing,hauling, or delivering equipment ormaterials, or providing labor,transportation, or other service relatedto the Work. Services do not includeactivities unrelated to the Work, suchas food/beverage vendors, officesupply deliveries, and delivery ofportable toilets.11.2.10.2 Contractor shall provide coverage,based on proper reporting of classification codes andpayroll amounts and filing of coverage agreements,which meets the statutory requirements of TEX. LAB.CODE ANN., Section 401.011(44) for employees ofContractor providing services on the Work, forduration of the Work.11.2.10.3 Contractor shall provide a Certificate ofCoverage to the City prior to being awarded theContract.11.2.10.4 If coverage period shown onContractor's original Certificate of Coverage endsduring duration of the Work, Contractor shall file newCertificate of Coverage with the City showing thatcoverage has been extended.11.2.10.5 Contractor shall obtain from eachperson providing services on the Work, and provideto City Engineer:.1 Certificate of Coverage, prior to thatperson beginning work on the Work, sothe City will have on file Certificates ofCoverage showing coverage for allpersons providing services on theWork; and.2 no later than seven days after receiptby Contractor, new Certificate ofCoverage showing extension ofcoverage, if coverage period shown oncurrent Certificate of Coverage endsduring the duration of the Work.11.2.10.6 Contractor shall retain all requiredCertificates of Coverage for the duration of the Workand for one year thereafter.11.2.10.7 Contractor shall notify City Engineer inwriting by certified mail or personal delivery, within 10days after Contractor knew or should have known, ofany change that materially affects provision ofcoverage of any person providing services on theWork.11.2.10.8 Contractor shall post on-site a notice, intext, form and manner prescribed by Texas Workers'Compensation Commission, informing all personsproviding services on the Work that they are requiredto be covered, and stating how person may verifycoverage and report lack of coverage.11.2.10.9 Contractor shall contractually requireeach person with whom it contracts to provideservices on the Work to:.1 provide coverage, based on properreporting of classification codes, payrollamounts and filing of any coverageagreements, which meets statutoryrequirements of TEX. LAB. CODE ANN.,Section 401.011(44) for all itsemployees providing services on theWork, for the duration of the Work;


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/31 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013.2 provide to Contractor, prior to thatperson’s beginning work on the Work, aCertificate of Coverage showing thatcoverage is being provided for allemployees of the person providingservices on the Work, for the durationof the Work;.3 provide Contractor, prior to the end ofthe coverage period, a new Certificateof Coverage showing extension ofcoverage, if the coverage period shownon the current Certificate of Coverageends during the duration of the Work;.4 obtain from each other person withwhom it contracts, and provide toContractor: (1) Certificate of Coverage,prior to other person’s beginning workon the Work; and (2) new Certificate ofCoverage showing extension ofcoverage, prior to end of coverageperiod, if coverage period shown on thecurrent Certificate of Coverage endsduring duration of the Work..5 retain all required Certificates ofCoverage on file for the duration of theWork and for one year thereafter;.6 notify City Engineer in writing bycertified mail or personal delivery within10 days after person knew, or shouldhave known, of change that materiallyaffects provision of coverage of anyperson providing services on the Work;and.7 contractually require each person withwhom it contracts to perform asrequired by Paragraphs 11.2.10.1through 11.2.10.7, with Certificates ofCoverage to be provided to person forwhom they are providing services.11.2.10.10 By signing the Contract or providing orcausing to be provided a Certificate of Coverage,Contractor is representing to the City that allemployees of Contractor who will provide serviceson the Work will be covered by Workers'Compensation coverage for the duration of theWork, that coverage will be based on properreporting of classification codes and payroll amounts,and that all coverage agreements will be filed withappropriate insurance carrier. Contractor is notallowed to self-insure Workers' Compensation.Contractor may be subject to administrativepenalties, criminal penalties, civil penalties, or othercivil actions for providing false or misleadinginformation.11.2.10.11 Contractor's failure to comply withParagraph 11.2.10 is a breach of the Contract byContractor, which entitles the City to declare theContract void if Contractor does not remedy breachwithin 10 days after receipt of notice of breach fromCity Engineer.11.2.11 Subcontractor InsuranceRequirements: Contractor shall requireSubcontractors and Suppliers to obtain CommercialGeneral Liability, Workers' Compensation,Employer's Liability and Automobile Liabilitycoverage that meets all the requirements ofParagraph 11.2. The amount must becommensurate with the amount of the subcontract,but not less than $500,000 per occurrence.Contractor shall require all Subcontractors withwhom it contracts directly, whose subcontractsexceed $100,000, to provide proof of CommercialGeneral Liability and Automobile Liability insurancecoverage meeting the above requirements.Contractor shall comply with all requirements set outunder Paragraph 11.2.10 as to Workers'Compensation Insurance for all Subcontractors andSuppliers.TABLE 1REQUIRED COVERAGE(Coverage)(Limit of Liability).1 Workers’ Compensation Statutory Limits for Workers’ Compensation.2 Employer’s Liability Bodily Injury by Accident $1,000,000 (each accident)Bodily Injury by Disease $1,000,000 (policy limit)Bodily Injury by Disease $1,000,000 (each employee)


Page 00700/32 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONS.3 Commercial General Liability:Including Contractor’s Protective, Broad Form PropertyDamage, Contractual Liability, Explosion, Undergroundand Collapse, Bodily Injury, Personal Injury, Products,and Completed Operations (for a period of six yearsfollowing completion of the Work).Combined single limit of $1,000,000 (each occurrence),subject to general aggregate of $2,000,000;Products and Completed Operations $1,000,000aggregate..4 Owner’s and Contractor’s Protective Liability $1,000,000 combined single limit each Occurrence/aggregate.5 Installation Floater (Unless alternative coverageapproved by City Attorney)Value of stored material or equipment, listed onCertificates of Payments, but not yet incorporated intothe Work.6 Automobile Liability Insurance:(For automobiles furnished by Contractor in course ofhis performance under the Contract, including Owned,Non-owned, and Hired Auto coverage)$1,000,000 combined single limit each occurrence for(1) Any Auto or (2) All Owned, Hired, and Non-OwnedAutos.7 Excess Coverage $1,000,000 each occurrence/combined aggregate inexcess of limits specified for Employer’s Liability,Commercial General Liability, and Automobile LiabilityDefense costs are excluded from face amount of policy. Aggregate Limits are per 12-month policy period unlessotherwise indicated.11.3 PROOF OF INSURANCE11.3.1 Prior to commencing services and attime during the term of the Contract, Contractor shallfurnish City Engineer with Certificates of Insurance,along with Affidavit from Contractor confirming thatCertificate accurately reflects insurance coveragethat is available during term of the Contract. Ifrequested in writing by City Engineer, Contractorshall furnish City Engineer with certified copies ofContractor's actual insurance policies. Failure ofContractor to provide certified copies, as requested,may be deemed, at City Engineer's or City Attorney'sdiscretion, a material breach of the Contract.11.3.2 Notwithstanding the proof of insurancerequirements, Contractor shall continuously maintainin effect required insurance coverage set forth inParagraph 11.2. Failure of Contractor to comply withthis requirement does constitute a material breach byContractor allowing the City, at its option, toimmediately suspend or terminate work, or exerciseany other remedy allowed under the Contract.Contractor agrees that the City has not waived or isnot estopped to assert a material breach of theContract because of any acts or omissions by theCity regarding its review or non-review of insurancedocuments provided by Contractor, its agents,employees, or assigns.11.3.3 Contractor shall provide updatedcertificates of insurance to the Director upon request.The Contractor shall be responsible for delivering acurrent certificate of insurance in the proper form tothe Director as long as Contractor is required tofurnish insurance coverage under Paragraph 11.2.11.3.4 Every certificate of insuranceContractor delivers in connection with this Contractshall.1 be less than 12 months old;.2 include all pertinent identificationinformation for the Insurer, includingthe company name and address, policynumber, NAIC number or AMB number,and authorized signature;.3 include in the Certificate Holder Box the<strong>Project</strong> name and reference numbers,contractor’s email address, andindicates the name and address of the<strong>Project</strong> Manager;.4 include the Contractor’s email addressin the Certificate Holder Box;.5 include the <strong>Project</strong> reference numberson the City address so the <strong>Project</strong>reference number is visible in theenvelope window; and.6 be appropriately marked to accuratelyidentify all coverages and limits of thepolicy, effective and expiration dates,and waivers of subrogation in favor ofthe City for Commercial GeneralLiability, Automobile Liability, andWorker’s Compensation/Employers’Liability.


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/33 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 201311.4 PERFORMANCE AND PAYMENTBONDS11.4.1 For Contracts over the value of$25,000, Contractor shall provide Bonds on theCity's standard forms covering faithful performanceof the Contract and payment of obligations arisingthereunder as required in the Contract pursuant toChapter 2253 of the Government Code. The Bondsmust be for 100 percent of Original Contract Priceand in accordance with conditions stated onstandard City Performance and Payment Bond andStatutory Payment Bond forms. Bonds may beobtained from Contractor's usual source and cost forthe Bonds are included in Contract Price.11.5 MAINTENANCE BONDS11.5.1 One-year Maintenance Bond:Contractor shall provide Bond on standard City OneyearMaintenance Bond form, providing forContractor's correction, replacement, or restorationof any portion of the Work which is found to be not incompliance with requirements of the Contract duringone-year correction period required in Paragraph12.2. The Maintenance Bond must be for 100percent of the Original Contract Price.11.6 SURETY11.6.1 A Bond that is given or tendered to theCity pursuant to the Contract must be executed by asurety company that is authorized and admitted towrite surety Bonds in the State of Texas.11.6.2 If a Bond is given or tendered to theCity pursuant to the Contract in an amount greaterthan 10 percent of Surety’s capital and surplus,Surety shall provide certification that Surety hasreinsured that portion of the risk that exceeds 10percent of Surety’s capital and surplus. Thereinsurance must be with one or more reinsurerswho are duly authorized, accredited, or trusted to dobusiness in the State of Texas. The amountreinsured by reinsurer may not exceed 10 percent ofreinsurer's capital and surplus. The amount ofallowed capital and surplus must be based oninformation received from State Board of Insurance.11.6.3 If the amount of a Bond is greater than$100,000, Surety shall:.1 also hold certificate of authority fromthe United States Secretary of Treasuryto qualify as surety on obligationspermitted or required under federal law;or,.2 Surety may obtain reinsurance for anyliability in excess of $100,000 fromreinsurer that is authorized andadmitted as a reinsurer in the State ofTexas and is the holder of a certificateof authority from the United StatesSecretary of the Treasury to qualify assurety or reinsurer on obligationspermitted or required under federal law.11.6.4 Determination of whether Surety on theBond or the reinsurer holds a certificate of authorityfrom the United States Secretary of the Treasury isbased on information published in Federal Registercovering the date on which Bond was executed.11.6.5 Each Bond given or tendered to theCity pursuant to the Contract must be on City formswith no changes made by Contractor or Surety, andmust be dated, executed, and accompanied bypower of attorney stating that the attorney in factexecuting such the bond has requisite authority toexecute such Bond. The Bonds must be dated andmust be no more than 30 days old.11.6.6 Surety shall designate in its Bond,power of attorney, or written notice to the City, anagent resident in Harris County to whom anyrequisite notices may be delivered and on whomservice of process may be had in matters arising outof the suretyship.11.6.7 Contractor shall furnish information to apayment bond beneficiary as required by TEX. GOV’TCODE ANN. CH. 2253.11.7 DELIVERY OF BONDS11.7.1 Contractor shall deliver required Bondsto the City within time limits stated in Notice of Intentto Award and prior to Date of Commencement of theWork.ARTICLE 12 - UNCOVERING AND CORRECTIONOF THE WORK12.1 UNCOVERING OF THE WORK12.1.1 If a portion of the Work has beencovered which City Engineer has not specificallyrequested to observe prior to its being covered, CityEngineer may request to see such work and it mustbe uncovered by Contractor. If such work is inaccordance with the Contract, the costs ofuncovering and covering such work are charged tothe City by Change Order. If such work is not in


Page 00700/34 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSaccordance with the Contract, Contractor shall payfor uncovering and shall correct the nonconformingWork promptly after receipt of Notice ofNoncompliance to do so.12.2 CORRECTION OF THE WORK12.2.1 Contractor shall promptly correct orremove work rejected by City Engineer or workfailing to conform to requirements of the Contract,whether observed before or after Date of SubstantialCompletion and whether fabricated, Installed, orcompleted.12.2.2 Contractor bears costs of correcting therejected or nonconforming work including additionaltesting and inspections, and compensation forDesign Consultant’s services and expenses madenecessary thereby.12.2.3 If within one year after Date ofSubstantial Completion, or after date forcommencement of warranties established underParagraph 9.9.5 or by other applicable specialwarranty required by the Contract, whichever is laterin time, any of the Work is found not to be inaccordance with the requirements of the Contract,Contractor shall correct such work promptly afterreceipt of Notice of Noncompliance to do so.12.2.4 One-year correction period for portionsof the Work completed after Date of SubstantialCompletion will begin on the date of acceptance ofthat portion of the Work. This obligation under thisParagraph survives acceptance of the Work underthe Contract and termination of the Contract.12.2.5 The one-year correction period doesnot establish a duration for the Contractor’s generalwarranty under Paragraph 3.12. The City retains theright to recover damages from the Contractor as longas may be permitted by the applicable statute oflimitations.12.2.6 If Contractor does not proceed withcorrection of the nonconforming work within timefixed by Notice of Noncompliance, the City maycorrect nonconforming work or removenonconforming work and store salvageable Productsat Contractor's expense. Contractor shall pay thecosts of correction of nonconforming work andremoval and storage of salvageable Products to theCity. If Contractor does not pay costs of thecorrection or removal and storage within 10 daysafter written notice, the City may sell the Products atauction or at private sale. The City will account forproceeds thereof after deducting costs and damagesthat would have been borne by Contractor, includingcompensation for services of Design Consultant andnecessary expenses. If the proceeds of sale do notcover costs which Contractor should have borne,Contractor shall pay the value of the deficiency to theCity.12.2.7 Contractor bears cost of correctingwork originally installed by Contractor, the City, or byseparate contractors and damaged by Contractor'scorrection or removal of Contractor's work.12.3 ACCEPTANCE OFNONCONFORMING WORK12.3.1 If City Engineer prefers to accept workwhich is not in accordance with requirements of theContract, City Engineer may do so only by issuanceof Change Order, instead of requiring its removaland correction. City Engineer will determineContract Price reduction. The reduction will becomeeffective even if final payment has been made.ARTICLE 13 - MISCELLANEOUS PROVISIONS13.1 GOVERNING LAWS13.1.1 The Contract is subject to the laws ofthe State of Texas, the City Charter and Ordinances,the laws of the federal government of the UnitedStates, and all rules and regulations of anyregulatory body or officer having jurisdiction.13.1.2 Venue for any litigation relating to theContract is Harris County, Texas.13.2 SUCCESSORS13.2.1 The Contract binds and benefits theParties and their legal successors and permittedassigns; however, this Paragraph 13.2.1 does notalter the restrictions on assignment and disposal ofassets set out in Paragraph 13.3.1. The Contractdoes not create any personal liability on the part ofany officer or agent of the City.13.3 BUSINESS STRUCTURE ANDASSIGNMENTS13.3.1 Contractor may not assign the Contractat law or otherwise, or dispose of all or substantiallyall of its assets without City Engineer's prior writtenconsent. Nothing in this Section, however, preventsthe assignment of accounts receivable or thecreation of a security interest as described in §9.406of the Texas Business & Commerce Code. In thecase of such an assignment, Contractor shallimmediately furnish the City with proof of theassignment and the name, telephone number, and


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/35 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013address of the assignee and a clear identification ofthe fees to be paid to the assignee.13.3.2 Any series, as defined by the TEX. BUS.ORG. CODE ANN., affiliate, subsidiary, or successor towhich Contractor assigns or transfers assets shalljoin in privity and be jointly and severally liable underthis Contract.13.4 WRITTEN NOTICE13.4.1 All notices required or permitted by theContract must be in writing and must be effected byhand delivery; registered or certified mail, returnreceipt requested; or facsimile with confirmationcopy mailed to receiving Party. Notice is sufficient ifmade or addressed with proper postage to theaddress stated in the Agreement for each Party("Notice Address") or faxed to the facsimile numberstated in the Agreement for each Party. The noticeis deemed delivered on the earlier of:.1 the date the Notice is actually received;.2 the third day following deposit in aUnited States Postal Service post officeor receptacle; or.3 the date the facsimile is sent unless thefacsimile is sent after 5:00 p.m. localtime of the recipient and then it isdeemed received on the following day.Any Party may change its Notice Address orfacsimile number at any time by giving written noticeof the change to the other Party in the mannerprovided for in this Paragraph at least 15 days priorto the date the change is affected.13.5 RIGHTS AND REMEDIES13.5.1 Duties and obligations imposed by theContract and rights and remedies availablethereunder are in addition to and not a limitation ofduties, obligations, rights, and remedies otherwiseimposed or available by law.13.5.2 No act or failure to act by the City orContractor is a waiver of rights or duties affordedthem under the Contract, nor is the act or failure toact constitute approval of or acquiescence in abreach of the Contract. No waiver, approval oracquiescence is binding unless in writing and, in thecase of the City, signed by City Engineer.13.6 TESTS AND INSPECTIONS13.6.1 Contractor shall give City Engineer,Construction Manager, and Design Consultant timelynotice of the time and place where tests andinspections are to be made. Contractor shallcooperate with inspection and testing personnel tofacilitate required inspections or tests.13.6.2 The City will employ and pay forservices of an independent testing laboratory toperform inspections or acceptance tests required bythe Contract except:.1 inspections or tests covered byParagraph 13.6.3;.2 those otherwise specifically provided inthe Contract; or.3 costs incurred in connection with testsor inspections conducted pursuant toParagraph 12.2.2.13.6.3 Contractor is responsible for and shallpay all costs in connection with inspection or testingrequired in connection with City Engineer’sacceptance of a Product to be incorporated into theWork, or of materials, mix designs, or equipmentsubmitted for approval prior to Contractor’s purchasethereof for incorporation into the Work.13.6.4 Neither observations by the City,Construction Manager, or Design Consultant, norinspections, tests, or approvals by others, relievesContractor from Contractor’s obligations to performthe Work in accordance with the Contract.13.7 INTEREST13.7.1 No interest will accrue on latepayments by the City except as provided underChapter 2251 of the Government Code.13.8 PARTIES IN INTEREST13.8.1 The Contract does not bestow anyrights upon any third party, but binds and benefits theParties only.13.9 ENTIRE CONTRACT13.9.1 The Contract merges the priornegotiations and understandings of the Parties andembodies the entire agreement of the Parties. Noother agreements, assurances, conditions,covenants, express or implied, or other terms of anykind, exist between the Parties regarding theContract.13.10 WRITTEN AMENDMENT13.10.1 Changes to the Contract that cannot beeffected by Modifications, must be made by writtenamendment, which will not be effective untilapproved by City Council.


Page 00700/36 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONS13.11 COMPLIANCE WITH LAWS13.11.1 Contractor shall comply with theAmericans with Disabilities Act of 1990 as amended(ADA) and Texas Architectural Barriers Act and allregulations relating to either statute.13.11.2 Contractor shall comply with allapplicable federal, state, and city laws, rules andregulations.13.12 SEVERABILITY13.12.1 If any part of the Contract is for anyreason found to be unenforceable, all other partsremain enforceable to the extent permitted by law.ARTICLE 14 - TERMINATION OR SUSPENSIONOF THE CONTRACT14.1 TERMINATION BY THE CITY FORCAUSE14.1.1 Each of the following acts or omissionsof Contractor or occurrences shall constitute an"Event of Default" under the Contract:.1 Contractor refuses or fails to supplyenough properly skilled workers orproper Products;.2 Contractor disregards laws, ordinances,rules, regulations, or orders of a publicauthority having jurisdiction;.3 Contractor is guilty of material breachof any duty or obligation of Contractorunder the Contract;.4 Contractor has had any other contractwith the City terminated for cause atany time subsequent to the effectivedate of the Contract as set out in theAgreement; or.5 Contractor fails to utilize Ultra LowSulfur Diesel Fuel, as required inParagraph 3.9.1.1.14.1.2 If an Event of Default occurs, CityEngineer may, at his option and without prejudice toany other rights or remedies which the City mayhave, deliver a written notice to Contractor andSurety describing the Event of Default and giving theContractor 10 days to cure the Event of Default. Ifafter the cure period, Contractor has failed orrefused to cure the Event of Default, then CityEngineer may deliver a second written notice toContractor giving notice of the termination of theContract or of the termination of Contractor'sperformance under the Contract ("Notice ofTermination"). If City Engineer issues a Notice ofTermination, then City Engineer may, subject to anyprior rights of Surety and any other rights of the Cityunder the Contract or at law:.1 request that Surety complete the Work;or.2 take possession of the site and allmaterials, equipment, tools, andconstruction equipment and machineryon the site owned by Contractor; and.3 finish the Work by whatever reasonablemethod City Engineer may deemexpedient.14.1.3 After Contractor's receipt of a Notice ofTermination, and except as otherwise directed inwriting by City Engineer, Contractor shall:.1 stop the Work on the date and to theextent specified in the Notice ofTermination;.2 place no further orders or subcontractsfor Products or services;.3 terminate all orders and subcontracts tothe extent that they relate toperformance of work terminated;.4 assign to the City, in the manner, at thetimes, and to the extent directed by CityEngineer, all rights, title, and interest ofContractor, under the terminated supplyorders and subcontracts. The City maysettle or pay claims arising out oftermination of the orders andsubcontracts;.5 settle all outstanding liabilities and allclaims arising out of the termination ofsupply orders and subcontracts withapproval of City Engineer;.6 take action as may be necessary, or asCity Engineer may direct, for protectionand preservation of property related tothe Work that is in possession ofContractor, and in which the City has ormay acquire an interest; and.7 secure the Work in a safe state beforeleaving the site, providing anynecessary safety measures, shoring, orother devices.14.1.4 If the City terminates the Contract orterminates Contractor's performance under theContract for any one or more of the reasons stated inParagraph 14.1.1, Contractor may not receive anyfurther payment until the Work is complete, subjectto Paragraph 14.1.5.14.1.5 If the unpaid balance of Contract Priceexceeds the costs of finishing the Work, includingliquidated damages and other amounts due underthe Contract, the balance will be paid to Contractor.If the costs of finishing the Work exceed the unpaidbalance, Contractor shall, within 10 days of receipt of


CITY OF HOUSTON - CONDITIONS OF THE CONTRACT Page 00700/37 of 38DOCUMENT 00700 - GENERAL CONDITIONS 1 August 2013written notice setting out the amount of the excesscosts, pay the difference to the City. The amount tobe paid to Contractor or the City will be certified byCity Engineer in writing, and this obligation forpayment shall survive termination of the Contract ortermination of Contractor's performance under theContract. Termination of the Contractor for causeshall not relieve the Surety from its obligation tocomplete the project.14.2 TERMINATION BY THE CITY FORCONVENIENCE14.2.1 City Engineer may, without cause andwithout prejudice to other rights or remedies of theCity, give Contractor and Surety a Notice ofTermination with a seven days written notice.14.2.2 After receipt of the Notice ofTermination, and except as otherwise approved byCity Engineer, Contractor shall conform torequirements of Paragraph 14.1.3.14.2.3 After receipt of the Notice ofTermination, Contractor shall submit to the City itstermination Claim, in forms required by CityEngineer. The Claim will be submitted to the Citypromptly, but no later than six months from theeffective date of termination, unless one or moreextensions are granted by City Engineer in writing. IfContractor fails to submit its termination Claim withinthe time allowed, in accordance with Paragraph14.2.4, City Engineer will determine, on the basis ofavailable information, the amount, if any, due toContractor because of termination, and CityEngineer's determination is final and binding on theParties. The City will then pay to Contractor theamount so determined.14.2.4 City Engineer will determine, on thebasis of information available to City Engineer, theamount due, if any, to Contractor for the terminationas follows:.1 Contract Price for all work performed inaccordance with the Contract up to thedate of termination determined in themanner prescribed for monthlypayments in Article 9, except noretainage is withheld by the City eitherfor payment determined by percentageof completion or for materials andequipment delivered to the site, instorage or in transit..2 Reasonable termination expenses,including costs for settling and payingSubcontractor and Supplier claimsarising out of termination of the Work,reasonable cost of preservation andprotection of the City's property aftertermination, if required, and the cost ofClaim preparation. Terminationexpenses do not include field or centraloffice overhead, salaries of employeesof Contractor, or litigation costs,including attorneys' fees.No amount is allowed for anticipated profit or centraloffice overhead on uncompleted work, or any cost orlost profit for other business of Contractor alleged tobe damaged by the termination.14.2.5 Contractor shall promptly remove fromthe site any construction equipment, tools, andtemporary facilities, except the temporary facilitieswhich City Engineer may wish to purchase andretain.14.2.6 Contractor shall cooperate with CityEngineer during the transition period.14.2.7 The City will take possession of theWork and materials delivered to the site, in storage,or in transit, as of date or dates specified in theNotice of Termination, and is responsible formaintenance, utilities, security, and insurance, asstated in Notice of Termination.14.3 SUSPENSION BY THE CITY FORCONVENIENCE14.3.1 City Engineer may, without cause, aftergiving Contractor and Surety 24-hour prior writtennotice, order Contractor to suspend, delay, orinterrupt the Work in whole or in part for a period oftime as City Engineer may determine.14.3.2 An adjustment will be made in ContractTime equivalent to the time of suspension.14.3.3 Adjustment will be made to ContractPrice for increases in the cost of performance of theWork, including profit on increased cost ofperformance caused by suspension, delay, orinterruption of the Work in accordance withParagraph 7.3. No adjustment will be made to theextent that:.1 performance was, or would have been,suspended, delayed, or interrupted byanother cause for which Contractor isresponsible; or.2 adjustment is made or denied underanother provision of the Contract.14.4 TERMINATION BY CONTRACTOR14.4.1 Contractor may terminate the Contract


Page 00700/38 of38CITY OF HOUSTON - CONDITIONS OF THE CONTRACT1 August 2013 DOCUMENT 00700 - GENERAL CONDITIONSif the Work is stopped for a period of 30 daysthrough no act or fault of Contractor, directly relatedto one of these events:.1 issuance of an order of a court or otherpublic authority having jurisdiction;.2 act of government, such as adeclaration of national emergencywhich makes material unavailable; or.3 if repeated suspensions, delays, orinterruptions by the City as described inParagraph 14.3 constitute, in theaggregate, more than 100 percent ofthe total number of days scheduled forcompletion, or 120 days in any 365-dayperiod, whichever is less;No termination will be effective for the above reasonsif Contractor delivers written notice to City Engineerdescribing the reason for termination, giving theproposed termination date, and granting the City areasonable opportunity to respond and cure any Citydefault before termination is effective.14.4.2 If the Contract is terminated pursuant tothis Paragraph 14.4, Contractor shall comply with therequirements of Paragraphs 14.2.2 through 14.2.7.END OF DOCUMENT


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUPPLEMENTARY CONDITIONSDocument 00800SUPPLEMENTARY CONDITIONSThe following Paragraphs amend and supplement the August 1, 2013 edition of GeneralConditions. Unaltered portions of General Conditions remain in effect.ARTICLE 1 - GENERAL PROVISIONS:1.1 DEFINITIONS: Insert the following Paragraph 1.1.23, and reorder theremaining definitions accordingly.1.1.23 Good Faith Efforts. Steps taken to achieve an MBE, WBE, SBE, or PDBE goal orother requirements which, by their scope, intensity, and usefulness, demonstrate the bidder’sresponsiveness to fulfill the business opportunity objective, as well as the Contractor’sresponsibility to put forth measures to meet or exceed the MBE, WBE, SBE, or PDBE goal(Contract Goal). These steps apply from before a contract’s award, through its duration, andafter its conclusion, in the event the Contractor has been unsuccessful in meeting the ContractGoal. These efforts are required whether a Goal Oriented Contract or a Regulated Contract, asdefined in the Office of Business Opportunity’s Policy & Procedures <strong>Manual</strong>, available athttp://www.houstontx.gov/obo.ARTICLE 3 - THE CONTRACTOR3.5 LABOR: Insert the following Paragraphs, 3.5.3.1.1, 3.5.3.1.2 and3.5.3.1.3.3.5.3.1.1 If the Original Contract Price is greater than One Million Dollars, Contractor shallmake Good Faith Efforts to comply with the City ordinances regarding Minority BusinessEnterprises (MBE), Women Business Enterprises (WBE), Persons with Disabilities BusinessEnterprises (PDBE) and Small Business Enterprise (SBE) participation goals which are asfollows:.1 the MBE goal is 11% percent,.2 the WBE goal is 7% percent, and.3 the PDBE goal is 0% percent.00800-108-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUPPLEMENTARY CONDITIONS.4 The bidder may substitute SBE participation of no more than four percent of theMBE goal, the WBE goal, or portions of the MBE Goal and WBE Goal.3.5.3.1.2 The MBE, WBE, PDBE, and SBE goals are specific to this Agreement. TheContractor shall make reasonable efforts to achieve these goals.3.5.3.1.3 Failure by Contractor to comply with the goals for MBE, WBE, SBE, or PDBE is amaterial breach of the Agreement, which may result in termination of the Agreement, or suchother remedy permitted as the City deems appropriate.ARTICLE 8 - TIME8.1 PROGRESS AND COMPLETION: Add the following Paragraph 8.1.6.1.8.1.6.1 Contractor shall credit the City by Change Order for inspection services forovertime work or work performed on Sundays or Legal Holidays. The amount Contractorcredits the City will be [$50.00 per hour] per inspector for inspection services.ARTICLE 9 - PAYMENTS AND COMPLETION9.12 LIQUIDATED DAMAGES: Insert the following Paragraph 9.12.1.1.9.12.1.1 The amount of liquidated damages payable by Contractor or Surety foreach and every day of delay beyond Contract Time, are $800.00 per day.ARTICLE 11 - INSURANCE AND BONDS11.2 INSURANCE TO BE PROVIDED BY CONTRACTOR: Insert the followingParagraph 11.2.1.2.11.2.1.2 Contractor shall purchase for the duration of the Contract the insurance set out inTable 2 in addition to the minimum insurance coverage set out in section 11.2.1.TABLE 2ADDITIONAL REQUIRED COVERAGEDEFENSE COSTS EXCLUDED FROM FACE AMOUNT OF POLICY.(Coverage)Property and Casualty Coverage:"All Causes of Loss" Builder's Risk Form fordirecting physical change to building or plantconstruction on the Work site and/or all landimprovements including all work. (Including but notlimited to earthquake, flood, boiler, and machineryincluding testing, damage to existing or adjoining00800-208-01-2013(Limit of Liability)________100% of Contract Price,including change orders


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUPPLEMENTARY CONDITIONSproperty, time element coverage, collapse, soft costs(management, architecture, financial costs, preopeningcosts, etc.), transit coverage, off-sitestorage).END OF DOCUMENT00800-308-01-2013


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTSDocument 00805EQUAL EMPLOYMENT OPPORTUNITY PROGRAM REQUIREMENTS(City of Houston Information Requirementsfor the Successful Bidder on All Construction Contracts)DOCUMENTS THAT MUST BE SIGNED AND RETURNED TO THE CITY OFHOUSTON PRIOR TO FINAL EXECUTION OF CONTRACTCertification by Bidder Regarding Equal Employment Opportunity .................... EEO-3Total Work Force Composition of the Company, ................................................ EEO-6or in lieu thereof, a copy of the latest Equal Employment OpportunityCommission’s EEO-1 form (This information is required only if the Contractorhas a work force of 50 or more people and the Contract is $50,000 or more.)Company's Equal Employment Opportunity Compliance Program .................... EEO-7INFORMATION THAT MUST BE SUPPLIED DURING THE COURSE OF THE WORKCertification By Proposed Subcontractor RegardingEqual Employment Opportunity ............................................................. EEO-26Certification by Proposed Material Suppliers, Lessors,andProfessional Service Providers Regarding Equal Employment Opportunity ..... EEO-29PLEASE COMPLETE PAGES EEO-3 THROUGH EEO-7 AND MAIL TO:City of HoustonMayor’s Office of Business OpportunityContract Compliance Section611 Walker, 7th FloorHouston, Texas 77002Attention: DirectorThe remainder of the reports can be mailed at the appropriate time.00805-1 EEO-1Page 1 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTSEQUAL EMPLOYMENT OPPORTUNITY PROGRAM REQUIREMENTSThe following are Equal Employment Opportunity requirements to be met anddocuments to be submitted to:Mayor’s Office of Business OpportunityContract Compliance Section611 Walker, 7th FloorHouston, Texas 77002Under the conditions and terms of all City construction contracts, the prime contractor isresponsible for all Equal Employment Opportunity compliance, including subcontractorcompliance.EQUAL EMPLOYMENT OPPORTUNITY FORMS (EEO Forms)These forms are submitted by the prime contractors at the beginning of the <strong>Project</strong> andas requested:• EEO Forms 3, 6, and 7, by prime contractorsThis form is submitted by all subcontractors before they begin work on the project:• EEO Form 26 by subcontractorsThis form is submitted by all suppliers, lessors, or professional services providers beforethey begin work on the project:• EEO Form 29POSTINGThe following poster should be clearly displayed on each job site, or in case of annualservice agreements, in the Contractor's office:Equal Employment Opportunity is the Law PosterJOB SITE VISITSSite visits will be made by a Contract Compliance Officer, who will make their presenceknown to the <strong>Project</strong> Manager, Supervisor, or Foreman, and will conduct interviews withemployees on site.PAYMENT AND EVALUATIONUpon completion of the <strong>Project</strong>, as part of the contract-awarding department's totalclearance process, the Office of Business Opportunity’s Contract Compliance Sectionmust certify to the department that all EEO compliance requirements have been met.00805-2 EEO-2Page 2 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSCERTIFICATION BY BIDDER REGARDINGEQUAL EMPLOYMENT OPPORTUNITYGENERALIn accordance with Executive Order 11246 (30 F.R. 12319-25), the implementing rules andregulations thereof, and orders of the Secretary of Labor, a certification regarding EqualOpportunity is required of bidders or prospective contractors and their proposed subcontractorsprior to the award of contracts or subcontracts.CERTIFICATION OF BIDDERBidder's Name:Address:Telephone Number: Fax :Name of the Company’s EEO Officer:E-mail Address:_____Web Page/URL Address:IRS Employer Identification Number:Work to be performed:<strong>Project</strong> No:1. Participation in a previous contract or subcontract.a. Bidder has participated in a previous contract or subcontract subject to the EqualOpportunity Clause. YES NOb. Compliance reports were required to be filed in connection with such contract orsubcontract. YES NOc. Bidder has filed all compliance reports required by ExecutiveOrders 10925, 11114, 11246, or by regulations of the EqualEmployment Opportunity Commission issued pursuant toTitle VII of the Civil Rights Act of 1964. YES NOd. If answer of Item c. is "No", please explain in detail on reverse side of thiscertification.00805-3 EEO-3Page 3 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENT2. Dollar amount of bid:$EQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTS3. Anticipated performance period in days:4. Expected total number of employees to perform the proposed construction:5. Nonsegregated facilities.a. Notice to prospective federally-assisted construction contractors(1) A Certification of Nonsegregated Facilities, as required by the May 9,1967, Order (32 F.R. 7439, May 19, 1967) on Elimination of SegregatedFacilities, by the Secretary of Labor, must be submitted to the recipientprior to the award of a federally-assisted construction contract exceeding$10,000 which is not exempt from the provisions of the Equal OpportunityClause.(2) Contractors receiving federally-assisted construction contract awardsexceeding $10,000 which are not exempt from the provisions of the EqualOpportunity Clause will be required to provide the forwarding of thefollowing notice to prospective subcontractors for supplies andconstruction contracts where the subcontracts exceed $10,000 and arenot exempt from the provisions of the Equal Opportunity Clause.The federally-assisted construction Contractor certifies that he/she doesnot maintain or provide any segregated facilities at any of his/herestablishments, and does not permit employees to perform their servicesat any location, under his/her control, where segregated facilities aremaintained. The federally-assisted construction Contractor certifiesfurther that he/she will not maintain or provide segregated facilities at anyof his/her establishments, and will not permit employees to perform theirservices at any location, under his/her control, where segregated facilitiesare maintained. The federally-assisted construction Contractor agreesthat a breach of this certification is a violation of the Equal OpportunityClause in this Contract. As used in this certification, the term "segregatedfacilities" means any waiting rooms, work areas, restrooms andwashrooms, restaurants and other eating areas, time clocks, lockerrooms and other storage or dressing areas, parking lots, drinkingfountains, recreation or entertainment areas, transportation, and housingfacilities provided for employees which are segregated by explicitdirective or are in fact segregated on the basis of race, creed, color, ornational origin because of habit, local custom, or otherwise. Thefederally-assisted construction Contractor agrees that (except wherehe/she has obtained identical certifications from proposed Subcontractorsfor specific time periods) he/she will obtain identical certifications induplicate from proposed Subcontractors prior to the award ofsubcontracts exceeding $10,000 which are not exempt from theprovisions of the Equal Opportunity Clause, and that he/she will retain theduplicate of such certifications in his/her files. The Subcontractor willinclude the original in his/her bid package.00805-4 EEO-4Page 4 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTS6. Race or ethnic group designation of bidder. Enter race or ethnic group in appropriatebox:White Black HispanicPacific Islander, AsianAmerican Indian, Aleut.7. Gender of Owner £ Male £ FemaleREMARKS:_______________________________________________________Certification - The information above is true and complete to the best of my knowledge andbelief.________________________________________________________________Company Officer (Please Type)________________________________________________SignatureDate____________NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.00805-5 EEO-5Page 5 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTS00805‐6 EEO‐6Page 6 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTSEQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE PROGRAMFORName of CompanyThe Company's Office of Business Opportunity Program shall consist of documentedgood faith efforts to comply with the goals, timetables, and objectives set forth in the followingAffirmative Action steps:A. City of Houston's Specific Equal Employment Opportunity Policy and Clause ascontained in City Council Ordinance No. 78-1538, passed August 9, 1978.B. Notice of Requirement for Office of Business Opportunity to ensure EqualEmployment Opportunity (Executive Order 11246).C. Standard Federal Equal Employment Opportunity Construction ContractSpecifications (Executive Order 11246).<strong>Project</strong>: _____________________________________________________________________________________________________________________________Company Officer (Please Type)________________________________________________Signature________DateNOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.00805-7 EEO-7Page 7 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSSPECIAL PROVISIONSSPECIFIC EQUAL EMPLOYMENT OPPORTUNITY POLICY1. GENERALa. Equal employment opportunity requirements not to discriminate and totake affirmative action to assure equal employment opportunity arerequired by Executive Order 11246, as amended. The requirements setforth in these Special Provisions shall constitute the specific affirmativeaction requirements for <strong>Project</strong> activities under this Contract and shallsupplement the notice of requirement for affirmative action to ensure equalemployment opportunity and standard federal equal employmentopportunity construction contract specifications.b. The Contractor shall work with the City and the Federal Government incarrying out equal employment opportunity obligations and in their reviewof his/her activities under the Contract.c. The prime Contractor and all Subcontractors holding subcontracts of$10,000 or more shall comply with the following minimum specificrequirement activities of equal employment opportunity. The Contractorshall include these requirements in every subcontract of $10,000 or morewith such modification of language as is necessary to make them bindingon the Subcontractor.2. EQUAL EMPLOYMENT OPPORTUNITY POLICYThe Contractor shall accept as his/her operating policy the following statementwhich is designed to further the provision of equal employment opportunity to allpersons without regard to their race, age, color, religion, sex, or national origin,and to promote the full realization of equal employment opportunity through apositive continuing program:It is the policy of this Company to assure that applicants are employed,and that employees are treated during employment, without regard to theirrace, religion, color, sex, or national origin. Such action shall include:employment, upgrading, demotion, or transfer; recruitment or recruitmentadvertising; layoff or termination; rates of pay or other forms ofcompensation; and selection for training, including apprenticeship.3. EQUAL EMPLOYMENT OPPORTUNITY OFFICERThe Contractor shall designate and make known to the City contracting officersan equal employment opportunity officer (hereinafter referred to as the EEOOfficer) who must be capable of effectively administering and promoting anactive Contractor program of equal employment opportunity and who must beassigned adequate authority and responsibilities to do so.4. DISSEMINATION OF POLICY00805-8 EEO-8Page 8 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSa. All members of the Contractor's staff who are authorized to hire,supervise, promote, and discharge employees, or who recommend suchaction, or who are substantially involved in such action, will be made fullycognizant of, and will implement the Contractor's equal employmentopportunity policy and contractual responsibilities to provide equalemployment opportunity in each grade and classification of employment.To ensure that the above agreement will be met, the following actionsshall be taken as a minimum:(1) Periodic meetings of supervisory and personnel office employeesshall be conducted before the start of work and then not less oftenthan once every six months, at which time the Contractor's equalemployment opportunity policy and its implementation will bereviewed and explained. The meetings shall be conducted by theEEO Officer or other knowledgeable company official.(2) All new supervisory or personnel office employees will be given athorough indoctrination by the EEO Officer, or other knowledgeablecompany official, covering all major aspects of the Contractor'sequal employment opportunity obligations, within 30 days followingtheir reporting for duty with the Contractor.(3) The EEO Officer or appropriate company official shall instruct allemployees engaged in the direct recruitment of employees for the<strong>Project</strong> relative to the methods followed by the Contractor inlocating and hiring minorities and females.b. In order to make the Contractor's equal employment opportunity policyknown to all employees, prospective employees, and potential sources ofemployees, i.e., schools, employment agencies, labor unions (whereappropriate), college placement officers, etc., the Contractor shall take thefollowing actions:5. RECRUITMENT(1) Notices and posters setting forth the Contractor's equalemployment opportunity policy shall be placed in areas readilyaccessible to employees, applicants for employment, and potentialemployees.(2) The Contractor's equal employment opportunity policy and theprocedures to implement such policy shall be brought to theattention of employees by means of meetings, employeehandbooks, or other appropriate means.a. When advertising for employees, the Contractor shall include in alladvertisements for employees the notation "An Equal OpportunityEmployer". All such advertisements will be published in newspapers, or00805-9 EEO-9Page 9 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSother publications, having a large circulation among minority groups in thearea from which the <strong>Project</strong> work force would normally be derived.b. The Contractor shall, unless precluded by a valid bargaining agreement,conduct systematic and direct recruitment through public and privateemployee-referral sources likely to yield qualified minority-groupapplicants, including, but not limited to, State employment agencies,schools, colleges, minority-group organizations, and female recruitmentagencies. To meet this requirement, the Contractor shall, through his/herEEO Officer, identify sources of potential minority and female employees,and establish with such identified sources procedures whereby such groupapplicants may be referred to the Contractor for employmentconsideration.In the event the Contractor has a valid bargaining agreement providing forexclusive hiring hall referrals, he/she is expected to observe the provisionsof that agreement to the extent that the system permits the Contractor'scompliance with equal employment opportunity Contract provisions. (TheU. S. Department of Labor has held that where implementation of suchagreements has the effect of discriminating against minorities or women,or obligates the Contractor to do the same, such implementation violatesExecutive Order 11246 as amended).c. The Contractor shall encourage his/her present employees to refer femaleor minority-group applicants for employment by posting appropriatenotices or bulletins in areas accessible to all such employees. In addition,information and procedures with regard to referring such applicants will bediscussed with employees.6. PERSONNEL ACTIONSa. Wage, working conditions, and employee benefits shall be establishedand administered, and personnel actions of every type, including hiring,upgrading, promotion, transfer, demotion, layoff and termination, shall betaken without regard to race, color, religion, sex, national origin, or age.The following procedures shall be followed:(1) The Contractor shall conduct periodic inspections of <strong>Project</strong> sites toensure that working conditions and employee facilities do notindicate discriminatory treatment of <strong>Project</strong>-site personnel.(2) The Contractor shall periodically evaluate the spread of wages paidwithin each classification to determine any evidence ofdiscriminatory wage practices.(3) The Contractor shall periodically review selected personnel actionsin depth to determine whether there is evidence of discrimination.Where evidence is found, the Contractor shall promptly takecorrective action. If the review indicates that the discrimination mayextend beyond the actions reviewed, such corrective action shallinclude all affected persons.00805-10 EEO-10Page 10 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTS(4) The Contractor shall promptly investigate all complaints of allegeddiscrimination made in connection with his/her obligations underthis Contract, shall attempt to resolve such complaints, and shalltake appropriate corrective action. If the investigation indicates thatthe discrimination may affect persons other than the complainant,such corrective action shall include such other persons. Uponcompletion of each investigation, the Contractor shall inform everycomplainant of all avenues of appeal.7. TRAINING AND PROMOTIONa. The Contractor shall assist in locating, qualifying, and increasing the skillsof minority-group and women employees and applicants for employment.b. Consistent with the Contractor's work force requirements and aspermissible under Federal and State regulations, the Contractor shallmake full use of training programs, i.e., apprenticeship and on-the-jobtraining programs, for the geographical area of Contract performance.c. The Contractor shall advise employees and applicants for employment ofavailable training programs and entrance requirements for each.d. The Contractor shall periodically review the training and promotionpotential of minority-group and women employees and shall encourageeligible employees to apply for such training and promotion.8. UNIONSIf the Contractor relies in whole or in part upon unions as a source of employees,he/she shall use his/her best efforts to obtain the cooperation of such unions toincrease minority groups and women within the unions, and to effect referrals bysuch unions of minority and female employees. Actions by the Contractor, eitherdirectly or through a contractor's association acting as his/her agent, will includethe procedures set forth below:a. The Contractor shall use best efforts to develop, in cooperation with theunions, joint training programs aimed toward qualifying more minoritygroupmembers and women for membership in the unions and increasingthe skills of minority-group employees and women so that they may qualifyfor higher-paying employment.b. The Contractor shall use best efforts to incorporate an equal employmentopportunity clause into all union agreements to the end that such unionswill be contractually bound to refer applicants without regard to their race,color, religion, sex, national origin, or age.00805-11 EEO-11Page 11 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSc. The Contractor is to obtain information as to the referral practices andpolicies of the labor union, except that to the extent such information iswithin the exclusive possession of the labor union, and such labor unionrefuses to furnish such information to the Contractor, the Contractor shallso certify to the City and shall set forth what efforts have been made toobtain such information.d. In the event the union is unable to provide the Contractor with areasonable flow of minority and women referrals within the time limit setforth in the collective bargaining agreement, the Contractor shall, throughindependent recruitment efforts, fill the employment vacancies withoutregard to race, color, religion, age, sex, or national origin, making fullefforts to obtain qualified and/or qualifiable minority group persons andwomen. (The U. S. Department of Labor has held that it shall be noexcuse that the union with which the Contractor has a collectivebargaining agreement providing for exclusive referral failed to referminority employees.) In the event the union referral practice prevents theContractor from meeting the obligations pursuant to Executive Order11246, as amended, and these special provisions, such Contractor shallimmediately notify the City.9. SUBCONTRACTINGa. The Contractor shall use his/her best efforts to solicit bids from and toutilize minority-group and female subcontractors or subcontractors withmeaningful minority-group and/or female representation among theiremployees.b. The Contractor shall use his/her best efforts to assure Subcontractors'compliance with their equal employment opportunity obligations.10. RECORDS AND REPORTSa. The Contractor shall keep such records as are necessary to determinecompliance with the Contractor's equal employment opportunityobligations. The records kept by the Contractor will be designed toindicate:(1) The number of minority and non-minority group members andwomen employed in each work classification on the <strong>Project</strong>.(2) The progress and efforts being made in cooperation with unions toincrease employment opportunities for minorities and women(applicable only to contractors who rely in whole or in part onunions as a source of their work force).(3) The progress and efforts being made in locating, hiring, training,qualifying, and upgrading minority and female employees.00805-12 EEO-12Page 12 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTS(4) The progress and efforts being made in securing the services offemale and minority subcontractors.b. All records, including payrolls, must be retained for a period of three yearsfollowing completion of the Contract work and shall be available atreasonable times and places for inspection by authorized representativesof the City and/or the appropriate federal agency.00805-13 EEO-13Page 13 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTSCITY OF HOUSTON, TEXASEQUAL EMPLOYMENT OPPORTUNITY CLAUSEPursuant to City Council Ordinance No. 78-1538, passed August 9, 1978, all contractsentered into by the City of Houston involving the expenditure of $10,000 or more, shallincorporate the following Equal Employment Opportunity Clause:1. The Contractor, Subcontractor, vendor, Supplier, or lessee shall notdiscriminate against any employee or applicant for employment becauseof race, religion, color, sex, national origin, or age. The Contractor,Subcontractor, vendor, Supplier, or lessee shall take affirmative action toensure that applicants are employed and that employees are treatedduring employment without regard to their race, religion, color, sex,national origin, or age. Such action will include, but not be limited to, thefollowing: employment; upgrading; demotion or transfer; recruitmentadvertising; layoff or termination; rates of pay or other forms ofcompensation; and selection for training, including apprenticeship. TheContractor, Subcontractor, vendor, Supplier, or lessee agrees to post inconspicuous places available to employees, and applicants foremployment, notices to be provided by the City setting forth the provisionsof this Equal Employment Opportunity Clause.2. The Contractor, Subcontractor, vendor, Supplier, or lessee states that allqualified applicants will receive consideration for employment withoutregard to race, religion, color, sex, national origin, or age.3. The Contractor, Subcontractor, vendor, Supplier, or lessee shall send toeach labor union or representatives of workers with which it has acollective bargaining agreement or other contract or understanding, anotice to be provided by the agency contracting officer advising the saidlabor union or workers' representative of the Contractor's andSubcontractor's commitments under Section 202 of Executive Order No.11246, and shall post copies of the notice in conspicuous places availableto employees and applicants for employment.4. The Contractor, Subcontractor, vendor, Supplier, or lessee will complywith all provisions of Executive Order No. 11246 and the rules,regulations, and relevant orders of the Secretary of Labor or other FederalAgency responsible for enforcement of the equal opportunity andaffirmative action provisions applicable, and shall likewise furnish allinformation and reports required by the Mayor and/or ContractorCompliance Officers for purposes of investigation to ascertain and effectcompliance with this program.00805-14 EEO-14Page 14 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTS5. The Contractor, Subcontractor, vendor, Supplier, or lessee shall furnish allinformation and reports required by Executive Order No. 11246, and bythe rules, regulations, and orders of the Secretary of Labor, or pursuantthereto, and shall permit access to all books, records, and accounts by theappropriate City and Federal officials for purposes of investigation toascertain compliance with such rules, regulations, and orders.Compliance reports filed at such times as directed shall containinformation as to the employment practice policies, program, and workforce statistics of the Contractor, Subcontractor, vendor, Supplier, orlessee.6. In the event of a Contractor's, Subcontractor's, vendor's, Supplier's, orlessee's non-compliance with the non-discrimination clause of thisContract or with any of such rules, regulations, or orders, this Contractmay be canceled, terminated, or suspended in whole or in part, and theContractor, Subcontractor, vendor, Supplier, or lessee may be declaredineligible for further City contracts in accordance with procedures providedin Executive Order No. 11246, and such other sanctions may be imposedand remedies invoked as provided in said Executive Order, or by rule,regulation, or order of the Secretary of Labor, or as may otherwise beprovided by law.7. The Contractor shall include the provisions of paragraphs 1 through 8 ofthis Equal Employment Opportunity Clause in every subcontract orpurchase order unless exempted by rules, regulations, or orders of theSecretary of Labor issued pursuant to Section 204 of Executive Order No.11246 of September 24, 1965 so that such provisions will be binding uponeach Subcontractor or vendor. The Contractor shall take such action withrespect to any subcontractor or purchase order as the contracting agencymay direct as a means of enforcing such provisions, including sanctionsfor noncompliance; provided, however, that in the event the Contractorbecomes involved in, or is threatened with litigation with a Subcontractoror vendor as a result of such direction by the contracting agency, theContractor may request the United States to enter into such litigation toprotect the interests of the United States.8. The Contractor shall file and shall cause each of his Subcontractors, ifany, to file compliance reports with the City in the form and to the extentas may be prescribed by the Mayor’s Office of Business Opportunity.Compliance reports filed at such times as directed shall containinformation as to the practices, policies, programs, employment policies,and employment statistics of the Contractor and each Subcontractor.00805-15 EEO-15Page 15 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSNOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTIONTO ENSURE EQUAL EMPLOYMENT OPPORTUNITY(EXECUTIVE ORDER 11246)1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" andthe "Standard Federal Equal Employment Opportunity Construction ContractSpecifications" set forth herein.2. The goals and timetables for minority and female participation, expressed inpercentage terms for the Contractor's aggregate work force in each trade on allconstruction work in the covered area, are as follows:Timetable Goals for Minority Goals for FemaleParticipation forParticipation forEach TradeEach Trade26.2% - 27.3% 6.9%These goals are applicable to all the Contractor's construction work (whether ornot it is Federal or Federally-assisted) performed in the covered area.The Contractor's compliance with the Executive Order and the regulations in 41CFR Part 60-4 shall be based on its implementation of the Equal OpportunityClause, specific affirmative action obligations required by the specifications setforth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for thegeographical area where the Contract resulting from this solicitation is to beperformed. The hours of minority and female employment and training must besubstantially uniform throughout the length of the Contract, and in each trade,and the Contractor shall make a good faith effort to employ minorities andwomen evenly on each of its projects. The transfer of minority or femaleemployees or trainees from Contractor to Contractor or from project to project forthe sole purpose of meeting the Contractor's goals shall be a violation of theContract, the Executive Order, and regulations in 41 CFR part 60-4. Compliancewith the goals will be measured against the total work hours performed.3. The Contractor shall provide written notification to the Director of the Office ofFederal Contract Compliance Programs within 10 working days of award of anyconstruction subcontract in excess of $10,000 at any tier for construction workunder the Contract resulting from this solicitation. The notification shall list thename, address, and telephone number of the Subcontractor; employeridentification number; estimated dollar amount of the subcontract; estimatedstarting and completion dates of the subcontract; and the geographical area inwhich the Contract is to be performed.4. As used in this Notice, and in the Contract resulting from this solicitation, the"covered area" is The Houston, Texas Standard Metropolitan Statistical Area.00805-16 EEO-16Page 16 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTSSTANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITYCONSTRUCTION CONTRACT SPECIFICATIONS(EXECUTIVE ORDER 11246)1. As used in these specifications:a. "Covered area" means the geographical area described in the solicitationfrom which this Contract resulted;b. "Director" means Director, Office of Federal Contract CompliancePrograms, United States Department of Labor, or any person to whom theDirector delegates authority;c. "Employer identification number" means the Federal Social Securitynumber used on the Employer's Quarterly Federal Tax Return, U. S.Treasury Department Form 941.d. "Minority" includes:(i)(ii)(iii)(iv)Black (all persons having origins in any of the Black African racialgroups not of Hispanic origin);Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central orSouth American, or other Spanish culture or origin regardless ofrace);Asian and Pacific Islander (all persons having origins in any of theoriginal peoples of the Far East, Southeast Asia, the IndianSubcontinent, or the Pacific Islands); andAmerican Indian or Alaskan Native (all persons having origins inany of the original peoples of North America and maintainingidentifiable tribal affiliations through membership and participationor community identification).2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts aportion of the work involving any construction trade, it shall physically include ineach subcontract in excess of $10,000 the provisions of these specifications andthe Notice which contains the applicable goals for minority and femaleparticipation and which is set forth in the solicitations from which this Contractresulted.3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Planapproved by the U. S. Department of Labor in the covered area either individuallyor through an association, its affirmative action obligations on all work in the Planarea (including goals and timetables) shall be in accordance with that Plan for00805-17 EEO-17Page 17 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSthose trades which have unions participating in the Plan. Contractors must beable to demonstrate their participation in and compliance with the provisions ofany such Hometown Plan. Each Contractor or Subcontractor participating in anapproved Plan is individually required to comply with its obligations under theEEO clause, and to make a good faith effort to achieve each goal under the Planin each trade in which it has employees. The overall good faith performance byother Contractors or Subcontractors toward a goal in an approved Plan does notexcuse any covered Contractor's or Subcontractor's failure to take good efforts toachieve the Plan goals and timetables.4. The Contractor shall implement the specific affirmative action standards providedin Paragraphs 7a through p of these specifications. The goals set forth in thesolicitation from which this Contract resulted are expressed as percentages ofthe total hours of employment and training of minority and female utilization theContractor should reasonably be able to achieve in each construction trade inwhich it has employees in the covered area. The Contractor is expected to makesubstantially uniform progress toward its goals in each craft during the periodspecified.5. Neither the provisions of any collective bargaining agreement, nor the failure by aunion with whom the Contractor has a collective bargaining agreement to refereither minorities or women, shall excuse the Contractor's obligations under thesespecifications, Executive Order 11246, or the regulations promulgated pursuantthereto.6. In order for the non-working training hours of apprentices and trainees to becounted in meeting the goals, such apprentices and trainees must be employedby the Contractor during the training period, and the Contractor must have madea commitment to employ the apprentices and trainees at the completion of theirtraining, subject to the availability of employment opportunities. Trainees mustbe trained pursuant to training programs approved by the U. S. Department ofLabor.7. The Contractor shall take specific affirmative actions to ensure equalemployment opportunity. The evaluation of the Contractor's compliance withthese specifications shall be based upon its effort to achieve maximum resultsfrom its actions. The Contractor shall document these efforts fully, and shallimplement affirmative action steps at least as extensive as the following:a. Ensure and maintain a working environment free of harassment,intimidation, and coercion at all sites, and in all facilities at whichContractor's employees are assigned to work. The Contractor, wherepossible, shall assign two or more women to each construction project.The Contractor shall specifically ensure that all foremen, superintendents,and other on-site supervisory personnel are aware of and carry out theContractor's obligation to maintain such a working environment, withspecific attention to minority or female individuals working at such sites orin such facilities.00805-18 EEO-18Page 18 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTSb. Establish and maintain a current list of minority and female recruitmentsources; provide written notification to minority and female recruitmentsources and to community organizations when the Contractor or its unionshave employment opportunities available, and maintain a record of theorganizations' responses.c. Maintain a current file of the names, addresses, and telephone numbers ofeach minority and female off-the-street applicant and minority or femalereferral from a union, a recruitment source, or community organization andof what action was taken with respect to each such individual. If suchindividual was sent to the union hiring hall for referral and was not referredback to the Contractor by the union or, if referred, not employed by theContractor, this shall be documented in the file with the reason therefor,along with whatever additional actions the Contractor may have taken.d. Provide immediate written notification to the Director when the union orunions with which the Contractor has a collective bargaining agreementhas not referred to the Contractor a minority person or woman sent by theContractor, or when the Contractor has other information that the unionreferral process has impeded the Contractor's efforts to meet itsobligations.e. Develop on-the-job training opportunities and/or participate in trainingprograms for the area which expressly include minorities and women,including upgrading programs and apprenticeship and trainee programsrelevant to the Contractor's employment needs, especially those programsfunded or approved by the Department of Labor. The Contractor shallprovide notice of these programs to the sources compiled under 7b above.f. Disseminate the Contractor's EEO policy by providing notice of the policyto unions and training programs and requesting their cooperation inassisting the Contractor in meeting its EEO obligations by including it inany policy manual and collective bargaining agreement; by publicizing it inthe company newspaper, annual report, etc.; by specific review of thepolicy with all management personnel and with all minority and femaleemployees at least once a year; and by posting the company EEO policyon bulletin boards accessible to all employees at each location whereconstruction work is performed.g. Review, at least annually, the company's EEO policy and affirmativeaction obligations under these specifications with all employees havingany responsibility for hiring, assignment, layoff, termination, or otheremployment decisions, including specific review of these items with onsitesupervisory personnel such as superintendents, general foremen,etc., prior to the initiation of construction work at any job site. A writtenrecord shall be made and maintained identifying the time and place of00805-19 EEO-19Page 19 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSthese meetings, persons attending, subject matter discussed, anddisposition of the subject matter.h. Disseminate the Contractor's EEO policy externally by including it in anyadvertising in the news media, specifically including minority and femalenews media, and providing written notification to and discussing theContractor's EEO policy with other contractors and subcontractors withwhom the Contractor does or anticipates doing business.i. Direct its recruitment efforts, both oral and written, to minority, female andcommunity organizations, to schools with minority and female students,and to minority and female recruitment and training organizations servingthe Contractor's recruitment area and employment needs. Not later thanone month prior to the date for the acceptance of applications forapprenticeship or other training by any recruitment source, the Contractorshall send written notification to organizations such as the above,describing the openings, screening procedures, and tests to be used inthe selection process.j. Encourage present minority and female employees to recruit otherminority persons and women and, where reasonable, provide after school,summer, and vacation employment to minority and female youth both onthe site and in other areas of a Contractor's work force.k. Validate all tests and other selection requirements where there is anobligation to do so under 41 CFR Part 60-3.l. Conduct, at least annually, an inventory and evaluation at least of allminority and female personnel for promotional opportunities andencourage these employees to seek or to prepare, through appropriatetraining, etc., for such opportunities.m. Ensure that seniority practices, job classifications, work assignments, andother personnel practices do not have a discriminatory effect bycontinually monitoring all personnel and employment-related activities toensure that the EEO policy and the Contractor's obligations under thesespecifications are being carried out.n. Ensure that all facilities and company activities are nonsegregated exceptthat separate or single-user toilet and necessary changing facilities shallbe provided to assure privacy between the sexes.o. Document and maintain a record of all solicitations of offers forsubcontracts from minority and female construction contractors andsuppliers, including circulation of solicitations to minority and femalecontractor associations and other business associations.00805-20 EEO-20Page 20 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSp. Conduct a review, at least annually, of all supervisors' adherence to andperformance under the Contractor's EEO policies and affirmative actionobligations.8. Contractors are encouraged to participate in voluntary associations which assistin fulfilling one or more of their affirmative action obligations (7a through p). Theefforts of a contractor association, joint contractor union, contractor-community,or other similar group of which the Contractor is a member and participant, maybe asserted as fulfilling any one or more of its obligations under 7a through p ofthese Specifications provided that the Contractor actively participates in thegroup, makes every effort to assure that the group has a positive impact on theemployment of minorities and women in the industry, ensures that the concretebenefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals andtimetables, and can provide access to documentation which demonstrates theeffectiveness of actions taken on behalf of the Contractor. The obligation tocomply, however, is the Contractor's and failure of such a group to fulfill anobligation shall not be a defense for the Contractor's noncompliance.9. A single goal for minorities and a separate single goal for women have beenestablished. The Contractor, however, is required to provide equal employmentopportunity and to take affirmative action for all minority groups, both male andfemale, and all women, both minority and non-minority. Consequently, theContractor may be in violation of the Executive Order if a particular group isemployed in a substantially disparate manner (for example, even though theContractor has achieved its goals for women generally, the Contractor may be inviolation of the Executive Order if a specific minority group of women is underutilized).10. The Contractor shall not use the goals and timetables or affirmative actionstandards to discriminate against any person because of race, color, religion,sex, or national origin.11. The Contractor shall not enter into any subcontract with any person or firmdebarred from Government contracts pursuant to Executive Order 11246.12. The Contractor shall carry out such sanctions and penalties for violation of thesespecifications and of the Equal Opportunity Clause, including suspension,termination, and cancellation of existing subcontracts as may be imposed orordered pursuant to Executive Order 11246, as amended, and its implementingregulations, by the Office of Federal Contract Compliance Programs. AnyContractor who fails to carry out such sanctions and penalties shall be in violationof these specifications and Executive Order 11246, as amended.13. The Contractor, in fulfilling its obligations under these specifications, shallimplement specific affirmative action steps, at least as extensive as thosestandards prescribed in Paragraph 7 of these specifications, so as to achievemaximum results from its efforts to ensure equal employment opportunity. If the00805-21 EEO-21Page 21 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSContractor fails to comply with the requirements of the Executive Order, theimplementing regulations, or these specifications, the Director shall proceed inaccordance with 41 CFR 60-4.B.14. The Contractor shall designate a responsible official to monitor all employmentrelatedactivity to ensure that the company EEO policy is being carried out, tosubmit reports relating to the provisions hereof as may be required by theGovernment, and to keep records. Records shall at least include for eachemployee the name, address, telephone number, construction trade, unionaffiliation, if any, employee identification number when assigned, social securitynumber, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer),dates of changes in status, hours worked per week in the indicated trade, rate ofpay, and locations at which the work was performed. Records shall bemaintained in an easily-understandable and retrievable form; however to thedegree that existing records satisfy this requirement, contractors shall not berequired to maintain separate records.15. Nothing herein provided shall be construed as a limitation upon the application ofother laws which establish different standards of compliance or upon theapplication of requirements for the hiring of local or other area residents (e.g.,those under the <strong>Public</strong> <strong>Works</strong> Employment Act of 1977 and the CommunityDevelopment Block Grant Program).00805-22 EEO-22Page 22 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSDESCRIPTION OF JOB CATEGORIESOfficials, Managers, and AdministratorsOccupations requiring administrative personnel who set board policies, exerciseoverall responsibility for the execution of these policies, or provide specializedconsultation on a regional, district, area basis, or direct individual departments orspecial phases of a firm's operations.Includes: Officials, executives, middle management, plant managers,department managers, superintendents, salaried foremen who are members ofmanagement, purchasing agents, buyers, bureau chiefs, directors, deputydirectors, wardens, examiners, sheriffs, police and fire chiefs, and kindredworkers.ProfessionalsOccupations which require specialized and theoretical knowledge which isusually acquired through college or experience of such kind and amount as toprovide a comparable background.Includes: Accountants, auditors, airplane pilots and navigators, architects,artists, chemists, designers, dieticians, editors, engineers, lawyers, librarians,mathematicians, natural scientists, registered professional nurses, personnel andlabor relations workers, physical scientists, teachers, social workers, doctors,psychologists, economists, systems analysts, employment and vocationalrehabilitation counselors, instructors, police and fire captains and lieutenants,and kindred workers.ParaprofessionalsTechniciansOccupations in which workers perform some of the duties of a professional ortechnician in a supportive role, which usually requires less formal training and/orexperience normally required for professional or technical status. Such positionsmay fall within an identified pattern of a "New Careers" concept.Includes: Library assistants, medical aides, child support workers, policeauxiliary, welfare service aides, recreation assistants, homemakers aides, homehealth aides, and kindred workers.Occupations requiring a combination of basic scientific knowledge and manualskill which can be obtained through about two (2) years of post high schooleducation, such as is offered in many technical institutes and junior colleges, orthrough equivalent on-the-job training.00805-23 EEO-23Page 23 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSIncludes: Computer programmers and operators, draftsmen, engineering aides,junior engineers, mathematical aides, licensed practical or vocational nurses,photographers, radio operators, scientific assistants, surveyors, technicalillustrators, technicians (medical, dental, electronics, physical sciences), policeand fire sergeants, and kindred workers.Protective Service WorkersOccupations in which workers are entrusted with public safety, security, andprotection from destructive forces.Includes: Police patrol officers, fire fighters, guards, deputy sheriffs, bailiffs,correctional officers, detectives, marshals, harbor patrol officers, and kindredworkers.Sales WorkersOccupations engaging wholly or primarily in direct selling.Includes: Advertising agents and salespersons, insurance agents and brokers,real estate agents and brokers, stock and bond salespersons, demonstrators,salespersons and sales clerks, grocery clerks, cashiers, and kindred workers.Office and ClericalOccupations in which workers are responsible for internal and externalcommunications, recording and retrieval of data and/or information and otherpaper work required in an office predominantly non-manual, though somemanual work not directly involved with altering or transporting the products isincluded.Includes: Bookkeepers, cashiers, collectors (bills and accounts), messengersand office helpers, office machine operators, shipping and receiving clerks,stenographers, typists and secretaries, telegraph and telephone operators, courttranscribers, hearing reporters, statistical clerks, dispatchers, license distributors,payroll clerks, and kindred workers.Skilled Craft WorkersOccupations in which workers perform jobs which require special manual skillthrough on-the-job training and experience, or through apprenticeship or otherformal training programs. These workers exercise considerable independentjudgment and usually receive an extensive period of training.Includes: The building trades, hourly paid foremen and leadmen who are notmembers of management, mechanics and repairmen, skilled machiningoccupations, compositors and typesetters, electricians, engravers, job setters00805-24 EEO-24Page 24 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTS(metal), motion picture projectionists, pattern and model makers, stationaryengineers, tailors, heavy equipment operators, carpenters, and kindred workers.Operatives (semi-skilled)Workers who operate machine or processing equipment or perform other factorytypeduties of intermediate skill level which can be mastered in a few weeks andrequire only limited training.Includes: Apprentices (auto mechanics), plumbers, bricklayers, carpenters,electricians, mechanics, building trades, metal workers, machinists, printingtrades, operatives, attendants (auto service and parking), blasters, chauffeurs,deliverymen, dressmakers and seamstresses (except factory), dryers,furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners,miners, motormen, oilers, greasers, etc. (except auto), painters (exceptconstruction and maintenance), photographic process workers, stationaryfiremen, truck and tractor drivers, weavers (textile), welders and flame cutters,and kindred workers.Laborers (unskilled)Workers in manual occupations which generally require no special training.These workers perform elementary duties that may be learned in a few days andrequire the application of little or no independent judgment.Includes: Garage workers, car washers and greasers, gardeners (except farm)and groundskeepers, longshoremen and stevedores, lumbermen, craftsmen, andwood choppers, laborers performing lifting, digging, mixing, loading, and pullingoperations, and kindred workers.Service/Maintenance WorkersOccupations in which workers perform duties which result in or contribute to thecomfort, convenience, hygiene or safety for the general public or which contributeto the upkeep and care of buildings, facilities or grounds, or public property.Workers in this group may operate machinery.Includes: Chauffeurs, laundry and dry cleaning operatives, truck drivers, trashcollectors, custodial personnel, gardeners and groundskeepers, constructionlaborers, attendants (hospital and other institutions), professional and personalservice, counter and fountain workers, elevator operators, firemen and fireprotection, guards, watchmen and doorkeepers, stewards, porters, waiters, andkindred workers.00805-25 EEO-25Page 25 of 29 May 1, 2012


CITY OF HOUSTONEQUAL EMPLOYMENT OPPORTUNITYSTANDARD DOCUMENTPROGRAM REQUIREMENTSCERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDINGEQUAL EMPLOYMENT OPPORTUNITY_____________________________________________________________________Name of Prime Contractor_________________________________________________________________________________________________________AddressGENERALIn accordance with Executive Order 11246 (30 F.R. 12319-25), the implementing rulesand regulations thereof, and orders of the Secretary of Labor, a certification regardingEqual Opportunity is required of bidders or prospective contractors and their proposedsubcontractors prior to the award of contracts or subcontracts.SUBCONTRACTOR'S CERTIFICATIONSubcontractor's Name: _________________________________________________Address: __________________________________________________________IRS Employer Identification Number: _____________________________________Job Description : ____________________________________________________1. Participation in a previous contract or subcontract.a. Subcontractor has participated in a previous contract orsubcontract subject to the Equal Opportunity Clause. ____YES ____NOb. Compliance reports were required to be filed inconnection with such contract or subcontract.____YES ____NOc. Subcontractor has filed all compliance reports requiredby Executive Orders 10925, 11114, 11246, or byregulations of the Equal Employment OpportunityCommission issued pursuant to Title VII of theCivil Rights Act of 1964.d. If answer of Item c. is "No", please explain indetail on reverse side of this certification.____YES ____NO2. Dollar amount of proposed subcontract: $ ______________3. Anticipated performance period in days: ______________00805-26 EEO-26Page 26 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTS4. Expected total number of employees to performthe proposed subcontract:______________5. Nonsegregated facilities.a. Notice to prospective federally-assisted construction contractors(1) A Certification of Nonsegregated Facilities, as required by the May9, 1967, order (32 F.R. 7439, May 19, 1967) on Elimination ofSegregated Facilities, by the Secretary of Labor, must be submittedto the Contractor prior to the award of a subcontract exceeding$10,000 which is not exempt from the provisions of the EqualOpportunity Clause.(2) Contractors receiving subcontract awards exceeding $10,000 whichare not exempt from the provisions of the Equal Opportunity Clausewill be required to provide for the forwarding of this notice toprospective subcontractors for supplies and construction contractswhere the subcontracts exceed $10,000 and are not exempt fromthe provisions of the Equal Opportunity clause.b. Certification of non-segregated facilitiesThe federally-assisted construction contractor certified that he/she doesnot maintain or provide any segregated facilities at any of his/herestablishments, and does not permit employees to perform their servicesat any location, under his/her control, where segregated facilities aremaintained. The federally-assisted construction Contractor certifiesfurther that he/she will not maintain or provide any segregated facilities atany of his/her establishments, and will not permit employees to performtheir services at any location, under his/her control, where segregatedfacilities are maintained. The federally-assisted construction Contractoragrees that a breach of this certification is a violation of the EqualOpportunity Clause in this Contract. As used in this certification, the term"segregated facilities" means any waiting rooms, work areas, restroomsand washrooms, restaurants, and other eating areas, time clocks, lockerrooms and other storage or dressing areas, parking lots, drinkingfountains, recreation or entertainment areas, transportation, and housingfacilities provided for employees which are segregated by explicit directiveor are in fact segregated on the basis of race, creed, color, or nationalorigin because of habit, local custom, or otherwise. The federally-assistedconstruction Contractor agrees that (except where he/she has obtainedidentical certifications from proposed Subcontractors for specific timeperiods) he/she will obtain identical certifications in duplicate fromproposed Subcontractors prior to the award of subcontracts exceeding$10,000 which are not exempt from the provisions of the EqualOpportunity Clause, and that he/she will retain the duplicate of suchcertifications in his/her files. The Contractor will include the original inhis/her Bid Package.00805-27 EEO-27Page 27 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTS6. Race or ethnic group designation of bidder. Enter race or ethnic group inappropriate box:£ White £ Black £ Hispanic£ Pacific Islander, Asian £ American Indian, Aleut.7. GenderREMARKS:£ Male £ FemaleCertification - The information above is true and complete to the best of my knowledgeand belief.__________________________________________________________________Company Officer (Please Type)_________________________________________Signature____________________DateNOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C.1001.00805-28 EEO-28Page 28 of 29 May 1, 2012


CITY OF HOUSTONSTANDARD DOCUMENTEQUAL EMPLOYMENT OPPORTUNITYPROGRAM REQUIREMENTSCertification by Proposed Material Suppliers, Lessors, and Professional ServiceProviders Regarding Equal Employment OpportunityCompany Name: $(Supplier, Lessor, Professional Service Provider)Company Address:(Amount of Contract)Company Telephone Number:Fax:E-mail Address:Web Page/URL Address:Company Tax Identification Number:<strong>Project</strong> No.: [WBS/CIP/AIP/File No.]<strong>Project</strong> Name: [Legal <strong>Project</strong> Name]In accordance with the City of Houston Ordinance 78-1538, Supplier/Lessor/Professional ServiceProvider represents to be an equal opportunity employer and agrees to abide by the terms of theOrdinance. This certification is required of all Suppliers/Lessors/Professional Service Providers(herein Supplier) with contracts in the amount of $10,000.00 or more.[ ] Yes [ ] No Supplier agrees not to discriminate against any employee or applicant for employmentbecause of race, religion, color, sex, national origin, or age.[ ] Yes [ ] No Supplier agrees that all qualified applicants will receive consideration for employmentwithout regard to race, religion, color, sex, national origin, or age.[ ] Yes [ ] No Supplier will comply with all provisions of Executive Order No. 11246 and rules,regulations and applicable orders of the Department of Labor or other Federal Agencyresponsible for enforcement of applicable equal opportunity and affirmative actionprovisions and will likewise furnish all information and reports required by the Mayor orContract Compliance Officers for the purpose of investigation to ascertain and effectcompliance with the City of Houston’s Office of Affirmative Action and ContractCompliance.[ ] Yes [ ] No The Supplier shall file and cause their sub-tier contractors to file compliance reportswith the City in the form and to the extent as may be prescribed by the Mayor orContract Compliance Officers. Compliance reports filed at such times as directedshall contain information including, but not limited to, the practices, policies, programs,and employment policies.I hereby certify that the above information is true and correct.COMPANY OFFICER (Signature)DATENAME AND TITLE (Print or type)END OF DOCUMENT00805-29 EEO-29Page 29 of 29 May 1, 2012


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONDocument 00808REQUIREMENTS FORTHE CITY OF HOUSTON PROGRAM FORMINORITY, WOMEN, AND SMALL BUSINESS ENTERPRISESAND PERSONS WITH DISABILITIES ENTERPRISES (PDBE)I. GENERALA. CITY AUTHORITIESCONSTRUCTION CONTRACTS1. The “OBO Director” is the City of Houston’s Office of Business OpportunityDirector, or his or her designee.City of Houston611 Walker Street, 7th FloorHouston, Texas 770022. The “Contracting Department” for this <strong>Project</strong> is the City of HoustonDepartment specified in Document 00520 – Agreement.3. The “<strong>Project</strong> Manager” is for this <strong>Project</strong> specified in Document 00550 –Contract Approval Notification.II.REOCCURRING REPORTS THAT MUST BE SUBMITTED DURING THE COURSEOF THE CONTRACT:A. MWSBE MONTHLY REPORT PROCESSThe Contractor shall complete the MWSBE Monthly Utilization Report in theContract Compliance and Monitoring System (available athttps://houston.mwdbe.com/).B. The Contractor shall comply with further, applicable instructions regardingreporting and compliance as provided in Sections III.E and III.I below.00808-108-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONIII.BUSINESS ENTERPRISE PROGRAM REQUIREMENTS:A. PURPOSEThis Document facilitates implementation of City of Houston, Tex. Code ofOrdinances Chapter 15, Article V, § 15-81 et seq., relating to MWSBE contractparticipation, and Code of Ordinances Chapter 15, Article VI, § 15-90 et seq.,relating to PDBE contract participation (collectively, the “Business EnterpriseProgram or “MWSBE”). City of Houston, Tex. Ordinance 2013-0428, May 8,2013.B. POLICYIt is the policy of the City to encourage the full participation of Minority andWomen-owned Business Enterprises, Small Business Enterprises, andPersons with Disabilities Business Enterprises in all phases of its procurementactivities and to afford them a full and fair opportunity to compete for Citycontracts at all levels.C. POLICY ELEMENTS1. The Contractor agrees to ensure that MWSBE firms have a full andfair opportunity to participate in the performance of City contracts. Inthis regard the Contractor shall make all reasonable Good FaithEfforts to meet the Contract Goals for this Contract.2. The Contractor and any Subcontractor shall not discriminate on thebasis of race, color, religion, national origin, or sex in the performanceof City contracts.3. Contractor's performance in meeting the Participation PlanPercentage will be monitored during the construction phase of theContract by the OBO Director and Contracting Department.D. PERCENTAGE GOALSThe MWSBE goals and PDBE goals, if any, for the Work are specified inDocument 00800 – Supplementary Conditions Goals.00808-208-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONE. CONTRACTOR RESPONSIBILITIES1. Prior to Award:The Bidder shall submit MWSBE documents in accordance with the requirements ofDocument 00410 – Bid Form Part A.a. In accordance with the Code of Ordinances and the OBO Good Faith EffortsPolicy (Attachment A), the Department shall approve an Apparent LowBidder’s MWSBE Participation Plan–Document 00470 (the “Bidder’s Plan” or“Plan”) within 3 business days of the Bid Opening only if the Departmentrepresentative determines that Bidder’s Plan meets the advertised ContractGoal and is administratively complete.b. If the Department cannot approve the Bidder’s Plan, it shall forward the Planto the OBO Director, who shall review the Bidder’s Plan, and if applicable, theBidder’s Document 00471 (Record of Good Faith Efforts) and Document00472 (Pre-Award Deviation Request) and determine whether the Bidder hasmade Good Faith Efforts to meet the Contract Goals within 10 business daysof the Bid Opening.c. If the OBO Director determines that the Bidder has failed to provide a validparticipation plan or make Good Faith Efforts or if the Bidder fails to providedocuments and associated information required by this Document 00808 orreasonably requested in writing by the OBO Director, the OBO Director maydeclare the Bidder to be non-responsible.d. If the OBO Director determines that the Bidder has made Good Faith Efforts,the Director may approve the Bidder’s Contract Goal Deviation request.Thereafter, the Bidder/Contractor shall be bound by the Plan, as approved bythe OBO Director.e. The Contractor shall:(1) ensure that all MWSBE firms listed in the Plan are certified by theOffice of Business Opportunity prior to bid date. Qualified, non-certified firmsmay obtain priority consideration for certification if no more than two firms arecertified with the same capability as the non-certified firm.(2) execute written contracts with all certified Subcontractors andSuppliers. All such contracts must be executed and sent to the OBO Directorand Contracting Department within 30 days after the date of the Notice toProceed and must include provisions set forth in Articles 3 and 5 ofDocument 00700 - General Conditions.(3) designate an MWSBE liaison officer who will administer theContractor's MWSBE program and who shall document and maintain recordsof Good Faith Efforts to subcontract with MWSBE Subcontractors andSuppliers.2. After Award:00808-308-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONa. The Contractor shall submit MWSBE Monthly Utilization Reports, requestedin Article II above.b. The Contractor shall complete and submit to the OBO Director a Post-AwardDeviation Request–Document 00572 (“Post-Award Deviation Request”) if theContractor reasonably believes that it will not achieve the BusinessEnterprise Program Participation Plan Percentage documented in the Plan.The Contractors shall also submit to the OBO Director, with a Copy to theContracting Department, a Record of Post-Award Good Faith Efforts(Document 00571) for each Certified Firm that the Contractor does not use inaccordance with the Approved Plan before the Contractor uses another firmto perform the work.c. The Contractor shall conform to the Plan unless the OBO Director grants aPost-Award Deviation Request. The OBO Director shall approve or reject aDeviation Request within 5 business days of receipt of the DeviationRequest.d. The OBO Director shall grant a Post-Award Deviation Request if(1) for a reason beyond the Contractor’s control, the Contractor is unableto use the certified MWSBE firm in the Plan to perform the specifiedwork. In such cases, the Contractor shall use and document GoodFaith Efforts to find a similarly qualified, certified MWSBE firm toperform such specified work; or(2) the Contractor reasonably believes that, due to a change of scope,execution of the work in accordance with the directions from theContracting Department is unlikely to meet the terms of the Plan. Insuch cases, the Contractor shall use and document Good Faith effortsto achieve a reasonable amount of MWSBE participation on theremaining work on the Contract.(3) The OBO Director shall not unreasonably withhold approval of a Post-Award Deviation Request.e. After the Date of Substantial Completion, the OBO Director shall evaluate theContractor’s Good Faith Efforts towards meeting the Plan, as it mayamended.f. If the Contractor fails to conform to the Plan and fails to submit a Post-AwardDeviation Request or provide documents and associated information requiredby the Good Faith Efforts Policy or reasonably requested in writing by theOBO Director, the OBO Director may impose sanctions in accordance withArticle VI of this Document 00808.00808-408-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONF. ELIGIBILITY OF MWSBE FIRMS FOR SUBCONTRACTING1. To ensure that the City’s Business Enterprise Program benefits only those firms thatare owned and controlled by a minority person(s), a woman (women),a person(s)with a disability, or a small business enterprise, the Office of Business Opportunitywill certify the eligibility of MWSBE and PDBE Contractors, Subcontractors, andSuppliers. Contact the Office of Business Opportunity Certification Section at 832-393-0600 for information regarding certification.2. The Office of Business Opportunity maintains a Certified Minority, Women and SmallBusiness Enterprises and Disabilities Business Enterprises Directory on the City’swebsite. This Directory also lists federally-designated Disadvantaged BusinessEnterprises (DBEs).NOTE: MWSBE firms, even if certified by another agency, may not qualify forContract Goals unless certified by the Office of Business Opportunity prior toacceptance of the Participation Plan.G. DETERMINATION OF MWSBE PARTICIPATIONMWSBE participation shall be counted toward meeting the Contract Goals in response tothe following:1. Once a firm is certified as a MWSBE firm, the total dollar value of the subcontractawarded to the MWSBE firm is counted toward the Contract Goals (See SectionsIII.G.4 and III.G.5 below). Safety and Participation goals do not count as a singlegoal concerning MWSBE/DBE requirements.2. When the Contractor or Subcontractor is in a joint venture with one or more MWSBEfirms, the OBO Director shall determine the percent of participation resulting fromsuch joint venture to be counted toward the Contract Goals.3. Contractor may count toward its Contract Goals only those MWSBE Subcontractors/Suppliers performing a Commercially Usefully Function.a. COMMERCIALLY USEFUL FUNCTION means a discrete task or group oftasks, the responsibility for performance of which shall be discharged by theMWSBE firm by using its own forces or by actively supervising on-site theexecution of the tasks by another entity for whose work the MWSBE firm isresponsible. In determining whether a certified firm is performing acommercially useful function, factors including but not limited to the followingshall be considered: (1) whether the firm has the skill and expertise toperform the work for which it is being utilized and possesses all necessarylicenses; (2) whether the firm is in the business of performing, managing, or00808-508-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONsupervising the work for which it has been certified and is being utilized; and(3) whether it is performing a real and actual service that is a distinct andverifiable element of the work called for in a contract. Without limiting thegenerality of the foregoing, a MWSBE will not be considered to be performinga commercially useful function, if it subcontracts to non-MWSBE firms or toother MWSBE firms, more than 50 percent of a contract being countedtoward the applicable Contract Goals, unless such subcontracting in excessof 50 percent has been expressly approved by the OBO Director in a Goal orPlan Deviation Request (Document 00472 or Document 00572) (either prebidor post award).b. The OBO Director shall approve a Plan Deviation Request if the Contractordemonstrates that the industry standard for the type of work involved is tosubcontract over 50 percent of the work.4. A MWSBE firm cannot subcontract more than 50 percent of the work for which it isresponsible to perform unless the OBO Director grants a Deviation Approval.5. The Contractor may count 100 percent of MWSBE Manufacturer Supplier’sparticipation and 60 percent of MWSBE Non-Manufacturer Supplier’s participationtoward its Contract Goals. Such MWSBE Supplier contracts shall not exceed 50percent of contract’s goals.6. The OBO Policy and Procedures <strong>Manual</strong>, as amended, shall apply to the Contractfor other determinations regarding counting MWSBE participation not explicitlyprovided for in the Contract.H. CONTRACTOR COMPLIANCETo ensure compliance with MWSBE requirements, the OBO Director and ContractingDepartment will monitor Contractor's efforts regarding MWSBE Subcontractors/Suppliersduring the performance of this Contract. This may be accomplished through the following:job site visits, reviewing of records and reports, and interviews of randomly selectedpersonnel.00808-608-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONI. RECORDS AND REPORTS1. In accordance with II.A of this Document, the Contractor shall submit an initial reportoutlining MWSBE participation, 40 days after the Notice to Proceed date, and on orbefore the 15th day of each month thereafter until all MWSBE subcontracting ormaterial supply activity is completed. Each report shall cover the preceding month'sactivity. The Contractor shall use the MWSBE Contract Compliance and MonitoringSystem (B2G Now) to meet this requirement.2. Contractor shall maintain the following records for review upon request by the OBODirector or Contracting Department:a. Copies of executed Subcontractor agreements and purchase orders;b. Documentation of payments and other transactions with MWSBESubcontractors/ Suppliers;c. Appropriate explanations of any changes or replacements of MWSBESubcontractors/Suppliers;NOTE: All replacement MWSBE Subcontractors/Suppliers must be certified by theOffice of Business Opportunity.d. Any other records required by the OBO Director or Contracting Department.3. If a Participation Plan Percentage is not being met, the monthly report shall include anarrative description of the progress being made in MWSBE participation. Ifsufficient MWSBE Subcontractors or Suppliers to meet the Participation PlanPercentage are being utilized, they should be identified by name and the dollaramount paid to date for work performed or materials furnished by each MWSBEduring the monthly period. Reports are required when no activity has occurred in amonthly period.4. Contractor shall retain all such records for a period of four years followingcompletion of the Work and shall be available at reasonable times and places forinspection by authorized representatives of the City including the City Controller.IV.SANCTIONS:A. SUSPENSION PERIOD AND WAIVERPursuant to Section 15-86 of the Code of Ordinances, the OBO Director is authorized tosuspend for a period of up to, but not to exceed, five years, any Contractor who has failedto make Good Faith Efforts.00808-708-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONB. GUIDELINES FOR IMPOSITION OF SANCTIONS1. General:a. The OBO Director shall not impose any sanction except upon evidence ofspecific conduct on the part of a MWSBE or Contractor that is inconsistentwith or in direct contravention of specific applicable requirements for GoodFaith Efforts.b. Imposition and enforcement of suspensions shall be consistent withapplicable state law.2. Severity of Sanctions:a. In determining the length of any suspension, the OBO Director shall considerthe following factors:(1) Whether the failure to comply with applicable requirements involvedintentional conduct or, alternatively, may be reasonably concluded tohave resulted from a misunderstanding on the part of the Contractoror MWSBE of the duties imposed on them by Article V of Chapter 15of the Code of Ordinances and these procedures;(2) The number of specific incidences of failure by Contractor or MWSBEto comply;(3) Whether the Contractor or MWSBE has been previously suspended;(4) Whether the Contractor or MWSBE has failed or refused to providethe OBO Director with any information requested by the Director orrequired to be submitted to the Director pursuant to law or theseprocedures;(5) Whether the Contractor or MWSBE has materially misrepresented anyapplicable facts in any filing or communication to the OBO Director;and(6) Whether any subsequent restructuring of the subject business or otheraction has been undertaken to cure the deficiencies in meetingapplicable requirements.b. Suspensions may be for any length of time not to exceed five years.Suspensions in excess of one year shall be reserved for cases involvingintentional or fraudulent misrepresentation or concealment of material facts,multiple acts in contravention of applicable requirements, cases where theContractor or MWSBE has been previously suspended, or other similarlyegregious conduct.C. DELEGATIONA decision to implement a suspension may be taken after notice and an opportunity for ahearing by an impartial person(s) designated by the OBO Director as the hearing officer.The hearing officer(s) shall not have participated in the actions or investigations giving riseto the suspension hearing.00808-808-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIOND. NOTICE1. Prior to imposing any suspension, the OBO Director shall deliver writtennotice to the Contractor or MWSBE setting forth the grounds for the proposedsuspension and setting a date, time, and place to appear before the hearingofficer(s) for a hearing on the matter.2. Any notice required or permitted to be given hereunder to any Contractor orMWSBE may be given either by personal delivery or by certified UnitedStates mail, postage prepaid, return receipt requested, addressed to theirmost recent address as specified in the records of the Office of BusinessOpportunity or in the Contract if no address is on file with the Office ofBusiness Opportunity.E. HEARING PROCEDURESProceedings before a hearing officer shall be conducted informally and in accordance withthe OBO Policy and Procedures <strong>Manual</strong>, as amended, provided that each party may berepresented by counsel and may present evidence and cross-examine witnesses. The Cityshall have the burden to prove by a preponderance of evidence that the Contractor’s orMWSBE firm’s actions constitute misconduct or failure to make Good Faith Efforts. Thedecision shall be reduced to writing and notice provided to the Contractor or MWSBE.F. APPEALSAppeals authorized pursuant to Section 15-86(b) of the Code of Ordinances shall beconducted by the OBO Director. Pursuant to Section 15-86(b), The contractor may appealthe OBO Director’s decision in accordance with Section 15-23 of the Code of Ordinancesand OBO Policy and Procedures.00808-908-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONATTACHMENT AGeneral Policy.City of HoustonOffice of Business OpportunityGood Faith Efforts PolicyGood Faith Efforts are steps taken to achieve an Contract Goal or other requirementswhich, by their scope, intensity and usefulness demonstrates the bidder’s responsivenessto fulfill the business opportunity objective prior to the award of a contract, as well as thecontractor’s responsibility to put forth measures to meet or exceed the Contract Goalthroughout the duration of the contract.Good Faith Efforts are required to be made and demonstrated by an apparent successfulbidder on goal oriented contracts or proposer on a regulated contract prior to award of acontract. Good Faith Efforts are required on professional services and constructioncontracts and on procurement of goods and non-professional service contracts with goals.If a bidder, when submitting a participation plan at the time of bid or proposal submission,anticipates it cannot or will not meet the Contract Goal prior to the award, the bidder mustdemonstrate to Office of Business Opportunity (“OBO”) it has made Good Faith Efforts tomeet the Contract Goal, to be eligible for the contract award.Good Faith Efforts shall be evaluated on a case-by-case basis in making a determinationwhether a bidder or contractor is in compliance with this policy. The efforts employed by abidder or contractor should be those that one could reasonably expect a bidder orcontractor to take if the bidder were actively and aggressively attempting to obtain MWSBEparticipation sufficient to meet the Contract Goal. Efforts taken that are mere formalities orother perfunctory acts shall not be considered Good Faith Efforts to meet Contract Goals.The factors provided herein are representative of the types of actions OBO will consider indetermining whether the bidder or contractor made Good Faith Efforts to obtain MWSBEparticipation to meet the Contract Goal. The factors prescribed below are not intended tobe a mandatory checklist, nor is it intended to be exhaustive or exclusive. OBO mayconsider other factors or types of efforts that may be relevant in appropriate cases.If a contractor fails to submit Good Faith Efforts documentation as provided in this Policy, itwaives the right to appeal OBO decisions related to this Policy. OBO will review all theefforts made by the contractor, including the quality and quantity of those efforts.00808-1008-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONPre–Award.A bidder must submit a participation plan (Document 00470) to OBO at the time the biddersubmits the bid. If the participation by certified MWSBE subcontractors documented on theparticipation plan (“participation”) is less than the Contract Goal, a bidder should submit aRecord of Good Faith Efforts (Document 00471) with the bid. A bidder should also submita request for a deviation (Document 00472) if the bidder, having used Good Faith Efforts,reasonably believes that it cannot meet the Contract Goal or a commercially usefuldeviation.In making a determination that the bidder has made a good faith effort to meet the ContractGoals, OBO shall consider specific documentation concerning the steps taken to obtainMWSBE participation, with a consideration of, by way of illustration and not limitation,whether the bidder demonstrated a genuine effort to comply with the following factors:1. Attended any pre-bid or pre-proposal meetings scheduled by the CityDepartment;2. Followed up with MWSBEs that attended the pre-bid or pre-proposal meetings todiscuss subcontracting and supplier opportunities and contacted MWSBEs listedin the City’s online directory;3. Conducted outreach with minority and women focused organizations andassociations far in advance of solicitation due date (no less than 10 businessdays);4. Identified and designated portions of the work to be performed by MWSBEs toincrease the likelihood of meeting the Contract Goals (including whereappropriate breaking down the contract into reasonably sized subcontracts toensure participation);5. Advertised subcontracting opportunities in news media focused towards minorityand women persons far in advance of solicitation due date;6. Provided MWSBEs with a point of contact that was knowledgeable about theproject and possessed decision-making authority to answer questions frominterested MWSBEs;7. Provided a reasonable number of MWSBEs certified with timely written noticesvia email, mail, and/or fax and/or with documented contact regarding thesubcontracting/supplier opportunities. A “reasonable number of MWSBEs” shallbe based on the number of MWSBEs available in the directory;00808-1108-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTION8. Solicited the MWSBEs within a reasonable amount of time (no less than sevenbusiness days) before bid submission, as well as followed up with the MWSBEssolicited to determine if they were interested in submitting a bid or proposal orparticipating on a team.9. Provided interested MWSBEs certified to perform the solicited work with promptaccess to the plans, specifications, scope of work and requirements of thecontract;10. Negotiated in good faith with interested MWSBEs, and not rejecting MWSBEs asunqualified without sound reasons based on a thorough investigation of theircapabilities;11. Entered into a formal contract, or signing enforceable letters of intent withMWSBEs;12. Provided an explanation to any MWSBE whose bid or price quotation is rejected,unless another MWSBE is accepted for the same work, as follows:a. Where price competitiveness is not the reason for rejection, a writtenrejection notice including the reason for rejection will be sent to therejected MWSBE firm;b. Where price competitiveness is the reason for rejection, a meeting mustbe held with the price-rejected MWSBE, if requested, to discuss therejection;13. Made efforts to assist interested MWSBEs in obtaining bonding, lines of credit,insurance required for the contract, and documenting MWSBE denied by bonafide surety agents;14. Ensured that the conditions and requirements for subcontracts arecommensurate with industry standards and would not cause an economichardship on MWSBEs, such as unnecessary insurance or coupling bid bondswith retainage;15. Incorporated efforts not attempted earlier or on previous bids that appear morelikely to lead to attaining the Contract Goal. Past performance on similarcontracts with similar scopes will also be taken in consideration whendetermining Good Faith Efforts. A bidder that continues to make same effortswithout any significant change in the level of participation may not be makingGood Faith Efforts.00808-1208-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTIONPost–Award.The contractor must sign the approved participation plan (Document 00470 or Document00570) prior to starting work on the <strong>Project</strong>. A contractor should submit a request fordeviation (Document 00572) from OBO if the contractor, having made Good Faith Efforts,reasonably believes that it will not achieve the Participation Plan Percentage documentedin the approved participation plan. Unless OBO approves a deviation, a contractor mustsubmit to OBO a Participation Summary (Document 00660) prior to City Council’sconsideration of any close-out, term extension, or change order. If participation is less thananticipated in the approved participation plan, the contractor must submit a Record of GoodFaith Efforts (Document 00571) along with the Participation Summary. A contractor thatfails to submit a deviation request and Good Faith Efforts documentation waives the right toappeal OBO decisions related to this Policy.If the contractor is awarded the contract and fails to achieve the established ParticipationPlan Percentage, the contractor must demonstrate to OBO its efforts to meet theParticipation Plan Percentage and failure to do so based on circumstances that thecontractor could not reasonably control. In determining whether the contractor made GoodFaith Efforts to ensure full participation and achievement of the Participation PlanPercentage, OBO shall consider the following factors:1. Whether the contractor designated an MWSBE liaison officer to administer theContractor’s MWSBE programs and to be responsible for maintenance ofrecords of Good Faith Efforts.2. Whether the contractor furnished prompt MWSBE Utilization Reports in a timelyand accurate manner through the online Contract Monitoring System or via hardcopy.3. Whether the contractor responded to efforts to resolve disputes with MWSBEs,and genuinely attempted to resolve these issues.4. Whether the contractor disclosed payment discrepancies timely and within themonthly reporting period;5. Whether the contractor complied with the participation plan, unless thecontractor received a deviation from the OBO Director and whether uponapproval, the contractor made Good Faith Efforts to replace a removed MWSBEwith another certified firm;6. Whether the contractor furnished prompt written responses to written inquiriesfrom the Director or any employee of OBO regarding the MWSBE’s performanceor information germane to the MWSBE’s certification;00808-1308-01-2013


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MWSBE CONSTRUCTION7. Whether the contractor ensured that at all times during the performance of anycontract or subcontract the MWSBE firm is engaging in a commercially usefulfunction as that term is defined in Chapter 15 of the City of Houston Code ofOrdinances;8. Whether the contractor provided the OBO information, or other material, that wasfactually accurate and free of material misrepresentation; and9. Whether the contractor furnished prompt responses to requests for information,books and records needed to verify compliance from the departmentadministering the Contract, the City Attorney and the City Controller;10. Whether the contractor attended all meetings and mediation hearings asrequested by the Director or his/her designee; and11. How the contractor may be affected by change orders, with consideration givento the size of the change orders.Change Orders.The requirement to make Good Faith Efforts to achieve the approved Participation PlanPercentage is applicable to change orders. Contractors should make Good Faith Efforts toensure that the Participation Plan Percentage remains substantially the same after theissuance of change orders. If a contractor cannot maintain substantially the same level ofparticipation provided in the latest approved Participation Plan (Document 00470 orDocument 00570) due to a change order, the contractor shall submit to the OBO Directorand Contracting Department a Document 00571 (Post-Award Record of Good Faith Efforts)and Document 00572 (Post-Award Plan Deviation Request) in a timely manner that doesnot cause disruption to the project. In addition to other relevant factors, in evaluatingwhether Good Faith Efforts were made by the contractor to meet the Participation PlanPercentage despite change orders, the OBO Director shall consider the contractor’s effortsto timely and efficiently deliver the project.END OF DOCUMENT00808-1408-01-2013


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONDocument 00820WAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONWage Scale Requirements1.1 Contractor and its Subcontractors must pay the general prevailing wage rates forbuilding construction for each craft or type of worker or mechanic employed in theexecution of any building construction or repair under the Contract in accordancewith Chapter 2258 of the Texas Government Code and City of Houston, TexasOrdinance Nos. 85-2070, 2000-1114, 2001-152, 2006-91 and 2006-168, and 2009-247 all as amended from time to time. City Council has determined the prevailingwage rate in the locality in which the work is being performed, which is set forth inExhibit "A".1.2 This prevailing wage rate does not prohibit the payment of more than the ratesstated.1.3 In bidding, Contractor warrants and represents that it has carefully examined theclassifications for each craft or type of worker needed to execute the Contract anddetermined that such classifications in Exhibit "A" include all necessary categoriesto perform the work under the Contract.1.4 The wage scale for engineering construction is to be applied to all site work greaterthan 5 feet from an exterior wall of new building under construction or from anexterior wall of an existing building.1.5 If Contractor believes that an additional classification for a particular craft or type ofworker is necessary to perform work under the Contract, it must submit with its bid arequest to the Contract Compliance Division of the Mayor's Office Of BusinessOpportunity ("OBO") to use an additional labor classification not listed in Exhibit "A"and specify the proposed new classification. OBO shall determine whether aproposed classification is already covered in Exhibit "A", and, if it is, specify whichclassification is appropriate. OBO’s decision is conclusive. If OBO decides that anew classification is necessary, it will determine the appropriate prevailing wage ratefor any resurveyed, amended, new, or additional craft or type of worker not coveredby Exhibit "A". Such determination must be decided in accordance with proceduresestablished by OBO, and in compliance with Chapter 2258 of the TexasG o v e r n m e n t Code and City of Houston, Texas Ordinance Nos. 85-2070, 2000-1114, 2001-152, 2006-91, 2006-168 and 2009-247 subject to City Council approval.1.6 Contractor must not use any labor classification not covered by Exhibit "A" until suchclassification is established and approved for use by OBO.1.7 A Contractor or Subcontractor who violates Chapter 2258 of the Texas GovernmentCode must pay to the City, $60 per each worker employed for each calendar day orpart of the day that the worker is paid less than the wage rates set forth in Exhibit"A".00820-102-01-2014


CITY OF HOUSTONWAGE SCALE AND PAYROLL REQUIREMENTSSTANDARD DOCUMENTFOR ENGINEERING CONSTRUCTION1.8 The City may withhold money required to be withheld under Chapter 2258 of theTexas Government Code from the final payment to Contractor or earlier payments ifCity Council makes a determination that there is good cause to believe thatContractor has not complied with these provisions and Chapter 2258 of theGovernment Code, in which case the City may withhold the money at any timesubsequent to the finding by City Council.1.9 Contractor and Subcontractors must keep records specifying:(1) the name and classification of each worker employed under the Contract; and(2) the actual per diem wages paid to each worker, and the applicable hourly rate.The records must be open at all reasonable hours for inspection by the officers andagents of the City.1.10 The hourly cost of salary for non-exempt workers for labor in excess of 40 hours perworker per week, shall be calculated at 1.5 times the worker’s base pay, plus 1.0times fringe benefits, for the applicable craft and level.Certified Payroll Requirements2.1 Employees are paid weekly and payrolls are submitted weekly using the City ofHouston’s electronic payroll submission module, unless the prime Contractor hasbeen instructed to do otherwise by the Office of Business Opportunity. When nowork is done after a Contractor has started work, the Contractor is required tosubmit weekly compliance statement with no work performed. The payrolls mustreflect the exact work and classification of the workers, the exact amount that theywere paid. Workers must be paid the contracted amount (prevailing wage rates.)The Contractor will be penalized $60.00 a day for each employee who is underpaidper Texas Government Code 2258-023 for all contracts except Federally FundedContract.2.2 Payrolls must clearly indicate whether the worker worked inside or outside thebuilding area.2.3 Payrolls must be numbered and clearly marked: the first payroll as No. 1; etc.Payroll for the final week worked on the job should be marked "FINAL".2.4 Payrolls must have "Week Ending" dates.2.5 Payrolls must have employees' names, addresses, last four digits of the socialsecurity numbers, and job classifications. The job classifications must be the sameas the classifications on the prevailing wage rate schedule.2.6 A payroll deduction authorization form must be submitted for each employee for anydeductions other than Federal and FICA taxes.2.7 Employees must be paid overtime (time and a half) for all hours worked over 40hours a week on both federally and City-funded contracts.00820-202-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTION2.8 The Contractor has the responsibility to comply with all Internal Revenue Servicerules a n d regulations. Contractors who submit certified payrolls with owneroperators (truckers) must submit a signed tax liability statement from each workeracknowledging the worker's responsibility for payment of Federal Income Tax andFICA.2.9 If the Contractor wants to use the apprentice wage rates for an employee, theapprenticeship certificates must be submitted to the Office of Business Opportunityin advance of the employee working on the project and appearing on the payroll.2.10 A poster of the Prevailing Wage Rate Schedule should be clearly displayed on eachjob site, or in case of annual service agreements, in the Contractor's office.2.11 The Contractor shall submit the “Certificate from Contractor Appointing Officer orEmployee to Supervise Payment of Employees” (Exhibit “B”) to the MonitoringAuthority listed in Document 00495 prior to final execution of the contract.2.12 During the course of the work, ALL Subcontractors shall submit the “Certificate fromSubcontractor Appointing Officer or Employee to Supervise Payment of Employees”(Exhibit “C”) to the Monitoring Authority listed in Document 00495.2.13 Upon completion of the <strong>Project</strong>, as part of the contract-awarding department's totalclearance process, the Office of Business Opportunity’s Contract ComplianceSection must review whether the Wage Rate and Payroll Requirements were metand report the results to the department.REST OF PAGE INTENTIONALLY LEFT BLANK00820-302-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONEXHIBIT “A”LABOR CLASSIFICATIONS AND PREVAILING WAGE RATESFORENGINEERING CONSTRUCTION2014CLASSIFICATION RATE CLASSIFICATION RATEAsphalt Distributor Operator $14.06 Milling Machine Operator - Fine Grade $13.53Asphalt Paving Machine Operator $14.32 Mixer Operator $10.33Asphalt Raker $12.36 Motor Grader Operator- Rough $14.23Asphalt. Shoveler $11.68 Motor Grader Operator $15.69Broom or Sweeper Operator $12.68 Oiler $12.12Bulldozer Operator $11.81 Painter-Structures $18.62Carpenter- Rough $12.49 Pavement Marking Machine Operator $11.18Concrete Finisher- Paving $12.98 Pile Driverman. $14.95Concrete Finisher- Structures $12.98 Pipe Layer $12.12Concrete Paving Curbing Machine Operator $11.71 Reinforcing Steel Setter - Paving $15.15Concrete Paving Finishing Machine Operator $13.07 Reinforcing Steel Setter - Structure $14.39Concrete Paving Joint Sealer Operator $11.00 Roller Operator, Pneumatic - Self-propelled $11.57Concrete Paving. Saw Operator $13.99 Roller Operator, Steel Wheel, Flat Wheel/Tamping $11.57Concrete Paving Spreader Operator. $10.44 Roller Operator, Steel Wheel, Plant Mix Pavement $11.92Concrete Rubber . . . $9.00 Scraper Operator $13.47Crane Clamshell Backhoe Derrick, Dragline,Shovel Operator$12.71 Servicer $13.97Crusher and Screening Plant Operator $11.29 Sign Installer - PGM $8.54Electrician * 3 Journeyman 2 Apprentice $27.11 Slip Form Machine Operator $11.07Flagger $10.33 Spreader Box Operator $13.58Form Builder/Setter- Structures $12.23 Structural Steel Worker $14.39Form Liner- Paving and Curb $12.34 Tractor Operator - Crawler Type $13.68Form Setter- Paving and Curb $12.34 Tractor Operator- Pneumatic $10.07Foundation Drill Operator - Crawler Mounted $17.43 Transit Mixer Truck Driver $11.00Foundation Drill Operator - Truck Mounted $15.89 Truck Driver, Lowboy-float $16.03Front Loader Operator $13.32 Truck Driver, Single-Axle - Heavy $11.46Laborer Common $11.02 Truck Driver, Single-Axle - Light $11.48Laborer- Utility $11.73 Truck Driver, Tandem Axle Semi-Trailer $12.27Manhole Builder $9.00 Work Zone Barricade Servicer $11.67Mechanic $16.96* Apprentices- must be in an approved USDOLProgram and cannot exceed ratiosWelders - Receive rate prescribed for craft performingoperation to which welding is incidental00820-402-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTION<strong>Engineering</strong> Prevailing WagesClassification DefinitionsAsphalt Distributor OperatorDrives distributor truck, sets spray bars and operates valves and levers to control distribution of bituminousmaterial for highway surfacing. May oil, grease or otherwise service and make adjustments to equipment asneeded. Performs other related duties.Asphalt Paving Machine OperatorOperates paving machine that spreads and levels asphaltic concrete on highway subgrade. Controls movementof machine, raises and lowers screed, regulates width of screed. May, oil, grease, service and makeadjustments to equipment as needed. Performs other related duties.Asphalt RakerDistributes asphaltic materials evenly over road surface by raking and brushing material to correct thickness;directs Laborers when to add or take away material to fill low spots or to reduce high spots. Performs otherrelated duties.Asphalt ShovelerA general term used on construction work covering many unskilled classifications requiring work of a physicalnature. A laborer works with all crews doing everything from pick and shovel work to cleaning up lumber withhammer, shoveling and placing concrete, uses air tools, cleans concrete joints and fills joints with sealingcompound from bucket or with hose and nozzle from a central source, applies coating of oil to inside face offorms, may help set and strip forms, unloads and transports reinforcing steel, cures newly poured concrete,helps lower pipe into ditch for pipelayers, builds fences, works with dirt crew keeping construction layout stakesout of the way of dirt moving equipment.Broom or Sweeper OperatorOperates a self-propelled machine to sweep and clean roadway surfaces. May oil grease, service and makeadjustments to equipment as needed. Performs other related duties.Bulldozer OperatorOperates a crawler tractor with a bulldozer mounted in front of chassis to level, distribute and push earth orother material. May operate a ripper attachment to break up rock or other hard material. May use a pushblock on front of tractor to push load scrapers. May oil grease, or otherwise service and make minor repairsto equipment as needed. Performs other related duties.Carpenter, Rough<strong>Works</strong> from plans to build, assemble, fit together, align, plum, and set in place forms for molding concretestructures. Forms may be wood, steel, aluminum, fiberglass or any other type of material. Checks form whileconcrete is placed. May install miscellaneous materials integral to concrete structures. May set precastconcrete elements. Prepares for slipforming traffic rail and median barrier. May install permanent metal deckforms. May work with power tools Performs other related duties.Concrete Finisher, PavingFinishes the exposed surfaces of fresh concrete paving, median barrier and every element of concretestructures to the final grade and contour structures to the final grade and contour with the use of straight edgesand steel trowels. Operates bridge deck finishing machine. Finishes concrete curbs and gutters. Finishesexposed surface of concrete after forms have been removed by patching imperfections with fresh concrete,rubbing surface with abrasive stone, and directing others in removing excess or defective concrete with powertools. Performs other related duties.Concrete Finisher, StructuresA worker semi-skilled in concrete finishing who assists Concrete finisher by performing specific or general dutiesof lesser skill and keeping Concrete Finisher supplied with materials, tools, and supplies; cleaning working areaan equipment; and holding materials and tools. Performs other related duties.Concrete Paving Curbing Machine OperatorOperates self - propelled machine(s) which may or may not travel on concrete paving forms, spreading andleveling fresh concrete to grade by use of augers and screeds. May oil, grease or otherwise service and makeadjustments to equipment as necessary. Performs other related duties.00820-502-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONConcrete Paving Finishing Machine OperatorOperates self - propelled machine(s) which may or may not travel on concrete paving forms, spreading andleveling fresh concrete to grade by use of augers and screeds. May oil, grease or otherwise service and makeadjustments to equipment as necessary. Performs other related duties.Concrete Paving Joint Sealer OperatorCleans and seals joints requiring a hot or cold sealing compound in concrete paving, sidewalks, driveway andapproach slabs. May oil, grease or make necessary repairs adjustments to equipment as needed. Performsother related duties.Concrete Paving Saw OperatorOperates a water-cooled power saw with either or an abrasive blade to saw expansion and contraction joints inconcrete paving. May also be used to saw asphaltic pavements. May oil grease or otherwise service and makenecessary adjustments to equipment as needed. Performs other related duties.Concrete Paving Spreader OperatorOperates self - propelled machine(s) which may or may not travel on concrete paving forms, spreading andleveling fresh concrete to grade by use of augers and screeds. May oil, grease or otherwise service and makeadjustments to equipment as necessary. Performs other related duties.Concrete RubberFinishes the exposed surface of concrete masonry after the forms have been removed by patching holes andbroken corners with fresh concrete, rubbing surface with abrasive stone to remove rough spots, and removinghigh spots and defective concrete with hand chisel and hammer or pneumatic chisel and powered abrasivestone. Performs other related duties.Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel OperatorA worker who operates a lattice boom type crane can hoist and move materials, raise and lower heavy weightsand perform other related operations. May be crawler type or rubber tired. May include placement of rock riprap,clamshell, dragline, pipe and pile driving operations. May oil, grease or otherwise service and make necessaryadjustments to equipment as needed. Performs other related duties.Crusher and Screed Plant OperatorOperates a crusher or screening plant through which rock is run to break it into crushed stone for construction orto control flow of materials not needed. May include minor repairs and may service and make necessaryadjustments to equipment as needed. Performs other related duties.Electrician *3 Journeyman 2 ApprenticePlans and directs the layout of metal electrical conduit, installs wiring systems, switch-panels, buss bars, workson overhead distribution systems and underground distribution systems. Performs other related duties.FlaggerA worker who directs traffic in or around a construction site. May use signs or devices to direct traffic. May helpassemble, position and clean devices or equipment used to direct traffic. Must be able to effectivelycommunicate with the public. May require certain level of training by TXDOT specifications. Performs otherrelated duties.Form Builder/Setter, StructuresFits together, aligns and sets to grade metal and wooden forms for placement of concrete. Forms may bewood, steel, aluminum, fiberglass or any other type of material. Checks forms while concrete is placed. Mayinstall miscellaneous materials integral to concrete structures. May set precast concrete elements. Preparesfor slipforming traffic rail and median barrier. May install permanent metal deck forms. May work with powertools. Performs other related duties.Form Liner, Paving & CurbFits together, panels align and sets to grade metal and wooden forms for placement of concrete. <strong>Works</strong> withsurvey crew to set stringline for panels or moles. Performs other related duties.00820-602-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONForm Setter, Paving & CurbFits together, align and set to grade metal and wooden forms for placement of concrete paving and curbs.<strong>Works</strong> with survey crew to set stringline for paving, curb and gutter curb. Performs other related duties.Foundation Drill Operator, Crawler MountedOperates a hole-drilling machine that is crawler mounted. May include geotechnical operations such as soilsnails, rock nails, tiebacks, anchors and jet grouting. May oil, grease or otherwise service and make necessaryadjustments to equipment as needed. Performs other related duties.Foundation Drill Operator, Truck MountedOperates a hole drilling machine that is mounted on the rear of a rubber tired vehicle or truck. May include soilsnails, rock nails, tiebacks, anchors and jet grouting. Drive truck from location to location or may have laborerwho drives truck. May oil, grease or otherwise service and make necessary adjustments to equipment asneeded. Performs other related duties.Front End Loader OperatorOperates a rubber tired, skid steer or crawler type tractor with an attached scoop type bucket on front end.Machine is used to load materials from stockpiles, excavation, charging batch plants, loading and unloadingtrucks. May be used with attachments in lieu of the bucket. May oil, grease or otherwise service and makenecessary adjustments to equipment as needed. Performs other related duties.Laborer, CommonA general term used on construction work covering many unskilled classifications requiring work of a physicalnature. A laborer works with all crews doing everything from pick and shovel work to cleaning up lumber withhammer, shoveling and placing concrete, uses air tools, cleans concrete joints and fills joints with sealingcompound from bucket or with hose and nozzle from a central source, applies coating of oil to inside face offorms, may help set and strip forms, unloads and transports reinforcing steel, cures newly poured concrete,helps lower pipe into ditch for pipelayers, builds fences, works with dirt crew keeping construction layout stakesout of the way of dirt moving equipment.Laborer, UtilityPerforms a variety of manual duties, usually working in a utility capacity by working on multiple projects andtasks where demands require workmen with varied experience and ability to work without close direction.Unloads and transports reinforcing steel. May occasionally place and tie reinforcing steel. Directs commonlaborers in pouring concrete. Erects shoring and bracing. Assists in installation of pipe. Installs, operate andmaintains dewatering systems. May assist equipment operators in positioning machines, verifying grades andsignaling operators. Directs truck drivers and scraper operators to dumping positions to maintain grades asdirected. Uses power tools and air tools. May work as lead man in a labor crew. His performance of a widevariety of construction jobs distinguishes him from a helper assigned to a specific craft. Installs and maintainserosion control. I s more or less a general utility construction worker. May be second step in learning a skill,and may later become a helper in a specific classification. Performs other related duties.Manhole BuilderConstructs a means of permanent access to water and sewer lines for maintenance purposes. This workconsists of laying brick or concrete slab at bottom of ditch up to an approximate grade line near the surface ofthe ground. Brick or block is normally laid to form a nearly circular manhole. Brick or block is laid in by eyesightand is normally to a plumb line. Chipped or culled brick can be used quite often is. No effort may be made tokeep mortar off the face of the brick and joints are not pointed. May apply coating of concrete to interior andexterior surface. Performs other related duties.MechanicAssembles, set up, adjusts and maintains and repairs all types of construction equipment and trucks. He mayperform the duties of a welder in repair of equipment. Performs other related duties.Milling Machine Operator, Fine GradeOperates a power-driven milling machine that planes material of the roadbed and discharges the material intoa hauling unit or a windrow. May oil, grease or otherwise service and make necessary adjustments toequipment as needed. Performs other related duties.Mixer OperatorPerforms a variety of manual duties, usually working in a utility capacity by working on multiple projects andtasks where demands require workmen with varied experience and ability to work without close direction.Unloads and transports reinforcing steel. May occasionally place and tie reinforcing steel. Directs common00820-702-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONlaborers in pouring concrete. Erects shoring and bracing. Assists in installation of pipe. Installs, operate andmaintains dewatering systems. May assist equipment operators in positioning machines, verifying grades andsignaling operators. Directs truck drivers and scraper operators to dumping positions to maintain grades asdirected. Uses power tools and air tools. May work as lead man in a labor crew. His performance of a widevariety of construction jobs distinguishes him from a helper assigned to a specific craft. Installs and maintainserosion control. Is more or less a general utility construction worker. May be second step in learning a skill,and may later become a helper in a specific classification. Performs other related duties.Motor Grader Operator, RoughOperates a motor grader. Equipment is used to grade excavation and embankment and to lay asphalt, baseand other materials. May blade haul roads and do other general motor grader work, but does not perform finishgrade work to close specification tolerances. This operator may be a learner in the first phase of learning theskills of motor grader work. May oil, grease or otherwise service and make necessary adjustments toequipment as needed. Performs other related duties.Motor Grader OperatorOperates a motor grader. Equipment is used to grade excavation and embankment and to lay asphalt, baseand other materials. May blade haul roads and do other general motor grader work, but does not perform finishgrade work to close specification tolerances. This operator may be a learner in the first phase of learning theskills of motor grader work. May oil, grease or otherwise service and make necessary adjustments toequipment as needed. Performs other related duties.OilerA learner or semi-skilled worker who under the direction of the watch engineer May oil and grease or otherwiseservice all engines and necessary equipment as needed. He may clean and paint engine room as needed.Performs other related duties.Painter, StructuresPaints and stains structural steel and concrete surfaces of bridges, retaining walls, or other structures. Directscleaning and abrasive blasting of surfaces prior to painting or staining. Performs other related duties.Pavement Marking Machine OperatorOperates machine used in laying paint stripes or markers on all types of paving. Loads machine withappropriate materials and may walk or ride on machine. May oil, grease or otherwise service and makenecessary adjustments to equipment as needed. Performs other related duties.PiledrivermanSets in place, aligns, plumbs directs driving of timber, concrete, steel, pipe and any other type of piling. Sets,drives and pulls steel, concrete and other types of sheet piling. Rigs pile and leads and bracing. Signalsoperator. Splices piles before and after driving. Directs pile cutoff. May direct jetting or drilling equipment inconnection with installing piles to grade. Performs other related duties.PipelayerInstalls concrete, clay, steel, ductile iron, plastic, corrugated pipe and any other type of pipe for storm drainage,water lines, gas lines and sanitary sewer lines. Lays underground communication and electrical ducts. Mayinstall and set electrical ground boxes, hand holes, manholes, inlets and other structures. Caulks joints, makethreaded and flanged connections. Installs valves and other accessories. Performs other related duties.Reinforcing Steel Setter, Paving<strong>Works</strong> from plans to lay out and install reinforcing steel within forms or in mats of concrete paving. May directunloading of material. Determines rigging required to complete work. Gives direction to reinforcing steel worker(helper) or common or utility laborers. May install miscellaneous materials integral to concrete structure orpaving. May work with power tools. Performs other related duties.Reinforcing Steel Setter,Structure<strong>Works</strong> from plans to lay out and install reinforcing steel within forms or in mats of concrete paving. May directunloading of material. Determines rigging required to complete work. Gives direction to reinforcing steel worker(helper) or common or utility laborers. May install miscellaneous materials integral to concrete structure orpaving. May work with power tools. Performs other related duties.00820-802-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONRoller Operator, Pneumatic, Self-PropelledOperates a self-propelled machine with either steel wheels pneumatic tires, which is used to compact andsmooth all bituminous materials. May oil, grease or otherwise service and make necessary adjustments toequipment as needed. Performs other related duties.Roller Operator, Steel Wheel, Flat Wheel/TampingOperates a self-propelled machine with either steel wheels or pneumatic tires which is used to compact earthfills, subgrade, flexible base and all other types of materials except bituminous. May oil, grease or otherwiseservice and make necessary adjustments to equipment as needed. Performs other related duties.Roller Operator, Steel Wheel, Plant Mix PavementOperates a self-propelled machine with either steel wheels pneumatic tires, which is used to compact andsmooth all bituminous materials. May oil, grease or otherwise service and make necessary adjustments toequipment as needed. Performs other related duties.Scraper OperatorOperates a self-contained wheeled tractor scraper both self loading or assisted by crawler tractors or otherscrapers. Used to excavate and transport earth or other materials. May oil, grease or otherwise service andmake necessary adjustments to equipment as needed. Performs other related duties.ServicerDrives a truck, which carries various fuels, oils, greases and filters. Must have knowledge of and is responsiblefor the correct oiling and greasing and changing of filters on equipment according to the manufacturers’specifications. Uses compressed air grease guns, wrenches and other tools. May make adjustments toclutches, brakes and other mechanical items. Keeps record of service preventive maintenance records. Mayhave laborer assisting him. May require CDL if driving truck on public highways. Performs other related duties.Sign Installer (PGM)Sets forms, reinforcing steel, anchor bolts and pours concrete for Sign foundations. Fabricates and erects pipeand angle Frameworks by bolting, welding or other means prior to installation of signs that are normallyprefabricated. <strong>Works</strong> from plans in location and drilling holes for proper location and alignment of signs. Maydirect hoisting of signs into place. Fastens signs to framework by bolting and other means. Locates and setslighting brackets. May perform other work associated with signing projects. Supervises sign erector helper.Performs other related duties.Slip Form Machine OperatorCleans and seals joints requiring a hot or cold sealing compound in concrete paving, sidewalks, driveway andapproach slabs. May oil, grease or make necessary repairs adjustments to equipment as needed. Performsother related duties.Spreader Box operatorOperates spreader box by adjusting hopper and strike off blade so that the gravel, stone or other material maybe spread to a specific depth on road surface during seal coat and surface treatment operations. May oil,grease or otherwise service and make necessary adjustments to equipment as needed. Performs other relatedduties.Structural Steel Worker<strong>Works</strong> from plans to lay out and install reinforcing steel within forms or in mats of concrete paving. May directunloading of material. Determines rigging required to complete work. Gives direction to reinforcing steel worker(helper) or common or utility laborers. May install miscellaneous materials integral to concrete structure orpaving. May work with power tools. Performs other related duties.Tractor operator, Crawler TypeOperates a crawler tractor with a bulldozer mounted in front of chassis to level, distribute and push earth orother material. May operate a ripper attachment to break up rock or other hard material. May use a pushblock on front of tractor to push load scrapers. May oil grease, or otherwise service and make minor repairsto equipment as needed. Performs other related duties.Tractor Operator, PneumaticOperates a gasoline or diesel powered agricultural tractor that tows compaction rollers, plow, disc. water tanks,scrapers and other similar operations. May use other miscellaneous attachments. May oil, grease or otherwiseservice and make necessary adjustments to equipment as needed. Performs other related duties.00820-902-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONTraveling Mixer OperatorDrives a gasoline or diesel truck upon which is mounted a concrete mixer. Operates concrete mixer and dumpsconcrete on the grade, into forms or into concrete pumps or buckets. Cleans mixer drum. May require CDLlicense for on highway use. May service and make necessary adjustments for proper operation of equipment.Performs other related duties.Truck driver, lowboy-FloatDrives a heavy-duty diesel powered truck to which is attached a trailer upon which heavy equipment is hauled.Driver is often required to operate heavy equipment to load or unload the lowboy. May require CDL license foron highway use. May service and make necessary adjustments for proper operation of equipment. Performsother related duties.Truck driver, Single Axle, HeavyDrive a light capacity truck for transporting loads of construction material. The truck is of single rear axle type,may have various kinds of beds attached, such as dump, flat bed, tank, etc. May require CDL license fordriving on highway. May services and make necessary adjustments for proper operation equipment. Performsother related duties.Truck driver, Single Axle-LightDrive a light capacity truck for transporting loads of construction material. The truck is of single rear axle type,may have various kinds of beds attached, such as dump, flat bed, tank, etc. May require CDL license fordriving on highway. May service and make necessary adjustments for proper operation equipment. Performsother related duties.Truck Driver, Tandem Axle, Semi-TrailerDrives a diesel-powered tractor pulling a semi trailer hauling materials. Hauls dirt, rock, aggregates or othermaterial. May require CDL license for driving on highway. May service and make necessary adjustmentsfor proper operation of equipment. Performs other related duties.Work Zone Barricade ServicerFabricates, erects and maintains temporary traffic control devices, including arrow boards, signs, barricades,channelizing devices, barrels and all message boards. May operate a truck during traffic control operations.WELDERS - Receives rate for craft being performed to which welding is incidental.00820-1002-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONEXHIBIT “B”CERTIFICATE FROM CONTRACTOR APPOINTING OFFICER OR EMPLOYEETO SUPERVISE PAYMENT OF EMPLOYEES<strong>Project</strong> Name<strong>Project</strong> WBS#:Date(I) (We) hereby certify that (I am) (we are) the Prime Contractor for(specify type of job)in connection with construction of the above-mentioned <strong>Project</strong>, and that (I) (we) haveappointed, whose signature appears below, tosupervise the payment of (my) (our) employees beginning , 20 ;that he/she is in a position to have full knowledge of the facts set forth in the payrolldocuments and in the statement of compliance required by the Copeland Act and the Cityof Houston, which he/she is to execute with (my) (our) full authority and approval until suchtime as (I) (we) submit to the City of Houston a new certificate appointing some otherperson for the purposes hereinabove stated.(Identifying Signature of Appointee)Phone:Witness/Attest:(Name of Firm or Corporation)By:(Signature)By:(Signature)(Title)(Title)NOTE: This certificate must be executed by an authorized officer of a corporation or by amember of a partnership, and shall be executed prior to and be submitted with the firstpayroll. Should the appointee be changed, a new certificate must accompany the firstpayroll for which the new appointee executes a statement of compliance required by theCopeland Act and the City of Houston.00820-1102-01-2014


CITY OF HOUSTONSTANDARD DOCUMENTWAGE SCALE AND PAYROLL REQUIREMENTSFOR ENGINEERING CONSTRUCTIONEXHIBIT “C”CERTIFICATE FROM SUBCONTRACTOR APPOINTING OFFICER OR EMPLOYEETO SUPERVISE PAYMENT OF EMPLOYEES<strong>Project</strong> Name<strong>Project</strong> WBS#:Date(I) (We) hereby certify that (I am) (we are) the Sub-Contractor for(specify type of job)in connection with construction of the above-mentioned <strong>Project</strong>, and that (I) (we) haveappointed, whose signature appears below, tosupervise the payment of (my) (our) employees beginning , 20 ;that he/she is in a position to have full knowledge of the facts set forth in the payrolldocuments and in the statement of compliance required by the Copeland Act and the Cityof Houston, which he/she is to execute with (my) (our) full authority and approval until suchtime as (I) (we) submit to the City of Houston a new certificate appointing some otherperson for the purposes hereinabove stated.(Identifying Signature of Appointee)Phone:Witness/Attest:(Name of Firm or Corporation)By:(Signature)By:(Signature)(Title)(Title)NOTE: This certificate must be executed by an authorized officer of a corporation or by amember of a partnership, and shall be executed prior to and be submitted with the firstpayroll. Should the appointee be changed, a new certificate must accompany the firstpayroll for which the new appointee executes a statement of compliance required by theCopeland Act and the City of Houston.END OF DOCUMENT00820-1202-01-2014


E. Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUMMARY OF WORKSection 01110SUMMARY OF WORKPART 1 G E N E R A L1.01 SECTION INCLUDESA. Summary of the Work including work by City, City furnished products, <strong>Works</strong>equence, future Work, Contractor use of Premises, and City occupancy.1.02 PROJECT DESCRIPTIONA. This project is for construction of the E.Coli Compliance Chlorination systems atTurkey Creek, Westway, and Kingwood West wastewater treatment facilities asidentified by contract documents for the City of Houston.B. This project involves the installation of new chemical injection equipment,contact basin mixers, hypochlorite storage tank replacements, level transducers,flow meters, chlorine sensors, controls, and chlorine contact basin modifications.1.03 SITE WALK-THROUGHA. A site visit is scheduled for April 17, 2014, beginning at 9:00am at the TurkeyCreek WWTP. After inspection of the site, we will travel as a group to theWestway WWTP, and finally to the Kingwood West WWTP. No specific time isset for the subsequent sites- this time will be determined based on time requiredfor everyone to be comfortable with the conditions of each previous site.1.04 WORK COVERED BY CONTRACT DOCUMENTSWork covered by this contract is for the construction of the Turkey Creek, Westway,and Kingwood West Wastewater Treatment Plants (WWTPs) Improvements asdescribed in this section. The full and complete project scope is described by thecontract documents consisting of technical specifications, drawings and otherdocuments included as part of the bid package. the exclusion of any scope from thissummary does not relieve the Contractor from fulfilling his obligation under thiscontract.A. Base Bid Item No. 1 shall consist of the following:1. Mobilization at Turkey Creek, Westway, and Kingwood West WWTPs by thecontractor to initiate project start-up. Includes construction of temporary fieldoffices and facilities as specified in Section 01520 – Temporary Field Office.No temporary field offices for Westway or Kingwood West WWTP arerequired.01110-14-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUMMARY OF WORKB. Base Bid Item No. 2 shall consist of the following:1. Turkey Creek WWTP Improvements, including but not limited to:a. The work is intended to rehab the chlorine contact basins,hypochlorite storage, containment and feed systems generallydescribed as follows in a manner or sequence that removes one-halfof the equipment or provides a substitute system or item such that theprocess of treatment is continuous and not interruptedb. Installation of tank foundations and associated piping, controls andancillary items for the new tanks (tanks are included as Bid Item No.3). The tanks shall be installed on new foundations that are elevatedwith regard to the pump suctions to provide a positive suction head.New piping (Sch 80 PVC) shall be smaller to increase the flow velocityto eliminate the crystallization of the NaClO. PVC air relief valves willbe installed to eliminate air binding of the pump discharges. Tankfoundations shall be designed to exceed the local windstorm pressurerequirements. The perimeter containment wall’s height shall beincreased to provide additional storage in the case that two tanksmight rupture and containment must be provided for 12,800 gallonsplus. All foundations are extended upwards to accommodate thenecessary storage requirement.c. Remove and replace the chemical pumps and their foundations andassociated piping, controls and ancillary items. Pumps will beinstalled with changed suction conditions that are designed to improvetheir performance. Improved controls will better match the pumpoutput to the process flow of the facility. The new pumps shall be thelatest model of the manufacturer that is equivalent or better than thatpresently in use.d. Provide and install a drain valve in the containment basin with aconnection to a gravity drain to the plant influent lift station. The drainwith valve will allow a controlled release of spills and stormwater tothe main flow stream so as to not disrupt the treatment efficiency ofthe facility.e. Provide a new primary flow measurement installation complete withhypochlorite feed controls. A new 4 foot wide Parshall flume isrequired to be installed within the existing 10 foot Parshall flumestructure. Improved flow measurement instruments and chlorinepump controls will be installed at appropriate locations to maximizeefficiency of plant chemical injection.f. Installation of a precast baffle wall will contain mixing volume to beproperly mixed.01110-24-3-2014


E. Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUMMARY OF WORKg. Flow partitioning for dry and wet weather flows using weirs will beinstalled per plans. One chlorination basin will be subdivided into twosegments with baffles to reduce short circuiting of the flow. Theremaining two contact basins will be modified to accommodateincreased cross-aeration and baffling. Aeration will be modified toprovide velocity gradients to eliminate the deposition of solids.Special weirs or weir gates will be installed to proportion the wetweather flows to additional basins as the flow increases. Increasedrecycling will be required to return transition flows to the facility’s wetwell.h. The aeration system will be altered using new and existing piping,valves and diffusers to reduce the air requirements for mixing andmaintenance of the effluent dissolved oxygen.i. Each contact basin shall be cleaned and refurbished whereby eachpart is operational to an equal or better condition as it was originallyprovided. When not in service, there shall be no leaks of air or waterin the standby basins. New drain valves (stainless steel – 316) shallbe provided and installed per plans.j. Upstream junction boxes will be raised to accommodate the elevatedflow levels for the new Parshall flume at the facility.C. Base Bid Item No. 3 shall consist of the following:1. Turkey Creek WWTP Improvements, including but not limited to:a. Remove and replace the hypochlorite storage tanks along with theirassociated piping and ancillary items. The new tanks shall beconstructed with linings that have increased capability to resistdeterioration from the caustic properties of the NaClO. Tanks shall bedesigned to exceed the local windstorm pressure requirements.D. Base Bid Item No. 4 shall consist of the following:1. Turkey Creek WWTP Improvements, including but not limited to:a. Installation of a new mixing system for the sodium hypochloriteinjection point. It will consist of a 25 HP mixer at the entrance to thechlorine contact basin. The mixer shall provide the TCEQ specifiedlevel of power input to increase the effectiveness of the chlorinedisinfection.E. Base Bid Item No. 5 shall consist of the following:1. Turkey Creek WWTP Improvements, including but not limited to:a. A second identical complete mixing unit shall also be provided as aspare, turned over to the City properly packaged for prolongedstorage.01110-14-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUMMARY OF WORKF. Base Bid Item No. 6 shall consist of the following:1. Turkey Creek WWTP Improvements, including but not limited to:a. Programming services for all newly installed or modified equipment,including local controls for chemical controls, mixer controls, and airvalve controls, as well as integration with City of Houston SCADAsystem.G. Base Bid Item No. 7 shall consist of the following:1. Westway WWTP Improvements, including but not limited to:a. The work is intended to rehab the hypochlorite storage, and feedsystems generally described as follows in a manner or sequence thatremoves one-half of the equipment or provides a substitute system oritem such that the process of treatment is continuous and notinterrupted.b. Installation of tank foundations and associated piping, controls andancillary items for the new tanks (tanks are included as Bid Item No.8). The tanks shall be installed on new foundations that are elevatedwith regard to the pump suctions to provide a positive suction head.New piping (Sch 80 PVC) shall be smaller to increase the flow velocityto eliminate the crystallization of the NaClO. PVC air relief valves willbe installed to eliminate air binding of the pump discharges. Tankfoundations shall be designed to exceed the local windstorm pressurerequirements.c. Remove and replace the hypochlorite pumps and their foundationsand associated piping, controls and ancillary items. Pumps will beinstalled with changed suction conditions that are designed to improvetheir performance. Improved controls will better match the pumpoutput to the process flow of the facility. Replacement pumps shall bethe latest model of the manufacturer of the item presently in service.d. Provide a new primary flow measurement installation complete withhypochlorite feed controls. Improved flow measurement instrumentsand chlorine pump controls will be installed at appropriate locations tomaximize efficiency of plant chemical injection.e. Provide and install drain valve and manhole outside the containmentbasin to existing gravity drain to the plant influent lift station. Thedrain valve will allow a controlled release of spills to the main flowstream so as to not disrupt the treatment efficiency of the facility.f. Installation of a slide gate hood to prevent flow from leaving themixing area before being properly mixed with sodium hypochlorite.g. Each chlorination basin will be subdivided into segments with bafflesto reduce short circuiting of the flow.01110-44-3-2014


E. Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUMMARY OF WORKh. The aeration system will be altered using existing piping, valves anddiffusers to reduce the air requirements for mixing and maintenance ofthe effluent dissolved oxygen.i. Modifications to the Plant Lift Station MCC to remove existing acrossthe-linestarters and replace with VFD drives. Work will includereplacement of existing feeder breakers, and branch circuits to eachof the pumps- including new ductbank conduit and conductors.Installation of ductbank will include sawcutting of existing concretepavement and all required repairs to match existing conditions. Flowcontrols will be updated to incorporate the variable flow functionality ofthe lift pumps after modifications are complete.H. Base Bid Item No. 8 shall consist of the following:1. Westway WWTP Improvements, including but not limited to:a. Remove and replace the hypochlorite storage tanks along with theirassociated piping and ancillary items. The new tanks shall beconstructed with linings that have increased capability to resistdeterioration from the caustic properties of the NaClO. Tanks shall bedesigned to exceed the local windstorm pressure requirements.I. Base Bid Item No. 9 shall consist of the following:1. Westway WWTP Improvements, including but not limited to:a. Installation of a new mixing system for the sodium hypochloriteinjection point. It will consist of a 5 HP mixer in the influent channel tothe chlorine contact basins. The mixer shall provide the TCEQspecified level of power input to increase the effectiveness of thechlorine disinfection.J. Base Bid Item No. 10 shall consist of the following:1. Westway WWTP Improvements, including but not limited to:a. A second identical complete mixing unit shall be provided as a spare,turned over to the City properly packaged for prolonged storage.K. Base Bid Item No. 11 shall consist of the following:1. Westway WWTP Improvements, including but not limited to:a. Programming services for all newly installed or modified equipment,including local controls for chemical controls, mixer controls, and VFDlift station controls, as well as integration with City of Houston SCADAsystem.01110-14-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUMMARY OF WORKL. Base Bid Item No. 12 shall consist of the following:1. Kingwood West WWTP Improvements, including but not limited to:a. Modification of the sodium hypochlorite pump discharge piping toinclude a PVC air relief valve, and other piping modifications asshown in the drawings.b. Replacement of the Chlorine Residual Monitors.1.05 CASH ALLOWANCESA. Include the following specific Cash Allowances in Contract Price under provisionof General Conditions Paragraph 3.11:1. Building Permit Fees1.06 WORK SEQUENCEA. Data for facilities and utilities shown were taken from plans and record drawingsfrom several accessible sources. Contractor should anticipate the possibilitythat the actual field locations of facilities and utilities may vary from what isshown in the Contract Drawings. Contractor shall make a complete andindependent verification of utility locations prior to submittal of subsequent shopdrawings.B. Contractor shall submit a sequence of construction for review by <strong>Project</strong>Manager. Proposed sequence of construction shall address proposed methodand timing of major construction activities. Refer to Section 01325 -Construction Schedule for specific details.C. Construct the Work in Phases during the construction period. Coordinateconstruction schedule and operations with the Construction <strong>Project</strong> Manager.D. Where work involves additions, modification, demolition, or renovations toexisting facilities, Contractor shall remove, relocate, and extend existinginstallations to accommodate new construction. This includes relocation ofconduits, equipment and materials that may obstruct placement of newequipment. Existing spare conduits and equipment may not be located at exactplace shown on plans. Relocations and adjustments up to 20 feet are requiredas part of this contract. Where spare buried conduits are to be reused, conduitsshall be cleaned out of all debris before use. It further includes extension ormodification of existing circuits that are related to work covered under thisproject. Contractor shall field observe existing conditions prior to submitting abid to become familiar with existing conditions and shall account for anyrelocations or extensions in bid. Refer to “As-Built” drawings and existing O&M<strong>Manual</strong>s. Failure to do so is at Contractors’ risk and at no additional cost toOwner.E. Any required bypass pumping to meet requirements of paragraph D shall beincluded in the contractor’s scope of work.01110-64-3-2014


E. Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUMMARY OF WORK1.07 COORDINATION OF WORKA. Refer to Section 01312 – Coordination and Meetings.B. Obtain all required permits.C. Extreme caution shall be used during construction near parking lots andadjacent buildings.D. Contact City of Houston Waste Water Operations a minimum of one (1) weekprior to taking any existing equipment, basin, etc. out of service. Contactinformation for each plant’s point of contact will be distributed at the preconstructionmeeting.E. Coordinate activity schedule and extend full cooperation to other contractorswho have responsibilities either concurrent with, proceeding or following thisContractor's time along work site. Ensure availability of access, availability ofselected portions of this area to others and provide appropriate information forplanning purposes to other contractors.F. Coordinate all work activities with City of Houston Waste Water Operations toensure all facilities remain in service through the duration of the project. Thisscope of work impacts an active wastewater facility where flows cannot beinterrupted for construction activity- but may be transferred to alternate basins,re-routed through bypass pumping, or other similar means.1.08 CONTRACTOR USE OF PREMISESA. Comply with procedures for access to site and Contractor’s use of rights-of-wayas specified in Section 01145 - Use of PremisesB. Construction Operations: Limited to City of Houston rights-of-way and areasshown or described in Contract Documents.C. Prevent overstress to any existing work and structures affected by constructionoperations. Verify the effect of operations in this regard, and provide temporarysupports and connections required to assure safety and stability of bothproposed and existing work.D. Existing facilities immediately adjacent to proposed work. Special shoring andother protective measures may be required to protect the work and existingfacilities, at no additional cost. Refer to Specification 01504, 02260 and 02317(Document 821 referenced in Specification 02260, 1.05D2 is not applicable).E. Provide video footage-DVD format—of pre-construction and post-constructionsite conditions as described in Section 01321—Construction Photographs.1.09 WARRANTYA. Comply with warranty requirements in accordance with Document 00700 -General Conditions.01110-14-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4SUMMARY OF WORK1.10 UTILITY SERVICE LINESA. Underground utility lines are not shown on the drawings. Contractor shallanticipate that such lines exist and repair them if damaged during construction.No separate pay will be made for repairs. The cost shall be incidental to thework.1.11 INTERPRETATION OF CONFLICTSA. Should conflicts occur in Contract Documents, request interpretation beforeproceeding with Work by submitting a Request For Information (RFI). Suchrequests shall first be preceded by a diligent investigation into ContractDocuments. Provide evidence of such investigation in requests forinterpretation.B. Unless otherwise approved by <strong>Project</strong> Manager, Work shall not continue atlocations where a conflict has been encountered.PART 2 P R O D U C T S – Not UsedPART 3 E X E C U T I O N – Not UsedEND OF SECTION01110-84-3-2014


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTUSE OF PREMISESSection 01145USE OF PREMISES1.01 SECTION INCLUDESA. General use of the site including properties inside and outside of rights-of-way,work affecting road, ramps, streets and driveways and notification to adjacentoccupants.1.02 RIGHTS-OF-WAYA. Confine access, and operations and storage areas to rights-of-way provided by theCity as stipulated in Document 00700 - General Conditions; trespassing onabutting lands or other lands in the area is not allowed.B. Make arrangements, at no cost to the City, for temporary use of private properties.Contractor and Surety shall indemnify and hold harmless the City against claims ordemands arising from such use of properties outside of rights-of-way. Submit acopy of agreements between private property owners and Contractor prior to useof the area. Agreements between private property owners and Contractor shall benotarized or bear the signatures of two witnesses.C. Obtain written permission from City of Houston Parks and RecreationDepartment for storage of materials on esplanades and other areas withinrights-of-way under that department's jurisdiction. Submit copies of writtenpermission prior to use of the area.D. Restrict total length of distributed materials along the route of construction to1,000 linear feet unless otherwise approved in writing by City Engineer.1.03 PROPERTIES OUTSIDE OF RIGHTS-OF-WAYA. Do not alter the condition of properties adjacent to and along rights-of-way.B. Do not use ways, means, methods, techniques, sequences, or proceduresthat result in damage to properties or improvements.C. Restore damaged properties outside of rights-of-ways at no cost to the city1.04 USE OF SITEA. Obtain approvals from governing authorities prior to impeding or closing publicroads and streets. Do not close more than two consecutive intersections at onetime.01145-101-01-2011


USE OF PREMISESCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTB. Notify <strong>Project</strong> Manager and <strong>Public</strong> <strong>Works</strong> and <strong>Engineering</strong> Traffic ManagementBranch at least five working days prior to closing a street or street crossing.Obtain permits for street closures in advance.C. Maintain 10-foot-wide minimum access lanes for emergency vehicles includingaccess to fire hydrants.D. Avoid obstructing drainage ditches or inlets. When obstruction is unavoidable dueto requirements of the Work, provide grading and temporary drainage structures tomaintain unimpeded flow.E. Locate and protect private lawn sprinkler systems that may exist within the site.Repair or replace damaged systems to condition existing at start of the Work, orbetter. Test irrigation system prior to construction.F. Conform to daily clean-up requirements of Article 3 of Document 00700 - GeneralConditions.G. Beware of overhead power lines existing in area and in close proximity of the<strong>Project</strong>. When 10 feet of clearance between energized overhead power line andconstruction-related activity cannot be maintained, request Center Point Energy(CPE) de-energize or move conflicting overhead power line. Contact CPErepresentatives at (713) 207-2222. Schedule, coordinate and pay costsassociated with de-energizing or moving conflicting overhead power lines. Whenthere is no separate pay item for this effort, include these costs in various items ofbid that make such work necessary.1.05 NOTIFICATION TO ADJACENT OCCUPANTSA. Notify individual occupants in areas to be effected by the Work of proposedconstruction and time schedule. Notify not less than 72 hours or more than twoweeks prior to work performed within 200 feet of homes or businesses. Followform and content of sample door hanger provided by <strong>Project</strong> Manager.B. Include in notification nature of the Work, and names and telephone numbersof two company representatives for resident contact available on 24-hour call.C. Submit proposed notification to <strong>Project</strong> Manager for approval. Consider ethnicityof the neighborhood where English is not the dominant language. Provide notice inan understandable language.1.06 PUBLIC, TEMPORARY, AND CONSTRUCTION ROADS AND RAMPSA. Construct and maintain temporary detours, ramps, and roads to provide for normalpublic traffic flow when it is necessary to close public roads or streets.01145-201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTUSE OF PREMISESB. Provide mats or other means to prevent overloading or damage to existingroadways from tracked equipment, large tandem axle trucks or equipmentthat will damage the existing roadway surfaces.C. Construct and maintain access roads and parking areas as specified in Section01504 - Temporary Facilities and Controls.1.07 EXCAVATION IN STREETS AND DRIVEWAYSA. Avoid hindering or inconveniencing public travel on streets or intersectingalleys for more than two blocks at any one time, except by permission of CityEngineer.B. Obtain Traffic Management Branch and City Engineer's approval when natureof the Work requires closure of an entire street. Permits required for streetclosure are Contractor's responsibility. Avoid unnecessary inconvenience toabutting property owners.C. Remove surplus materials and debris and open each block for public use, as workin that block is complete.D. Acceptance of any portion of the Work will not be based on return of street topublic use.E. Avoid obstructing driveways or entrances to private property.F. Provide temporary crossings or complete excavation and backfill in one continuousoperation to minimize duration of obstruction when excavation is required acrossdrives or entrances.G. Provide barricades and signs in accordance with Section VI of the State of Texas<strong>Manual</strong> on Uniform Traffic Control Devices.1.08 TRAFFIC CONTROLA. Comply with traffic regulation as specified in Section 01555 - Traffic Controland Regulation.1.09 SURFACE RESTORATIONA. Restore the site including landscaping to the condition existing beforeconstruction, or better.B. Repair paved areas per the requirements of Section 02951 - PavementRepair and restoration.01145-301-01-2011


CITY OF HOUSTONUSE OF PREMISESSTANDARD GENERAL REQUIREMENTC. Repair damaged turf areas, level with bank run sand conforming to Section02317 - Excavation and Backfill for Utilities, or topsoil conforming to Section02911 - Topsoil, and re-sod in accordance with Section 02922 - Sodding.Water and level newly sodded areas with adjoining turf using appropriatesteel wheel rollers for sodding. Do not use spot sodding or sprigging.1.10 LIMITS OF CONSTRUCTIONA. Confine operations to lands within construction work limits shown onDrawings. Unless otherwise noted on Drawings adhere to the following:1. Where utility alignment is within esplanade, and construction limits areshown on Drawings to extend to edge of esplanade, keep equipment,materials, stockpiles a minimum of five feet from back of curb.2. Where construction limits shown on Drawings extend to property line,keep sidewalks free of equipment, materials, and stockpiles.1.11 EQUIPMENT AND MATERIAL SALVAGEA. Upon completion of the Work, carefully remove salvageable equipment andmaterial. Deliver them to City of Houston as directed by <strong>Project</strong> Manager.Dispose of equipment offsite at no additional cost to the City when <strong>Project</strong>Manager deems equipment unfit for further use.PART 2 P R O D U C T S - Not UsedPART 3 E X E C U T I O N - Not UsedEND OF SECTION01145-401-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCOORDINATION AND MEETINGSSection 01312COORDINATION AND MEETINGSPART 1 G E N E R A L1.01 SECTION INCLUDESA. General coordination including pre-construction meeting, site mobilizationconference, and progress meetings.1.02 COORDINATION OF DOCUMENTSA. Coordination is required throughout documents. Refer to Contractdocuments and coordinate as necessary.1.03 CONTRACTOR COORDINATIONA. Coordinate scheduling, submittals, and work of various Specification sectionsto assure efficient and orderly sequence of Installation of interdependentconstruction elements.B. Coordinate completion and clean up of the Work prior to the Date ofSubstantial Completion and for portions of the Work designated for City'spartial occupancy.C. Coordinate access to the site for correction of nonconforming work tominimize disruption of the City's activities where the City is in partialoccupancy.1.04 PRE-CONSTRUCTION MEETINGA. <strong>Project</strong> Manager will schedule pre-construction meeting.B. Attendance Required: City representatives, Design Consultant, specialconsultants as required by <strong>Project</strong> Manager, Contractor, and majorSubcontractors and Suppliers.C. Agenda:1. Distribution of Contract documents.2. Designation of personnel representing the Parties and DesignConsultant.01312-108-01-2003


COORDINATION AND MEETINGSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT3. Review of insurance.4. Discussion of formats for Schedule of Values and ConstructionSchedule.5. Procedures and processing of Shop Drawings, substitutions, payestimates or Applications for Payment, Requests for Information,Requests for Proposal, Modifications, and the Contract closeout, othersubmittals.6. Scheduling of the Work and coordination with other contractors.7. Review of Subcontractors and Suppliers.8. Appropriate agenda items listed for the site mobilization conference,Paragraph 1.05.C, when pre-construction meeting and sitemobilization conference are combined.9. Procedures for testing.10. Procedures for maintaining record documents.1.05 SITE MOBILIZATION CONFERENCEA. When required by Contract documents, <strong>Project</strong> Manager will schedule aconference at the <strong>Project</strong> site prior to Contractor mobilization.B. Attendance Required: City representatives, Design Consultant, specialconsultants, Superintendent, and major Subcontractors.C. Agenda:1. Use of premises by the City and Contractor.2. Safety and first aid procedures.3. Construction controls provided by the City.4. Temporary utilities.5. Survey and layout.6. Security and housekeeping procedures.7. Field office requirements.01312-208-01-2003


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCOORDINATION AND MEETINGS1.06 PROGRESS MEETINGSA. Hold meetings at <strong>Project</strong> field office or other location designated by <strong>Project</strong>Manager. Hold meetings at monthly intervals, or more frequently whendirected by <strong>Project</strong> Manager.B. Attendance Required: Superintendent, major Subcontractors and Suppliers,City representatives, Design Consultant and its subconsultants asappropriate for agenda topics for each meeting.C. <strong>Project</strong> Manager will make arrangements for meetings, and for recordingminutes.D. <strong>Project</strong> Manager will prepare the agenda and preside at meetings.E. Provide required information and be prepared to discuss each agenda item.F. Agenda:1. Review minutes of previous meetings.2. Review of construction schedule, pay estimates, cash flow curve,payroll and compliance submittals.3. Field observations, problems, and necessary decisions.4. Identification of problems that impede planned progress.5. Review of submittal schedule and status of submittals.6. Review of RFI and RFP status.7. Modification status.8. Review of off-site fabrication and delivery schedules.9. Maintenance of Construction Schedule.10. Corrective measures to regain Construction Schedule.11. Planned progress during the succeeding work period.12. Coordination of projected progress.13. Maintenance of quality and work standards.01312-308-01-2003


CITY OF HOUSTONCOORDINATION AND MEETINGSSTANDARD GENERAL REQUIREMENT14. Effect of proposed Modifications on Construction Schedule and coordination.15. Review <strong>Project</strong> Record Contract Drawings.16. Other item relating to the Work.PART 2 P R O D U C T S - Not UsedPART 3 E X E C U T I O N - Not UsedEND OF SECTION01312-408-01-2003


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTENVIRONMENTAL SAFETY ANDWORKER PROTECTIONSECTION 01351ENVIRONMENTAL SAFETY AND WORKER PROTECTIONPART 1 GENERAL1.01 SECTION INCLUDESEnvironmental Safety and Worker Protection including monitoring emissions andexposure to workers and providing an appropriate response. The role of theCertified Industrial Hygienist (CIH) is also defined.1.02 MEASUREMENT AND PAYMENTNo separate measurement and payment for work performed under this Section.The Contractor shall include the cost for this work in the contract bid price forwork of which this is a component part.1.03 REFERENCESThe following is a list of applicable requirements to this project. It is not intendedto be a complete listing of all laws and regulations to which the Contractor mustcomply.A. Code of Federal Regulations1. 29 CFR 1910, "Occupational Safety and Health Standards".a. 29 CFR 1910.146 "Permit-required confined spaces".2. 29 CFR 1926, "Safety and Health Regulations for Construction"(Construction Industry Standards).a. 29 CFR 1926.33 "Access to Employee Exposure and MedicalRecords".b. 29 CFR 1926.51, "Sanitation Standard".c. 29 CFR 1926.59, "Hazard Communication".d. 29 CFR 1926.62, "Lead".e. 29 CFR 1926.103 "Respiratory Protection".3. 40 CFR 50, "National Primary and Secondary Ambient Air Quality01351-101-01-2011


ENVIRONMENTAL SAFETY ANDWORKER PROTECTIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTStandards"a. 40 CFR 50 Appendix B, "Reference Method for the Determinationof Suspended Particulate Matter in the Atmosphere (High VolumeMethod)".b. 40 CFR 50 Appendix G, "Reference Method for the Determinationof Lead in Suspended Particulate Matter Collected from AmbientAir".4. 40 CFR 58, "Ambient Air Quality Surveillance".5. 40 CFR 60 Appendix A, "Visual Determination of Fugitive Emissions fromMaterial Sources and Smoke Emissions from Fires".6. 40 CFR 117, "Determination of Reportable Quantities for HazardousSubstances".7. 40 CFR 122, "Administered Permit Program: The National PollutantDischarge Elimination System".B. National Institute for Occupational Health and SafetyNIOSH Method 7082, "Lead" (or equivalent).C. American Society for Testing and MaterialsASTM D3335, "Test Method for Low Concentrations for Lead, Cadmium, andCobalt in Paint by Atomic Absorption Spectroscopy."D. EPA (Environmental Protection Agency) <strong>Public</strong>ations1. SW-846, "Test Methods for Evaluating Solid Waste - Physical/ChemicalMethods".2. EPA Method 3050, "Acid Digestion of Sediments, Sludges, and Soils".E. SSPC Guide 6, "Guide for Containing Debris Generated During Paint RemovalOperations".F. SSPC Guide 7, "Guide for the Disposal of Lead Contaminated SurfacePreparation Debris".G. SSPC <strong>Public</strong>ation 91-18, "Industrial Lead Paint Removal Handbook".01351-201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTENVIRONMENTAL SAFETY ANDWORKER PROTECTIONH. Texas Commission on Environmental Quality1. Texas Administrative Code (TAC) 30, Chapter 101, "General Rules".2. Texas Administrative Code (TAC) 30, Chapter 111, "Control of AirPollution from Visible Emissions and Particulate Matter".3. Texas Administrative Code (TAC) 30, Chapter 290, "Water Hygiene".4. Texas Administrative Code (TAC) 30, Chapter 307, "Surface Water QualityStandards".5. Texas Administrative Code (TAC) 30, Chapter 309, "Effluent Limitations".6. Texas Administrative Code (TAC) 30, Chapter 335, "Industrial Solid Wasteand Municipal Hazardous Waste".1.04 SUBMITTALSA. Submittals shall conform to requirements of Section 01330 – SubmittalProcedures.B. Submittals shall conform to appropriate codes for regulatory requirements.1.05 DEFINITIONA. Acceptance Criteria: Minimum standards for the content of programs, plans,procedures, and designs required by this specification for the performance of thisproject. Acceptance criteria will be the basis for judging the responsiveness ofContractors' programs and will also be used as a basis for suspending work, ifnecessary.B. Action Level: Employee exposure, without regard to the use of respirators, to anairborne concentration of lead of 30 micrograms per cubic meter of air (μg/m3)calculated as an eight hour time-weighted average (TWA).C. CERCLA: Comprehensive Environmental Response, Compensation, and LiabilityAct; commonly called Superfund. Federal laws addressing the clean up ofhazardous waste sites. Amended in 1986 by Superfund Amendments and Re-Authorization Act (SARA). EPA implementing regulations are contained in 40CFR 300-373.D. Competent Person: One who is capable of identifying existing and predictablelead hazards in the surroundings or working conditions and who has authorizationto take prompt corrective measures to eliminate them.01351-301-01-2011


ENVIRONMENTAL SAFETY ANDWORKER PROTECTIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTE. Containment System: An enclosure built around lead paint removal areasdesigned to contain lead paint debris and prevent emissions to the environment.F. Dust Collection: Mechanical ventilation system designed specifically for thecontainment, capture, and removal of airborne particulate from the containment.Dust collection systems shall include ductwork, plenums and/or hoppers, anddust collector(s) for the removal of leaded paint dust from the air stream prior todischarging to the atmosphere.G. Emission: A release of material to the air, water, or ground.H. Entry/Exit Airlock: An isolated enclosure located at the entrance of thecontainment in which the workers remove contaminated dust and debris fromtheir work clothes.I. EPA: The US. Environmental Protection Agency. Regulations are contained inTitle 40 of the Code of Federal Regulations (40 CFR).J. Hazardous Waste (lead paint debris): Waste that is classified as hazardous dueto its concentrations of regulated hazardous substances. Paint debris isclassified as hazardous waste if, after testing by the Toxicity CharacteristicLeaching Procedure (TCLP), the leachate contains any of the 8 metals or othersubstances in concentrations at or above limits established in 40 CFR 261.K. HEPA: A high efficiency particulate filter (HEPA) that is 99.97% efficient againstparticles of 0.3 microns in size or larger.L. Lead Containing Dust and Debris: Dust and debris generated during the projectwhich contains lead in any amount, including but not limited to pulverized paint,spent abrasive, filters (wet and dry), and containment materials upon which leadis still present.M. NIOSH: National Institute of Occupational Safety and Health.N. OSHA: Occupational Safety and Health Administration. Standards are containedin Title 29 of the Code of Federal Regulations, Parts 1910 and 1926 (29 CFR1910 and 29 CFR 1926).O. Owner: The City of HoustonP. PEL: Permissible Exposure Limit. An employee exposure, without regard to theuse of respirators, to an airborne concentration of lead of 50 μg/m3 over an 8hour TWA.Q. POTW: <strong>Public</strong>ly Owned Treatment <strong>Works</strong>01351-401-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTENVIRONMENTAL SAFETY ANDWORKER PROTECTIONR. RCRA: Resource Conservation and Recovery Act. Federal law pertaining tohazardous waste management. EPA implementing regulations are contained in40 CFR 240-280.S. Regulated Area: Area established by the Contractor to demarcate the zone(s)beyond which airborne concentrations of lead do not exceed the Action Level.T. SSPC: Society for Protective Coatings. An independent, non-profit organizationof engineers, technical specialists, and Contractors whose goal is research anddevelopment of new coatings and methods for removal, application, and disposalof existing coatings on industrial structures.U. Tarpaulins: Flexible fabric, vinyl, plastic or canvas cover sheets, impenetrable todust, wind, and water, used to enclose the cable and/or scaffold support systemcomprising the containment enclosure.V. TCLP: Toxicity Characteristic Leaching Procedure. Laboratory tests conductedon wastes that determine the amount of hazardous materials that leach out into atest solution. The test is intended to simulate the properties of water as it leachesthrough a solid waste landfill. TCLP testing is defined in 40 CFR 261, AppendixII.W. TSP: Total Suspended ParticulatePART 2 PRODUCTS2.01 MATERIAL AND EQUIPMENTA. The Contractor is to supply materials and equipment to insure the safety andprotection of workers and the environment in accordance with thesespecifications.PART 3 EXECUTION3.01 ENVIRONMENTAL PROTECTION AND MONITORINGNOTE: Section 09971 "Painting and Protective Coatings", 2.04 "ContainmentSystem” specifically identifies containment system requirements.A. Protection of Ambient Air: Visible emissions are to be controlled to meet, as aminimum, TAC 30 Chapter 111," Control of Air Pollution from Visible Emissionsand Particulate Matter" requirements and SSPC-Guide 6I (CON), Level 1Emissions. Air monitoring and analysis may be performed by the City duringabrasive blast cleaning operations. Such monitoring will be in accordance with 4001351-501-01-2011


ENVIRONMENTAL SAFETY ANDWORKER PROTECTIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCFR 50, Appendix B, "Reference Method for the Determination of SuspendedParticulate Matter in the Atmosphere" and/or 40 CFR 50, Appendix G, "ReferenceMethod for the Determination of Lead in Suspended Particulate Matter Collectedfrom Ambient Air". The limits for down wind pollutant concentrations allowedduring blasting operations are as follows:PM-10: 450 micrograms/cubic meter/ 8 hr.. (40 CFR 50.6)Lead (Pb): 13.5 micrograms/cubic meter/8 hr.. (40 CFR 50.12)Visible emissions and/or monitored emissions for PM-10 and TSP lead in excessof the above levels shall be cause for shut down of the project until corrections tocontrol/ containment system or paint removal/ surface preparation operations aremade to comply with these requirements.B. Protection of Surface and Storm Water: The Contractor shall take all necessaryprecautions to ensure lead contaminants do not enter surface waters or stormwater drainage systems.1. The Contractor shall protect the area around ditches and drainage inlets.Daily verification of proper protection to minimize the potentialcontaminants reaching the drainage system shall be performed.2. The Contractor shall collect all potentially contaminated process waters fortesting and, as appropriate, treatment. Process water from pressurewashing, wet abrasive blast cleaning or hygiene facilities shall not bedischarged to drainage systems or surface waters.3. The Contractor may remove lead or other heavy metals from such watersthrough filtration, ion exchange or other approved means. Followingtreatment, water samples must be tested prior to disposal. Discharge tosanitary sewer lines requires authorization, in writing, from a POTW.C. Protection of Soil and Grounds: The Contractor shall protect the soil around thestructure to ensure that the soil does not become contaminated. Where lead ispresent in the coatings to be removed, as indicated in Section 02136 "WasteMaterial Handling and Disposal", the Contractor shall provide for the samplingand analysis of soil samples for total lead content.1. Sampling and analysis shall be performed prior to commencement of paintremoval operations to establish a background "base level". Soil samplesshall be taken 3 feet from the base of the tank(s), at a distance of 6-10 feetbeyond the proposed containment structure and at the property line.2. Samples from each area shall be taken in a minimum of four directions, at01351-601-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTENVIRONMENTAL SAFETY ANDWORKER PROTECTIONcircular increments of 90 0 , one of which shall include the direction ofprevailing wind. Samples shall also be obtained, at the direction of theengineer, at the closest points of public access (i.e. housing, park, school).3. The soil sampling procedure shall be as outlined in SSPC Guide 6 Section5.5.5. Each sampling point shall be sufficiently identified on a site map toallow return to the exact location upon project completion.4. Each sample shall be split in two portions, one for immediate analysis andthe other sealed, preserved and furnished to the Engineer. The samplesshall be analyzed in accordance with EPA Method 3050, "Acid Digestion ofSediments, Sludges and Soils", and shall be performed by a qualifiedlaboratory approved by the Engineer.5. Samples shall be obtained at the completion of work (post-constructionsamples) from all locations from which pre-construction samples wereobtained. Samples shall be collected, handled and tested in the samemanner as described above.6. Upon completion of the work, soils found to be contaminated with lead ingreater quantity than found in the background "base level", established atthe start of the work, shall be removed by the Contractor to the depthnecessary to achieve a lead content equivalent to, or below, the preconstructionback ground levels. Disposal shall be in accordance withapplicable regulations.7. The Contractor shall replace in-kind (i.e., topsoil, structural fill, etc.) with anequivalent amount of non-contaminated soil, compact in place and gradeto pre-existing conditions. The Contractor shall also replace in-kind anysurface improvements, such as grass, shrubs, etc. that were damaged ordestroyed by the work. The soil removal, replacement and related work isto be performed by the Contractor at no additional cost to the Owner.3.02 WORKER PROTECTIONA. The Contractor shall develop a written Compliance Program to establish andimplement practices and procedures for assuring that no employee is exposed tolead at concentrations greater than 50 micrograms per cubic meter of air (μg/m 3 ),the OSHA permissible exposure limit (PEL). This program is in addition to otherOSHA hazard communication and safety and health requirements of the project,and shall be revised and updated at least every six months.1. The program shall establish methods for complying with this specificationand the OSHA Construction Industry Lead Standard, 29 CFR1926.62(e)(2)(ii). The Federal regulation is referred to as the "Lead01351-701-01-2011


ENVIRONMENTAL SAFETY ANDWORKER PROTECTIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTStandard" for the purpose of this specification.2. The program shall apply to all Contractor employees associated with leadon the project, and to subcontractors working under the direct control ofthe Contractor who are associated with lead on the project.3. The program shall assign the specific responsibility for implementation andenforcement of the program to the Contractors' company management.The Contractor's Competent Person(s) shall be identified, by name, andqualifications submitted. The Competent Person shall be on-site duringany operations which involve the removal, handling or disturbing of leadcontaining materials.4. The program shall contain a description of each activity in which lead isemitted (e.g. equipment used, material involved, controls in place, crewsize, employee job responsibilities, operating procedures and maintenancepractices).5. The program shall contain a report of the technology considered inmeeting the PEL and air monitoring data which documents the source oflead emissions.6. The program shall contain a work practice program which includes itemsrequired in the lead standard such as protective clothing and equipment,housekeeping, and hygiene facilities and practices.B. Exposure Monitoring: The Contractor shall be responsible for conducting andreporting worker exposure assessments in accordance with 29 CFR 1926.62.1. Representative personal air samples shall be collected at the beginning ofthe lead removal work to determine employee lead exposures. Tasksinvolving potential lead exposure include, but are not limited to, paintremoval operations, clean-up, and debris handling operations. Full shift(at least 7 hours) air samples shall be collected for each job classificationin the exposure area. The range of exposures for lead removal andcleanup activities shall be determined.2. During the initial monitoring, workers performing the following activities (orequivalent) shall be protected to the anticipated exposure levels which aredictated by the lead standard:a. 500 μg/m 3 : <strong>Manual</strong> demolition of structures containing leadcontainingcoatings or paint (e.g., dry wall), manual scraping,manual sanding, heat gun applications, power tool cleaning withdust collection systems, and spray painting with lead paint.01351-801-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTENVIRONMENTAL SAFETY ANDWORKER PROTECTIONb. 2,500 μg/m 3 : Using lead-containing mortar, lead burning, orconducting the following activities where lead-containing coatingsor paint are present: rivet busting, power tool cleaning without dustcollection systems, clean-up activities where dry expendableabrasives are used, and the movement and removal of abrasiveblasting enclosures.c. More than 2,500 μg/m 3 : Activities involving lead containingcoatings or paint on structures disturbed by abrasive blasting,welding, cutting, and torch burning.3. Protection requires compliance with the necessary respiratory protection,personal protective clothing and equipment, change areas and washingfacilities, blood lead and zinc protoporphyrin monitoring, and employeetraining. The protection measures shall be modified, as necessary, afterthe exposure results are received.4. Where initial monitoring indicates that lead exposures are below the ActionLevel, and where work activities and conditions remain the same as at thetime of initial sampling, additional monitoring need not be repeated for thatwork activity.5. Where the initial monitoring of a given work activity indicates that leadexposures are at or above the Action Level, additional exposuremonitoring shall be conducted monthly. The monthly monitoring is morefrequent than frequencies established in the lead standard which are atleast every 6 months if above the Action Level, but below the PEL, orevery 3 months if above the PEL.6. All air samples shall be collected and analyzed according to NIOSHMethod 7082, or equivalent. All samples shall be analyzed by laboratoriesaccredited by the American Industrial Hygiene Association for metalsanalysis.7. All exposed employees shall be notified in writing of the monitoring resultswithin five (5) days after receiving the results.8. The Action Level for airborne lead exposure is 30 μg/m 3 , as an 8-hour timeweighted average (TWA) concentration, without regard to the use ofrespirators. Whenever workers' airborne lead exposures exceed theAction Level, the Contractor shall implement the following:a. Periodic Exposure Monitoringb. Employee Information and Training01351-901-01-2011


ENVIRONMENTAL SAFETY ANDWORKER PROTECTIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTc. Employee Medical Surveillance and Medical Removal Protectiond. Housekeepinge. Record keepingf. Signs and Regulated Areas9. The Permissible Exposure Limit (PEL) for airborne lead exposure is 50μg/m 3 , as an 8-hour TWA concentration. When the work area containsairborne lead levels above the PEL the Contractor shall implement thefollowing in addition to those items listed in 3.02.B.8 of this section:a. Compliance Programb. Respiratory Protectionc. Protective Clothing and Equipmentd. Hygiene Facilities and PracticesC. Respiratory Protection: After feasible engineering controls and work practiceshave been implemented, respiratory protection shall be used to maintainemployees' lead exposures below the PEL.1. Respirators shall be worn by all employees, other Contractors, inspectors,or observers who enter regulated areas.2. The Contractor shall develop a written Respiratory Protection Program incompliance with 29 CFR 1910.134, paragraphs (b), (d), (e), and (f), andthe lead standard. The program shall address the selection, use,maintenance, and inspection of respirators, and qualifications for respiratorusers.D. Protective Clothing and Equipment: The Contractor shall provide protectiveclothing and equipment and ensure they are worn by all employees whose leadexposures exceed the PEL, or who enter regulated areas.1. Protective clothing shall include washable and/or disposable full bodycoveralls, gloves, foot coverings, and hoods. Other protective equipmentshall include face shields, hard hats, eye protection, and hearingprotection as appropriate.2. Disposable protective clothing shall be used for no more than one workday. Such clothing may have to be disposed of as hazardous waste.3. Reusable protective equipment shall be cleaned or replaced weekly ifexposure levels are less than 200 μg/m 3 , or daily if the exposure levels aregreater than or equal to 200 μg/m 3 .4. Clothing shall not be removed or "cleaned" by any means which couldreintroduce the lead dust into the ambient air. This includes brushing,01351-1001-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTENVIRONMENTAL SAFETY ANDWORKER PROTECTIONshaking, and blowing. Vacuums equipped with HEPA filters shall be usedfor this purpose.5. Reusable coveralls shall be collected at the end of each work day inclosed containers. The containers shall be labeled in accordance with therequirements of 29 CFR 1926.62(g)(2)(vii). Contaminated clothing shallbe cleaned in accordance with all applicable Federal, State, or localregulations pertaining to lead-contaminated laundry and water discharge.Laundries shall be informed that the clothing contains lead. If the clothingis washed on site, the discharge water shall be filtered, containerized, andarrangements made with the local POTW or other approved means ofproper disposal.6. Protective clothing and equipment shall be removed in the contaminatedsection of the change area and shall not be worn into any clean areas.7. The Contractor shall provide the necessary clothing and equipment for useby the Owner and its designated representatives.E. Housekeeping: Accumulations of lead-containing dust and debris generated bywork activities shall be removed and cleaned daily.1. All persons doing the cleanup shall be trained in performing lead activities,respirator qualified, and participate in the medical surveillance program.Respirators and protective clothing shall be worn by all persons doing thecleanup.2. Compressed air may be used for housekeeping if used within containmentand in conjunction with a ventilation system designed to capture the dust.Otherwise, HEPA-filtered vacuum cleaners shall be employed.3. All lead-containing dust and debris shall be collected in sealed containers.The waste shall be tested to determine whether it will be disposed of ashazardous waste.F. Personal Hygiene Facilities and Practices1. Clean change areas shall be provided when employees' lead exposuresexceed the PEL. The change areas shall be equipped with storagefacilities for street clothing and a separate area for the removal andstorage of lead-contaminated clothing and equipment. They shall bedesigned and used so that contamination of street clothing does not occur.Employees shall not leave the project site wearing any clothing worn whileperforming lead activities. Airborne lead exposures in the change areashall be maintained below the Action Level.01351-1101-01-2011


ENVIRONMENTAL SAFETY ANDWORKER PROTECTIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT2. Shower facilities shall be provided whenever employees' lead exposuresexceed the PEL. Shower facilities shall comply with OSHA SanitationStandard, 29 CFR 1929.51. All employees whose lead exposures exceedthe PEL shall shower at the end of each work shift or before leaving theproject area. The shower facilities shall be made available for use by theOwner and its representatives, such as inspectors or observers.3. Arrangements shall be made with the local POTW for the proper disposalof the shower and wash water after filtration (e.g., through a three stage100, 50, and 5 micron filtering system), ion exchange, or other approvedtreatment technology.4. Clean lunch areas shall be provided for all employees whose leadexposures exceed the PEL. Employees shall remove or clean (byvacuuming) their protective clothing and wash their hands and face beforeentering the lunch area. Lead exposures in the lunch area shall bemaintained as free as practicable from lead contamination.5. An adequate number of clean lavatory and hand washing facilities shall beprovided. These shall comply with the OSHA Sanitation Standard, 29CFR 1929.51.6. Eating, drinking, smoking, chewing of food or tobacco products, or theapplication of cosmetics shall not be permitted in any areas where the leadexposures exceed the PEL. Thorough washing of hands and face isrequired prior to undertaking any of these activities.G. Medical Surveillance and Medical Removal Protection1. All employees who are exposed to lead above the Action Level in a singleday during this project shall be provided with initial and periodic medicalexaminations and blood lead tests as required by the lead standard. Afinal blood lead test shall be provided for each worker upon completion ofthe project, or at any time a worker's employment at the project ceases.2. When blood lead levels over 50 μg/dl are encountered, the Contractorshall provide for the temporary removal of employees from lead exposureabove the Action Level. The required medical surveillance and periodicblood lead tests shall be provided in strict accordance with the leadstandard throughout the removal.3. Employees who will be required to wear a respirator or who request oneshall be provided with a respirator and the necessary medicalexaminations to determine their ability to wear a respirator.01351-1201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTENVIRONMENTAL SAFETY ANDWORKER PROTECTION4. All examinations shall be provided by the Contractor and shall beperformed by or under the direct supervision of a licensed physician.H. Employee Information and Training1. The Contractor shall provide lead training for all employees who areexposed to lead above the Action Level for this project.2. The content of lead training shall include, as a minimum, those items listedin the lead standard.3. Training shall also include hazard communication in accordance with 29CFR 1926.59.4. The Contractor shall notify other employers at the project site of the natureof the lead exposure work, the need to remain out of exposure areas, thewarning sign and labeling system in effect, and the potential need for themto take measures to protect their employees.I. Signs and Regulated Areas1. The Contractor shall establish a regulated area surrounding activitieswhere lead exposures exceed the Action Level. This includes locationswhere lead-containing debris is handled or transferred to storagecontainers.2. The regulated area shall be demarcated by ropes, tape, walls, orcontainment's with caution signs posted at all accessible sides. Signsshall contain the legend:WARNINGLEAD WORK AREAPOISONNO SMOKING OR EATING3. The Contractor shall control access of persons into regulated areas.Access shall be limited to individuals with proper training and personalprotective equipment, and medical surveillance testing.4. All persons entering regulated areas shall wear protective clothing andrespirators.5. Eating, drinking, smoking, and chewing of food or tobacco products shallbe prohibited in regulated areas and in any area where lead exposuresexceed the Action Level.01351-1301-01-2011


ENVIRONMENTAL SAFETY ANDWORKER PROTECTIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTJ. Record keeping: All records relating to training, medical examinations, blood leadmonitoring, and exposure monitoring shall be maintained by the Contractor asrequired by the lead standard. All records shall be available for review by theOwner or its representative upon request.3.03 CERTIFIED INDUSTRIAL HYGIENIST (CIH)A. The Contractor shall provide for the services of a Certified Industrial Hygienist(CIH) who must be certified by the American Board of Industrial Hygiene incomprehensive practice.B. Duties of the CIH shall be as follows:1. Conduct and/or verify training for contractor employees in accordance with29 CFR 1926.62 (l).2. Review and approve Contractor's Written Compliance Plan forconformance to 29 CFR 1926.62(e)(2)(ii) and this Specification.3. Monitor and evaluate work weekly to assure conformance with theapproved plan and that hazardous exposure is adequately controlled inaccordance with worker safety and health requirements of thesespecifications4. Provide monthly reports of work compliance with control requirements inregards to working in a lead environment.C. Activities of the CIH shall include:1. Meet with City to discuss details of Contractor's Written Compliance Planfor lead paint removal.2. Ensure worker and area air monitoring, testing and reporting areconducted by or under the direction of the CIH.3. Furnish a detailed worker and area air monitoring schedule coordinatedwith Contractor's proposed production schedule.4. Directing, monitoring and inspecting lead paint removal work to ensurethat the requirements of the Contract have been satisfied during the entirelead paint removal operation.5. Report results of air monitoring samples to the Engineer, signed by theCIH within 48 hours after the air samples are taken.6. The CIH shall review sampling data, collected on a day when lead paint01351-1401-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTENVIRONMENTAL SAFETY ANDWORKER PROTECTIONremoval operations occur, to determine if conditions require any change inwork methods. Removal work shall not continue until approval is given bythe CIH.7. The CIH shall verify in writing and submit monitoring data to verify that:3.04 DEMOBILIZATIONa. Air borne lead levels at and beyond the lead control (regulated)area were and remained less than 30 mg/m 3 of airb. Contractor conformance to 29 CFR 1926.62 and Item 3.02, abovec. There were no visible accumulations of lead contaminated paint,dust or debris on the work site. Adjacent areas that may havebecome contaminated were properly cleaned and inspected.d. The CIH shall verify that the work area and contractor's equipmenthave been adequately cleaned of lead contamination prior todemobilization from the work site.The Contractor shall not remove the lead control area, boundaries, warning signs,etc. prior to proper removal of all hazardous wastes, debris and materials fromthe site and the City's receipt and acceptance of the CIH's verification.END OF SECTION01351-1501-01-2011


CITY OF G E N E R A LSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSSection 01410TPDES REQUIREMENTS1.01 SECTION INCLUDESA. Documentation to be prepared and signed by Contractor/Operator beforeconducting construction operations, in accordance with the Texas PollutantDischarge Elimination System (TPDES) Construction General Permit NumberTXR 150000 issued February 15, 2008 (the Construction General Permit).B. Implementation, maintenance inspection, and termination of storm waterpollution prevention control measures including, but not limited to, erosionand sediment controls, storm water management plans, waste collection anddisposal, off-site vehicle tracking, and other appropriate practices shown onthe Drawings or specified elsewhere in the Contract.C. Review of the Storm Water Pollution Prevention Plan (SWP3) implementationin a meeting with <strong>Project</strong> Manager prior to start of construction.1.02 DEFINITIONSA. Commencement of Construction Activities: The exposure of soil resultingfrom activities such as clearing, grading, and excavation activities, as well asother construction related activities (e.g., stock piling of fill material, demolition).B. Large Construction Activity: <strong>Project</strong> that:o1. disturbs five acres or more, or2. disturbs less than five acres but is part of a larger common plan ofdevelopment that will disturb five acres or more of land.C. Small Construction Activity: <strong>Project</strong> that:1. disturbs one or more acres but less than five acres, or2. disturbs less than one acre but is part of a larger common plan ofdevelopment that will ultimately disturb one or more acres but less thanfive acres.D. TPDES Operator:Operator - The person or persons associated with a large or small constructionactivity that is either a primary or secondary as defined below:01410-102-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPrimary Operator – the person or persons associated with a large or smallconstruction activity that meets either of the following two criteria:(a)(b)the persons have operational control over construction plans and specifications,including the ability to make modifications to those plans and specifications; orthe person or persons have day-to-day operational control of those activitiesat a construction site that are necessary to ensure compliance with a stormwater pollution prevention plan (SWP3) for the site or other permit conditions(e.g., they are authorized to direct workers at a site to carry out activities requiredby the SWP3 or comply with other permit conditions).Secondary Operator – The person whose operational control is limited to theemployment of other operators or to the ability to approve or disapprove changesto plans and specifications. A secondary operator is also defined as a primary operatorsif there are no other operators if there are no other operators at the construction site.PART 2PART 3P R O D U C T S - Not UsedE X E C U T I O N3.01 SITE SPECIFIC STORM WATER POLLUTION PREVENTION PLAN (SWP3)A. Prepare a SWP3 following Part III of the Construction General Permit and theStorm Water Management Handbook for Construction Activities issued underCity Ordinance Section 47-695(b). If conflicts exist between the ConstructionGeneral Permit and the handbook, the more stringent requirements will apply.B. Update or revise the SWP3 as needed during the construction following PartIII, Section E of the Construction General Permit.C. Submit the SWP3 and any updates or revisions to <strong>Project</strong> Manager for reviewand address comments prior to commencing, or continuing, constructionactivities.3.02 NOTICE OF INTENT For Large Construction ActivityA. Fill out, sign, and date TCEQ Form 20022 (03/05/2008) Notice of Intent (NOI) forStorm Water Discharges Associated with Construction Activity under theTPDES Construction General Permit (TXR 150000), ATTACHMENT 1 of thisSection 01410.B. Transmit the signed Contractor’s copy of TCEQ Form 20022 (03/05/2008), alongwith a $325.00 check, made out to Texas Commission on EnvironmentalQuality, and the completed Payment Submittal Form to <strong>Project</strong> Manager.01410-202-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSC. <strong>Project</strong> Manager will complete a separate TCEQ Form 20022 (03/05/2008) forCity’s Notice of Intent, and will submit both Notices, along with checks forapplication fees, to the TCEQ.D. Submission of the Notice of Intent form by both the City and Contractor toTCEQ if mailing is required a minimum of seven days before Commencement ofConstruction Activities.3.03 CONSTRUCTION SITE NOTICE FOR SMALL CONSTRUCTION ACTIVITYA. Fill out, sign, and date the Construction Site Notice, Attachment 2 to TPDESGeneral Permit TXR 150000, “Construction Site Notice”, ATTACHMENT 2 ofthis Section 01410.B. Transmit the signed Construction Site Notice to <strong>Project</strong> Manager at leastseven days prior to Commencement of Construction Activity.3.04 CERTIFICATION REQUIREMENTSA. Fill out TPDES Operator’s Information form, ATTACHMENT 3 of this Section01410, including Contractor’s name, address, and telephone number, and thenames of persons or firms responsible for maintenance and inspection oferosion and sediment control measures. Use multiple copies as required todocument full information.B. Contractor and Subcontractors shall sign and date the Contractor’s /Subcontractor’s Certification for TPDES Permitting, ATTACHMENT 4 of thisSection 01410. Include this certification with other <strong>Project</strong> certification forms.C. Submit properly completed certification forms to <strong>Project</strong> Manager for reviewbefore beginning construction operations.D. Conduct inspections in accordance with TCEQ requirements. Ensurepersons or firms responsible for maintenance and inspection of erosion andsediment control measures read, fill out, sign, and date the Erosion ControlContractor’s Certification for Inspection and Maintenance. Use the City of HoustonStorm Water Pollution Prevention Plan, Construction Site Inspection Report,ATTACHMENT 5 of this Section 01410 to record maintenance inspections andrepairs.3.05 RETENTION OF RECORDS01410-0302-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTA. Keep a copy of this document and the SWP3 in a readily accessible locationat the construction site from Commencement of Construction Activity untilsubmission of the Notice of Termination (NOT) for Storm Water DischargesAssociated with Construction Activity under TPDES Construction GeneralPermit (TXR 150000). Contractors with day-to-day operational control overSWP3 implementation shall have a copy of the SWP3 available at a centrallocation, on-site, for the use of all operators and those identified as havingresponsibilities under the SWP3. Upon submission of the NOT, submit allrequired forms and a copy of the SWP3 with all revisions to <strong>Project</strong> Manager.3.06 REQUIRED NOTICESA. Post the following notices from effective date of the SWP3 until date of finalsite stabilization as defined in the Construction General Permit:1. Post the TPDES permit number for Large Construction Activity, with asigned TCEQ Construction Site Notice for large or Small Construction Activity.Signed copies of the City’s and Contractor’s NOI must also be posted.2. Post notices near the main entrance of the construction site in aprominent place where it is safely and readily available for viewing byGeneral <strong>Public</strong>, Local, State, and Federal Authorities. Post name and telephonenumber of Contractor’s local contact person, brief project description andlocation of the SWP3.a. If posting near a main entrance is not feasible due to safetyconcerns, coordinate posting of notice with <strong>Project</strong> Manager toconform to requirements of the Construction General Permit.b. If <strong>Project</strong> is a linear construction project (e.g.: road, utilities,etc.), post notice in a publicly accessible location near activeconstruction. Move notice as necessary.3. Post a notice to equipment and vehicles operators, instructing them tostop, check, and clean tires of debris and mud before driving ontotraffic lanes. Post at each stabilized construction access area.4. Post a notice of waste disposal procedures in a readily visible locationon site.3.07 ON-SITE WASTE MATERIAL STORAGEA. On-site waste material storage shall be self-contained and shall satisfyappropriate local, state, and federal rules and regulations.01410-0402-01-2011


CITY OFSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSB. Prepare list of waste material to be stored on-site. Update list as necessary toinclude up-to-date information. Keep a copy of updated list with the SWP3.C. Prepare description of controls to reduce pollutants generated from on-sitestorage. Include storage practices necessary to minimize exposure ofmaterials to storm water, and spill prevention and response measuresconsistent with best management practices. Keep a copy of the descriptionwith the SWP3.3.08 NOTICE OF TERMINATIONA. Submit a NOT, ATTACHMENT 7 of this Section 01410, to <strong>Project</strong> Managerwithin 30 days after:1. Final stabilization has been achieved on all portions of the site that are theresponsibility of the Contractor; or2. Another operator has assumed control over all areas of the site that havenot been stabilized; and3. All silt fences and other temporary erosion controls have either beenremoved, scheduled to be removed as defined in the SWP3, or transferredto a new operator if the new operator has sought permit coverage.B. <strong>Project</strong> Manager will complete City’s NOT and submit Contractor and City’snotices to the TCEQ and MS4 entities.END OF SECTION01410-0502-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPAGE LEFT INTENTIONALLY BLANK01410-602-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSATTACHMENT 101410-702-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTATTACHMENT 101410-802-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSATTACHMENT 101410-902-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTATTACHMENT 101410-1002-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSATTACHMENT 201410-1102-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPAGE LEFT INTENTIONALLY BLANK01410-1202-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSATTACHMENT 3TPDES OPERATOR’S INFORMATIONOwner’s Name and Address:City of HoustonContractors’ Names and Addresses:General Contractor:Mr. ___________________________________(City Official)______________________________________(Department)P. O. Box 1562Houston, Texas 77251-1562(713) 247-1000Telephone:Site Superintendent:Telephone:Erosion Control andMaintenance Inspection:Telephone:Subcontractors’ Names and Addresses:Phone:Phone:Note: Insert name, address, and telephone number of person or firms01410-1302-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPAGE LEFT INTENTIONALLY BLANK01410-1402-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSATTACHMENT 4CONTRACTOR’S / SUBCONTRACTOR’SCERTIFICATION FOR TPDES PERMITTINGI certify under penalty of law that I understand the terms and conditions of TPDESGeneral Permit No. TXR150000 and the Storm Water Pollution Prevention Plan for theconstruction site identified as part of this certification.Signature:Name: (printed or typed)Title:Company:Address:Date:Signature:Name: (printed or typed)Title:Company:Address:Date:Signature:Name: (printed or typed)Title:Company:Address:Date:01410-1502-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPAGE LEFT INTENTIONALLY BLANK01410-1602-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSATTACHMENT 501410-1702-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTATTACHMENT 501410-1802-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSNo exceptions noted.The following must be corrected prior to continuing work:<strong>Public</strong> Notice improperly postedTPDES/EPA Permit Number __________COH Storm Water Quality Permit Number __________Initial Construction Site Inspection Report information requires updatingCopy of NOI not on siteStorm water pollution prevention plan not on siteErosion and sediment controls improperly installedErosion and sediment control devices improperly maintainedFueling or washout areas not properly protectedPortocan or other sanitary facilities not properly protectedSelf-inspection and maintenance records incompleteSediment from site outside area of constructionOther (see description below)ATTACHMENT 6City of HoustonStorm Water Pollution Prevention PlanConstruction Site Inspection ReportDATE __________Please contact the Storm Water Quality Engineer at611 Walker, RA-257, Houston TX 77002713-837-7383 fax 713-837-0570Once the above items have been corrected, call to arrange for reinspection. No furtherinspections for any construction related activity shall be made until the above items have beencorrected.Inspector's SignatureContractor’s SignatureInspector's NameContractor’s Namenot presentDistribution Stormwater Quality Engineer, Code Enforcement, Inspector, Operator(Operator is Contractor)Form _________ (10-01-01)01410-1902-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPAGE LEFT INTENTIONALLY BLANK01410-2002-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSATTACHMENT 701410-2102-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPAGE LEFT INTENTIONALLY BLANK01410-2202-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTPDES REQUIREMENTSATTACHMENT 701410-2302-01-2011


TPDES REQUIREMENTSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTATTACHMENT 701410-2402-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTMOBILIZATIONSection 01502MOBILIZATIONPART 1G E N E R A L1.01 SECTION INCLUDESA. Mobilization of construction equipment and facilities onto the site.1.02 MEASUREMENT AND PAYMENTA. Unit Price Contracts. If Contract is Unit Price Contract, measurement for mobilization is on alump sum basis.B. Stipulated Price (Lump Sum) Contract. If Contract is Stipulated Price Contract, payment forWork in this Section is included in total Stipulated Price.C. Mobilization payments will be included in monthly payment estimates upon writtenapplication by Contractor subject to the following provisions:1. Authorization for payment of 50 percent of that portion of Contract Price designatedfor mobilization will be made upon receipt and approval by <strong>Project</strong> Manager of thefollowing items, as applicable:a. Safety Program (Document 00700, Paragraph 10.1.1).b. Site Utilization Plan (Section 01145).c. Schedule of Values (Section 01292), if any.d. Initial Construction Photographs (Section 01321), if needed.e. Preliminary Construction Schedule and Billing Forecast (Section 01325).f. Construction Schedule (Section 01325 or Section 01326, as applicable).g. Submittal Schedule (Section 01330).h. Site specific Storm Water Pollution Prevention Plan (SWPPP) and Notice ofIntent (NOI) along with storm water application fee (Section 01410), ifrequired.i. Contractor’s Quality Control Plan (Section 01450), if required.01502-108-01-2008


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTMOBILIZATIONj. Establishment of a Field Office for <strong>Project</strong> Manager meeting requirements ofSection 01520 - Temporary Field Office.k. Traffic Control Plan (Section 01555), if required.l. Plan for Control of Ground and Surface Water (Section 01578), if required.m. <strong>Project</strong> Signs Submittal (Section 01580).n. Trench Safety Program (Section 02260), if required.o. Dewatering plan, when required.2. Authorization for payment of the balance of that portion of Contract Price designatedfor mobilization will be made upon completion of the Work amounting to fivepercent of Original Contract Price. The amount of Contract Price designated formobilization may not be applied in computing whether or not five percent of theOriginal Contract Price has been obtained.3. Mobilization payments will be subject to retainage amounts stipulated in Document00700 – General Conditions.PART 2P R O D U C T S -Not UsedPART 3E X E C U T I O N -Not UsedEND OF SECTION01502-208-01-2008


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTEMPORARY FACILITIESAND CONTROLSSection 01504TEMPORARY FACILITIES AND CONTROLSPART 1G E N E R A L1.01 SECTION INCLUDESA. Temporary facilities and necessary controls for the <strong>Project</strong>, including utilities,telephone, sanitary facilities, storage sheds and building, safetyrequirements, first aid equipment, fire protection, security measures,protection of the Work and property, access roads and parking,environmental controls, pest and rodent control and disposal of trash, debrisand excavated material.B. Facilities and controls specified in this section are considered minimum forthe <strong>Project</strong>. Provide additional facilities and controls for proper execution ofthe Work and to meet Contractor’s responsibilities for protection of personsand property.1.02 MEASUREMENT AND PAYMENTA. UNIT PRICES1. No separate payment will be made for any temporary facilities and controlsrequired under this section. Include cost of such work in contract price listedfor mobilization.1.03 CONTRACTOR’S RESPONSIBILITYA. Comply with applicable requirements specified in other sections ofSpecifications.1. Maintain and operate temporary facilities and systems to assurecontinuous service.2. Modify and extend systems as the Work progress requires.3. Completely remove temporary materials and equipment when nolonger required.4. Restore existing facilities used for temporary services to specified ororiginal condition.PART 2P R O D U C T S - NOT USED01504-101-01-2011


TEMPORARY FACILITIESAND CONTROLSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPART 3E X E C U T I O N3.01 TEMPORARY UTILITIESA. Obtaining Temporary Service:B. Water:1. Make arrangements with utility service companies for temporaryservices.2. Abide by rules and regulations of the utility service companies orauthorities having jurisdiction.3. Be responsible for utility service costs until Date of SubstantialCompletion. Included are fuel, power, light, heat, and other utilityservices necessary for execution, completion, testing, and initialoperation of work.1. Provide water required for and in connection with work to be performedand for specified tests of piping, equipment, devices, or for other useas required for proper completion of the Work.2. Water to be drawn from public fire hydrants. Obtain transit meter fromCity of Houston, Department of <strong>Public</strong> <strong>Works</strong> and <strong>Engineering</strong>, Tapsand Meters Section. Pay required deposit based on rates establishedby latest ordinance.3. Provide and maintain an adequate supply of potable water fordomestic consumption by Contractor personnel, <strong>Project</strong> Manager andrepresentatives of the City.C. Electricity and lighting:1. Provide electric power service required for the Work including requiredtesting, lighting, operation of equipment, and other Contractor use.2. Electric power service includes temporary power or generatorsrequired to maintain plant operations during scheduled shutdowns.3. Minimum lighting level shall be 10 foot-candles for open areas;20-foot-candles for stairs and shops. Provide a minimum of one300-watt lamp for each 200 square feet of work area.D. Temporary Heat and Ventilation:01504-201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTEMPORARY FACILITIESAND CONTROLS1. Provide temporary heat necessary for protection or completion of theWork.2. Provide temporary heat and ventilation to assure safe workingconditions; maintain enclosed areas at a minimum of 50 degrees F.E. Telephone:1. Provide emergency telephone service at <strong>Project</strong> site for use byContractor personnel and others performing work or furnishingservices at the site.2. Provide Houston-Metro lines, allowing unlimited calls, without chargein Greater Houston Metropolitan area with "call waiting" and "callforwarding" options. Provide one telephone answering machine withbeeperless remote message retrieval capability.F. Sanitary Facilities:1. Provide and maintain sanitary facilities for persons on the site; complywith regulations of State and local departments of health.2. Enforce use of sanitary facilities by construction personnel at site.Enclose sanitary facilities. Pit-type toilets are not permitted. Nodischarge will be allowed from these facilities. Collect and storesewage and waste so as not to cause nuisance or health problems.Haul sewage and waste off-site and properly dispose in accordancewith applicable regulations.3. Locate toilets near the Work site and secluded from view insofar aspossible. Keep toilets clean and supplied throughout the course of theWork.3.02 STORAGE SHEDS AND BUILDINGSA. Provide adequately ventilated, watertight storage facilities with floor aboveground level for Products susceptible to weather damage.B. Storage of Products not susceptible to weather damage may be on blocks offthe ground.C. Store Products in a neat and orderly manner. Place Products to permit easyaccess for identification, inspection and inventory.D. Fill and grade site for temporary structures to provide drainage away fromtemporary and existing buildings.01504-301-01-2011


TEMPORARY FACILITIESAND CONTROLSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT3.03 SAFETY REQUIREMENTSA. Submit a safety program at the pre-construction meeting and follow theprogram in accordance with Document 00700 – General Conditions. Includedocumented response to trench safety requirements of Section 02260 -Trench Safety System.B. Conduct operations in strict accordance with applicable Federal, State andlocal safety codes and statutes and with good construction practice.Establish and maintain procedures for safety of all work, personnel andequipment involved in the Work.C. Observe and comply with Texas Occupational Safety Act (Art. 5182a, V.C.S.)and with all safety and health standards promulgated by Secretary of Laborunder Section 107 of Contract Work Hours and Standards Act, published in29 CFR Part 1926 and adopted by Secretary of Labor as occupational safetyand health standards under Williams-Steiger Occupational Safety and HealthAct of 1970, and to other legislation enacted for safety and health ofContractor employees. Safety and health standards apply to Subcontractorsand Suppliers as well as to the Contractor.D. Observance of and compliance with safety regulations is Contractor’sresponsibility without reliance or superintendence of or direction by <strong>Project</strong>Manager. Immediately advise <strong>Project</strong> Manager of investigation or inspectionby Federal Safety and Health inspectors of Contractor’s or Subcontractor'swork or place of work on site under the Contract, and after investigation orinspection, advise <strong>Project</strong> Manager of results. Submit one copy of accidentreports to <strong>Project</strong> Manager within 10 days of occurrence.E. Protect areas occupied by workmen using the best available devices fordetection of lethal and combustible gases. Test devices frequently to assurefunctional capability. Constantly observe infiltration of liquids into the Workarea for visual or odor evidence of contamination, and immediately takeappropriate steps to seal off entry of contaminated liquids to the Work area.F. Implement safety measures, including but not limited to safety personnel,first-aid equipment, ventilating equipment and other safety equipmentspecified or detailed on Drawings.G. Maintain required coordination with City Police and Fire Departments duringentire period covered by the Contract.H. Include <strong>Project</strong> safety analysis in safety plan. Itemize major tasks andpotential safety hazards. Plan to eliminate hazards or protect workers and publicfrom each hazard.01504-401-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTEMPORARY FACILITIESAND CONTROLS3.04 FIRST AID EQUIPMENTA. Provide a first aid kit throughout the construction period. List telephonenumbers for physicians, hospitals, and ambulance services in each first aidkit.B. Have at least one person thoroughly trained in first aid and CPR procedurespresent on the site when work is in progress. Contractor to conform toprotocols and requirements for training and protection against “blood bornepathogens”.3.05 FIRE PROTECTIONA. Conform to specified fire protection and prevention requirements establishedby Federal, State, or local governmental agencies and as provided in SafetyProgram.3.06 SECURITY MEASURESA. Protect the Work, materials, equipment, and property from loss, theft,damage, or vandalism. Protect City property used in performance of theContract.B. If existing fencing or barriers are breached or removed for purposes ofconstruction, provide and maintain temporary security fencing equal toexisting.3.07 PROTECTION OF UTILITIES AND PIPELINESA. Prevent damage to existing public utilities during construction. Approximatelocations of known utilities are shown on Drawings, but all lines may not beshown. Excavate with caution and repair lines damaged by constructionoperations.B. Use the Utility Coordinating Committee One Call System, telephone number,(713) 223-4567, which must be called 48 hours in advance. The toll freetelephone number is 1-800-669-8344, Texas One Call System.C. Before excavating, locate underground utilities by appropriate meansincluding the use of metal detection equipment, and probes, or by excavationor surveys. Repair damage caused by investigative work and by failure tolocate or to preserve underground utilities.D. Give utility owners a minimum five days notice before commencingexcavation to allow time to locate utilities and make adjustments or01504-501-01-2011


TEMPORARY FACILITIESAND CONTROLSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTrelocations when they conflict with the Work. Include cost for temporaryrelocation of water, wastewater, and storm drainage lines, necessary toaccommodate construction, in unit prices for utility construction unlessotherwise noted. Bypassing of sanitary waste to storm drainage facilities isnot allowed.E. Prior to excavation near pipelines, request a representative of the pipelinecompany to meet with Contractor and <strong>Project</strong> Manager at the site to discussprocedures to be used. Request pipeline company's representative to locatethe pipelines in at least three locations: at each side and at centerline ofproposed excavation of proposed utility. Also request representative and<strong>Project</strong> Manager to be present to observe Contractor operations whenexcavation is conducted within 15 feet of pipeline.F. Utility service lines are not shown on the construction document drawings. Contractorshould anticipate that such service lines exit and should exercise extreme caution duringconstruction. The utility service lines should be repaired and restored immediately as perthe specification, if damaged due to any construction activities. No separate payment willbe made for this repair and restoration work. Include payment in unit price for work inappropriate sections.G. Prior to abandonment of utility, make appropriate arrangements with City and owner ofutility to terminate service, remove meters, tranformers, and poles as may be required bysite conditions.3.08 PROTECTION OF THE WORK AND PROPERTYA. Preventive Actions1. Take necessary precautions and actions to prevent damage, injury, orloss to the Work or public and private property, including:a. Storage of apparatus, supplies, and Products in an orderly, safemanner to limit interference with progress of the Work or workof other contractors, utility service companies, or the City'soperations.b. Suitable storage for Products subject to damage by exposure toweather, theft, breakage, etc.c. Limitation of loading pressures imposed upon portions of theWork.d. Frequent clean up of refuse, scrap materials, and debris fromconstruction operations, necessary to maintain the site in a safeand orderly condition.01504-601-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTEMPORARY FACILITIESAND CONTROLSe. Provision of barricades and guard rails to protect pedestrianand traffic around openings, scaffolding, temporary stairs andramps, excavations, elevated walkways, and other hazardousareas.2. Protect public and private property adjacent to the site. Obtain writtenconsent before entering or occupying privately-owned land except oneasements provided for construction. Restore property damaged byconstruction operations to condition equal to or better than thatexisting before the damage.B. Barricades and Warning Systems1. Where work is performed on or adjacent to roadways, rights-of-ways,or public land, provide barricades, fences, lights, warning signs,danger signals, and other precautionary measures necessary forprotection of persons or property and for protection of the Work.a. Erect sufficient barricades to keep vehicles and pedestriansfrom entering the Work. Paint barricades to be visible at night.From sunset to sunrise, provide at least one light at eachbarricade.b. Maintain barricades, signs, lights, and provide watchmen until<strong>Project</strong> Manager approves removal. Whenever work createsencroachment onto public roadways, station flagmen to managetraffic flow in accordance with approved traffic control plan.c. Conform to requirements of section 01555 – Traffic Control andregulation.C. PROTECTION OF EXISTING STRUCTURES1. Underground Facilitiesa. Known Underground Facilities are shown on the Drawings butall Facilities may not be shown. Explore sufficiently ahead oftrenching and excavation work to locate Underground Facilitiesin order to prevent damage to them and to prevent interruptionof utility services. Restore damage to Underground Facilities tooriginal condition at no additional cost to the City.b. If necessary to avoid unanticipated Underground Facilities,<strong>Project</strong> Manager may make changes in location of the Work.c. If permanent relocation of an Underground Facility is required01504-701-01-2011


TEMPORARY FACILITIESAND CONTROLSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTand not provided for in the Contract documents, City Engineerwill direct Contractor in writing to perform the Work underModification provisions in Document 00700 - GeneralConditions.2. Surface Structures include buildings, tanks, walls, bridges, roads,dams, channels, open drainage, piping, poles, wires, posts, signs,markers, curbs, walks, guard cables, fencing, and other facilities thatare visible above the ground level.3. Protection of Underground Facilities and Surface Structures:a. Support in place and protect Underground Facilities andSurface Structures located within or adjacent to the limits of theWork from damage. Install supports as required by the ownerof the structure. Satisfy <strong>Project</strong> Manager that the owner of thefacility or structure has approved methods and proceduresbefore installing structure supports.b. Avoid moving or changing public utility or private corporationproperty without prior written consent of a responsible official ofthe facility or structure. Allow representatives of utilities to enterthe construction site for maintenance and repair purposes or tomake necessary changes.c. Notify utility and pipeline owners and operators of the nature ofconstruction operations and dates when operations will beperformed. When construction operations are required inimmediate vicinity of existing structures, pipelines, or utilities,give a minimum of five working days advance notice. Probeand flag location of Underground Facilities prior tocommencement of excavation. Keep flags in place untilconstruction operations uncover the facility.d. Assume risk for damages and expenses to UndergroundFacilities and Surface Structures within or adjacent to the Work.D. Employ a structural engineer to ensure protection measures are adequate forthe safety and integrity of structures and facilities.E. PROTECTION OF INSTALLED PRODUCTS:1. Provide protection of Installed Products to prevent damage fromsubsequent operations. Remove protection facilities when no longerneeded, prior to completion of the Work.01504-801-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTEMPORARY FACILITIESAND CONTROLS2. Control traffic to prevent damage to Products and surfaces.3. Provide coverings to protect Products from damage. Coverprojections, wall corners, jambs, sills, and exposed sides of openingsin areas used for traffic and passage of materials in subsequent work.3.09 ROADS AND PARKINGA. Prevent interference with traffic and operations of the City on existing roads.B. Designate temporary parking areas to accommodate construction and Citypersonnel. When site space is not adequate, provide additional off-siteparking. Locate as approved by <strong>Project</strong> Manager.C. Minimize use by construction traffic on existing streets and driveways.D. Do not allow heavy vehicles or construction equipment in existing parking areas.3.10 ENVIRONMENTAL CONTROLSA. Use methods, equipment, and temporary construction necessary for controlof environmental conditions at the site and adjacent areas.B. Comply with statutes, regulations, and ordinances relating to prevention ofenvironmental pollution and preservation of natural resources includingNational Environmental Policy Act of 1969, PL 91-190, Executive Order11514.C. Minimize impact to the surrounding environment. Do not use constructionprocedures that cause unnecessary excavation and filling of terrain,indiscriminate destruction of vegetation, air or stream pollution, orharassment or destruction of wildlife.D. Limit disturbed areas to boundaries established by the Contract. Do notpollute on-site streams, sewers, wells, or other water sources.E. Do not burn rubbish, debris or waste materials.3.11 POLLUTION CONTROLA. Provide methods, means, and facilities necessary to prevent contamination ofsoil, water or the atmosphere by discharge of Pollutants from constructionoperations.B. Provide equipment and personnel to perform emergency measures to containspillage, and to remove contaminated soils or liquids. Excavate and disposeof contaminated earth off-site in accordance with laws and regulations, and01504-901-01-2011


TEMPORARY FACILITIESAND CONTROLSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTreplace with suitable compacted fill and topsoil.C. Provide systems necessary for control of Pollutants.1. Prevent toxic concentrations of chemicals.2. Prevent harmful dispersal of Pollutants into the environment.D. Use equipment that conforms to current Federal, State, and local laws andregulations.3.12 PEST AND RODENT CONTROLA. Provide rodent and pest control as necessary to prevent infestation ofconstruction or storage areas.B. Employ methods and use materials that will not adversely affect conditions at site oron adjoining properties.3.13 NOISE CONTROLA. Provide vehicles, equipment, and use construction activities that minimizenoise to the greatest degree practicable. Conform to noise levels of Chapter30 –Noise and Sound Level Regulation, City Code of Ordinances, and latestOSHA standards. Do not permit noise levels to interfere with the Work orcreate a nuisance to surrounding areas.B. Conduct construction operations during daylight hours except as approved by<strong>Project</strong> Manager.C. Select construction equipment that operates with minimum noise and vibration.When directed by <strong>Project</strong> Manager, correct objectionable noise orvibration produced by operation of equipment at no additional cost to the City.Sound Power Level (PWL) of equipment shall not exceed 85 dbA (re: 10 -12watts) measured five feet from the equipment, or at a lower level if prescribedby City Ordinances. Equipment noise requirements are contained inequipment specifications.3.14 DUST CONTROLA. Use water or other methods approved by <strong>Project</strong> Manager to control amountof dust generated by vehicle and equipment operations.3.15 WATER RUNOFF AND EROSION CONTROL01504-1001-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTEMPORARY FACILITIESAND CONTROLSA. Comply with requirements of section 01410 – TPDES Requirements.B. Conduct fill, grading and ditching operations and provide adequate methodsnecessary to control surface water, runoff, subsurface water, and water fromexcavations and structures in order to prevent damage to the Work, the site,or adjoining properties.1. Plan and execute construction and earthwork by methods that controlsurface drainage from cuts and fills, and from borrow and wastedisposal areas.2. Minimize area of bare soil exposed at one time.3. Provide temporary control measures, such as berms, dikes, and drains.4. Provide, operate, and maintain equipment and facilities of adequatesize to control surface water.5. Construct fill and waste areas by selective placement of materials toeliminate erosion of surface silts or clays that may erode.6. Direct water away from excavations, pits, tunnels, and otherconstruction areas to prevent erosion, sedimentation or damage.7. Maintain existing drainage patterns adjacent to the site by constructingtemporary earth berms, sedimentation basins, retaining areas, andtemporary ground cover.8. Dispose of drainage water in a manner to prevent flooding, erosion, orother damage to the site or adjoining areas, in conformance withenvironmental requirements.9. Inspect earthwork periodically to detect any evidence of erosion. Takecorrective measures as required to control erosion.END OF SECTION01504-1101-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTEMPORARY FIELD OFFICESection 01520TEMPORARY FIELD OFFICEPART 1 G E N E R A L1.01 SECTION INCLUDESATemporary field office building and associated parking area.1.02 FACILITY DESCRIPTIONATemporary field office to be utilized by authorized representatives of the Cityto coordinate and monitor daily construction activities performed byContractor.B. Field office shall be a non-smoking facility.PART 2 P R 0 DUCTS2.01 FIELD OFFICEAGeneral:1. Locate office in vicinity of the Work at a location approved by <strong>Project</strong>Manager or where indicated on Drawings.2. Furnish, Install and maintain field office for exclusive use of authorizedrepresentatives of the City. Provide sufficient room for <strong>Project</strong>meetings and Inspector's office.3. Provide office within 10 days of Date of Commencement of the Work.4. Construct two all-weather, hard surfaced parking spaces for exclusiveuse of authorized representatives of the City. Provide all-weathersurfaced walk between parking spaces and field office.B. Minimum Construction:1 Structurally sound foundation and superstructure.Weather tight with insulated roof, walls and 7-foot ceiling (minimum).01520-102-08-2012


TEMPORARY FIELD OFFICECITY OF HOUSTONSTANDARD GENERAL REQUIREMENT3. Stairs or walkway with handrail and covered entrance platform(minimum 4 feet by 4 feet) with mud scraper at door.4. Resilient floor covering.5. Screened windows with area equal to approximately 10 percent offloor area sufficient for light, view of the site, and ventilation.Provide each window with operable sash and burglar bars.6. Secure exterior doors with dead-bolt cylinder locks and burglar bars.C. Minimum Services:1. Exterior entrance light.2. Interior lighting of 75 foot-candles minimum at desktop height3. Automatic heating to maintain 65 degrees F in winter.4. Automatic cooling to maintain 75 degrees F in summer.5. Electric power service.6. Three telephone service lines one for voice, one for data, and onefor fax, for exclusive use of authorized representatives of the City.7. Sanitary facilities in field office with one water closet, one lavatory,and one medicine cabinet for exclusive use of authorizedrepresentatives of the City.D. Minimum Furnishings:1. One 5-drawer desk2. Two swivel desk chairs with casters.3. One plan table.4. One drawing plan rack.5. One 4-drawer legal file cabinet complete with fifty legal-sizehanging folders and two full-sized carriers.6. One marker board with cleaner and markers.01520-202-08-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTEMPORARY FIELD OFFICE7. Two waste baskets.8. One 30-inch by 36-inch tack board.9. One all-purpose fire extinguisher.10. Six protective helmets (hard hats) with ratchet adjustment for exclusiveuse of authorized representatives of the City.11. Conference table and chairs to accommodate 10 persons.12. All in one printer, copier, plain paper fax machine.13. Telephone instrument separate from fax machine.E. Provide adequate space for one set of Contract documents for readyreference.PART 3E X E C U T I 0 N3.01 MAINTENANCEAMaintain all-weather surface driveway and parking areas, buildings,walkways, stairs and required furnishings and equipment for duration of theContract.B. Provide janitorial services for duration of the Contract consisting of twiceweekly sweeping and mopping floors, trash removal, weekly restroomcleaning, and weekly dusting of furniture and equipment.C. Provide soap, paper towels, toilet paper, cleansers and other necessaryconsumables.D. Immediately repair damage, leaks or defective service.3.02 PROJECT CLOSEOUTARemove temporary field office and signs and restore site as specified inSection 01770 - Closeout Procedures.END OF SECTION01520-302-08-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTRAFFIC CONTROL AND REGULATIONSection 01555TRAFFIC CONTROL AND REGULATIONPART 1G E N E R A L1.01 SECTION INCLUDESA. Requirements for signs, signals, control devices, traffic barriers, flares, lightsand traffic signals; construction parking control, designated haul routes, andbridging of trenches and excavations.B. Qualifications and requirements for use of flagmen.1.02 MEASUREMENT AND PAYMENTA. Unit Price Contracts.1. Traffic control and regulation. Payment for traffic control andregulation is on a lump sum basis. Include preparation and submittalof traffic control plan if different than shown on Drawings, andprovision of traffic control devices, equipment, and personnelnecessary to protect the Work and public. Payment will be based onContractor’s Schedule of Values for traffic control and regulation.2. Payment for traffic control will be authorized by <strong>Project</strong> Manager in three (3)parts. Partial payment will be made according to following schedule:a. Payment of 25 percent of traffic control amount will be authorizedwhen permanent control devices and necessary temporary markings,sufficiently deployed along job site as required to maintain progress ofwork, are installed at job site and approved. This limiting percentagewill be prorated based upon extent of Contractor’s setup.b. A payment of 50 percent of traffic control amount will be authorizedwhen pavement replacement commences. This limiting percentagewill be prorated based upon linear footage, as measured alongcenterline axis of water main, of pavement replaced.c. A payment of 25 percent of traffic control amount will be authorizedwhen permanent pavement markings are restored and allunnecessary permanent and temporary control devices removed.This limiting percentage will be prorated based upon the extent ofrestoration.01555-101-01-2011


TRAFFIC CONTROL AND REGULATIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT3. Flagmen: Measurement is on a lump sum basis for flagmen as required forthe project. The amount invoiced shall be determined based on theschedule of value submitted for flagmen.4. New Portable Concrete Low Profile Traffic Barrier Provided. Paymentis on a unit price basis for each linear foot of low profile traffic barrierprovided, installed with hardware assemblies and connected togetherin accordance with the approved traffic control plan.5. Portable Concrete Low Profile Traffic Barrier picked up from City ofHouston Stockpile. Payment is on a unit price basis for each linearfoot of low profile traffic barrier picked up from designated stockpile,moved onto the project, set at location and connected together.6. Portable Concrete Low Profile Traffic Barrier Installed. Payment is ona unit price basis for each linear foot of low profile traffic barrierdelivered to the project location, installed with hardware assembliesand connected together in accordance with the approved traffic controlplan.7. Portable Concrete Low Profile Traffic Barrier Moved and Reset.Payment is on a unit price basis for each linear foot of low profile trafficbarrier disassembled, moved on the project, reset at the new locationsand connected together. Include cost to repair roadway in the unitprice.8. Portable Concrete Low Profile Traffic Barrier Removed. Payment is ona unit price basis for each linear foot of low profile traffic barrierremoved from the project, including hardware assemblies, andstockpiling at location listed in Section 01110 – Summary of Work.Include cost to repair roadway in the unit price.9. Refer to Section 01270 - Measurement and Payment for unit priceprocedures.B. Stipulated Price Contracts. Include payment for work under this section inthe total Stipulated Price.1.03 REFERENCESA. Texas <strong>Manual</strong> on Uniform Traffic Control Devices (TMUTCD)B. Article 4413 (29bb), commonly referred to as Private Investigators andPrivate Security Agencies Act, and Article 2.12, Texas Code of CriminalProcedure.01555-201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTRAFFIC CONTROL AND REGULATIONC. Code of Ordinances, City of Houston, Texas.1. Chapter 10 Buildings And Neighborhood Protection, Article XCleanup After Demolition Or Removal Of Structures2. Chapter 40 Streets and Sidewalks, Article XVII Pedestrian WayImpairments1.04 SUBMITTALSA. Conform to requirements of Section 01330 - Submittal Procedures.B. Traffic control plan:1. If using traffic control plan contained in the Contract withoutmodification, submit a letter confirming use of the plan.2. If using a different traffic control plan, submit the plan for approval.The plan must conform to TMUTCD requirements and be sealed by aRegistered Texas Professional Engineer.C. Submit copies of approved lane closure permits issued by City Traffic<strong>Engineering</strong> Branch.D. Submit Schedules of Values for traffic control plan and flagmen within 30days following Notice to Proceed.E. Submit records verifying qualifications of Uniformed Peace Officers andCertified Flagmen proposed for use on the Work.F. When working in the central business district, submit copies of approvedPedestrian Way permits issued by the City’s Traffic <strong>Engineering</strong> Branch.1.05 FLAGMENA. Use Uniformed Peace Officers and Certified Flagmen to control movement ofvehicular and pedestrian traffic when construction operations encroach onpublic traffic lanes. Unless otherwise approved by <strong>Project</strong> Manager, use UniformedPeace Officer for work along major thoroughfares, schools, churches, hospitals andWork at signalized intersections.B. Uniformed Peace Officer: Individual employed full-time as a peace officerwho receives separate compensation as a privately employed flagman.Private employment may be an employee-employer relationship or on anindividual basis. Flagman may not be in the employ of another peace officernor be a reserve peace officer.01555-301-01-2011


TRAFFIC CONTROL AND REGULATIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT1. Uniformed Peace Officers may be:a. sheriffs and their deputies;b. constables and deputy constables;c. marshals or police officers of an incorporated city, town orvillage; ord. as otherwise provided by Article 2.12, Code of CriminalProcedure.2. The Uniformed Peace Officer must be a full-time peace officer, mustwork a minimum average of 32 paid hours per week, and must be paida rate not less than the prevailing minimum hourly wage rate set by thefederal Wage and Hour Act. The individual must be entitled tovacation, holidays, and insurance and retirement benefits.C. Certified Flagman: Individual who receives compensation as a flagman andmeets the following qualifications:1. Formally trained and certified in traffic control procedures by the City sE. B. Cape Center.2. Speaks English. Ability to speak Spanish is desirable but not required.3. Paid for flagman duty at an hourly rate not less than the wage rate setfor Rough Carpenter under the City’s Wage Scale for <strong>Engineering</strong>Construction.D. Certified Flagmen must wear a distinctive uniform, bright-colored vest, and beequipped with appropriate flagging and communication devices while at theWork site. They must also have in their possession while on duty, a proof oftraining identification card issued by the appropriate training institute.PART 2P R O D U C T S2.01 SIGNS, SIGNALS, AND DEVICESA. Comply with TMUTCD requirements.B. Traffic cones and drums, flares and lights: Conform to local jurisdictions’requirements.C. When working in the Central business district, provide pedestrian pathway01555-401-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTRAFFIC CONTROL AND REGULATIONsignage approved by the City’s Traffic <strong>Engineering</strong> Branch.2.02 PORTABLE LOW PROFILE CONCRETE BARRIERSA. The low profile concrete barrier is a patented design. Information concerningthis barrier may be obtained from Texas Transportation Institute, Texas A&MUniversity System, College Station, Texas 77843-3135, (409) 845-1712.PART 3E X E C U T I O N3.01 PUBLIC ROADSA. Submit requests forms for lane closure and sidewalk closure to the City’sTraffic <strong>Engineering</strong> Branch at least three working days prior to need forblocking vehicular lanes or sidewalks. Do not block lanes or sidewalkswithout approved permits. Obtain application from the City’s Traffic<strong>Engineering</strong> Branch at 611 Walker, 5 th floor or at the following internetaddress: http://www.ci.houston.tx.us/pwe/mrow/laneclosure.htm.B. Follow laws and regulations of governing jurisdictions when using publicroads. Pay for and obtain permits from jurisdiction before impeding traffic orclosing lanes. Coordinate activities with <strong>Project</strong> Manager.C. Give <strong>Project</strong> Manager one-week notice before implementing approved trafficcontrol phases. Inform local businesses of impending traffic control activities.D. Notified police department, fire department, METRO, and local schools,churches, and businesses in writing a minimum of five business days prior tobeginning work.E. Maintain 10-foot wide all-weather lanes adjacent to the Work for emergencyvehicle use. Keep all-weather lanes free of construction equipment anddebris.F. Do not to obstruct normal flow of traffic from 7:00 a.m. to 9:00 a.m. and 4:00p.m. to 6:00 p.m. on designated major arterials or as directed by <strong>Project</strong>Manager.G. Maintain local driveway access to residential and commercial propertiesadjacent to work areas at all times. Use all-weather materials approved by<strong>Project</strong> Manager to maintain temporary driveway access to commercial andresidential driveways.H. Keep streets entering and leaving job site free of excavated material, debris,and foreign material resulting from construction operations in compliance with01555-501-01-2011


TRAFFIC CONTROL AND REGULATIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTapplicable ordinances.I. Remove existing signage and striping that conflict with construction activitiesor that may cause driver confusion.J. Provide safe access for pedestrians along major cross streets.K. Alternate closures of cross streets so that two adjacent cross streets are notclosed simultaneously.L. Do not close more than two consecutive esplanade openings at a timewithout prior approval from <strong>Project</strong> Manager.3.02 CONSTRUCTION PARKING CONTROLA. Control vehicular parking to prevent interference with public traffic andparking, access by emergency vehicles, and the City's operations.B. Monitor parking of construction personnel's vehicles in existing facilities.Maintain vehicular access to and through parking areas.C. Prevent parking on or adjacent to access roads or in non-designated areas.3.03 FLARES AND LIGHTSA. Provide flares and lights during hours of low visibility to delineate traffic lanesand to guide traffic.3.04 HAUL ROUTSA. Utilize haul routes designated by authorities or shown on drawings forconstruction traffic.B. Confine construction traffic to designated haul routes.C. Provide traffic control at critical areas of haul routes to regulate traffic andminimize interference with public traffic.3.05 TRAFFIC SIGNS AND SIGNALSA. Construct necessary traffic control devices for temporary signals required tocomplete the Work including loop detectors, traffic signal conduits, trafficsignal wiring and crosswalk signals. Notify the City’s Traffic <strong>Engineering</strong>Branch a minimum of 60 days in advance of need for control boxes andswitchgear. The City will perform necessary service, programming oradjustments, to signal boxes and switchgear if required during construction.01555-601-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTRAFFIC CONTROL AND REGULATIONB. Install and operate traffic control signals to direct and maintain orderly trafficflow in areas under Contractor's control affected by Contractor's operations.Post notices, signs and traffic controls before moving into next phase of trafficcontrol.C. Relocate traffic signs and signals as the Work progresses to maintaineffective traffic control.D. Unless otherwise approved by <strong>Project</strong> Manager, provide driveway signs withname of business that can be accessed from each crossover. Use two signsfor each crossover.E. Replace existing traffic control devices in <strong>Project</strong> area.F. <strong>Project</strong> Manager may direct Contractor to make minor adjustments to trafficcontrol signage to eliminate driver confusion and maintain orderly traffic flowduring construction at no additional cost to the City.3.06 BRIDGING TRENCHES AND EXCAVATIONSA. When necessary, construct bridges over trenches and excavation to permitan unobstructed flow of traffic across construction areas and major drives.Use steel plates of sufficient thickness to support H-20 loading and install tooperate with minimum noise.B. Shore trench or excavation to support bridge and traffic.C. Secure bridging against displacement with adjustable cleats, angles, bolts orother devices when:1. bridging is placed over existing bus routes,2. more than five percent of daily traffic is comprised of commercial ortruck traffic,3. more than two separate plates are used for bridging, and4. when bridge is to be used for more than five consecutive days.D. Extend steel plates used for bridging a minimum of 1 foot beyond edges oftrench or excavation. Use temporary paving materials such as premix tofeather edges of plates to minimize wheel impact on secured bridging.3.07 REMOVALA. Remove equipment and devices when no longer required.01555-701-01-2011


TRAFFIC CONTROL AND REGULATIONCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTB. Repair damage caused by installation.C. Remove post settings to a depth of 2 feet.3.08 TRAFFIC CONTROL, REGULATION AND DIRECTIONA. Use Flagmen to control, regulate and direct an even flow and movement ofvehicular and pedestrian traffic, for periods of time as may be required toprovide for public safety and convenience, where:1. multi-lane vehicular traffic must be diverted into single lane vehiculartraffic,2. vehicular traffic must change lanes abruptly,3. construction equipment must enter or cross vehicular traffic lanes andwalks,4. construction equipment may intermittently encroach on vehicular trafficlanes and unprotected walks and crosswalk,5. traffic regulation is needed due to rerouting of vehicular traffic aroundthe Work site, and6. where construction activities might affect public safety andconvenience.B. Use of Flagmen to assist in the regulation of traffic flow and movement doesnot relieve Contractor of responsibility to take other means necessary toprotect the Work and public.3.09 INSTALLATION STANDARDSA. Place temporary pavement for single lane closures, in accordance withTMUTCD.B. Reinstall temporary and permanent pavement markings as approved by<strong>Project</strong> Manager. When weather conditions do not allow applicationaccording to manufacturer’s requirements, alternate markings may beconsidered. Submit proposed alternate to <strong>Project</strong> Manager for approval priorto installation. No additional payment will be made for use of alternatemarkings.3.10 MAINTENANCE OF EQUIPMENT AND MATERIALA. Submit name, address and telephone number of individual designated to be01555-801-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTRAFFIC CONTROL AND REGULATIONresponsible for maintenance of traffic handling at construction site to <strong>Project</strong>Manager. Individual must be accessible at all times to immediately correctdeficiencies in equipment and materials used to handle traffic includingmissing, damaged, or obscured signs, drums, barricades, or pavementmarkings.B. Inspect signs, barricades, drums, lamps and temporary pavement markingsdaily to verify that they are visible, in good working order, and conform withtraffic handling plans as approved by <strong>Project</strong> Manager. Immediately repair,clean, relocate, realign, or replace equipment or materials that are not incompliance.C. Keep equipment and materials, signs and pavement markings, clean and freeof dust, dirt, grime, oil, mud, or debris.D. Obtain approval of <strong>Project</strong> Manager to reuse damaged or vandalized signs,drums, and barricades.END OF SECTION01555-901-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTIONSection 01562TREE AND PLANT PROTECTIONPART 1G E N E R A L1.01 SECTION INCLUDESA. Tree and plant protection.B. Minimum qualifications of Arborist and Urban Forester.1.02 MEASUREMENT AND PAYMENTA. Payment for Tree Protection, including tree pruning or tree removal, shall be paid as a LumpSum basis that shall include all items specified in this section unless payment is specifiedotherwise in this sectionBPayment for Zero Curb Cutback will be on a per linear foot basis.C. Payment for Checker Plate will be on a square foot basis.D. Refer to Section 01270-Measurement and Payment for unit price procedures.1.03 SUBMITTALSA. Conform to requirements of Section 01330 – Submittal Procedures.B. Submit name and experience of qualified Arborist, proposed for use on the Work, to <strong>Project</strong>Manager.1.04 PROJECT CONDITIONSA. Preserve and protect existing trees and plants to remain from foliage, branch, trunk, or rootdamage that could result from construction operations.B. Prevent following types of damage:1. Compaction of root zone by foot or vehicular traffic, or material storage.2. Trunk damage from equipment operations, material storage, or from nailing orbolting.01562-101/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTION3. Trunk and branch damage caused by ropes or guy wires.4. Root or soil contamination from spilled solvents, gasoline, paint, lime slurry, andother noxious materials.5. Branch damage due to improper pruning or trimming.6. Damage from lack of water due to:a. Cutting or altering natural water migration patterns near root zones.b. Failure to provide adequate watering7. Damage from alteration of soil pH factor caused by depositing lime,concrete, plaster, or other base materials near roots zones.8. Cutting of roots larger than one inch in diameter.1.05 DAMAGE ASSESSMENTA. When trees other than those designated for removal are destroyed or damaged as result ofconstruction operations, remove and replace with same size, species, and variety up to andincluding 8 inches in trunk diameter. Trees larger than 8 inches in diameter shall be replacedwith an 8 inch diameter tree of the same species and variety and total contract amount willbe reduced by an amount determined from the following formula and paid to Tree Fund0.7854 x D2 x $13.25 where D is diameter in inches of tree or shrub trunk measured 12inches above grade for that portion of the tree which is greater than 8 inches in diameter. Apermit must be applied for and approved by the City of Houston, Urban Forestry Divisionprior to removal of any tree not scheduled for removal in the tree treatment schedule.Contractor shall contact City of Houston, Urban Forestry, at 832-395-8459 to apply for treeremoval permit when needed.PART 2P R O D U C T S2.01 MATERIALSA. Pruning Paint: Black latex, water based paint, free of all petroleum products.B. Fertilizer: Fertilizer shall be a root stimulant that contains at a minimum the followingingredients: Ectomycorrhizal Fungi, VA Mycorrhizal (VAM) Fungi, Rhizosphere Bacillusspp., Kelp Meal Humic Acid, and Soluble Yucca.01562-201/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTIONC. Tree Protection Fencing: Orange, plastic mesh fenching, 4 feet in height with 6 feet high “t”bar posts installed 10 feet on centers as per drawings.D. Plastic Root/Soil Protection: Clear polyethylene sheeting, minimum 6 mil, thickness.PART 3E X E C U T I O N3.01 PROTECTION OF EXISTING TREES AND SHRUBSA. Site preparation work and/or construction work shall not begin in any area where treepreservation measures have not been completed and approved.B. Protect exposed roots and root zone areas from contamination from stabilization materialsand concrete using polyethylene.C. Cover exposed roots within 4 hours to reduce damage caused by desiccation. Roots may becovered with soil, mulch, polyethylene, or wet burlap to help protect them from drying.D. Designate limited areas as concrete washout areas. Locate concrete washout areas away fromroot zones.E. Install root pruning trenching where designated in tree treatment schedule and shown on thetree protection drawings. Trees scheduled for root pruning are called out specifically in thetreatment schedule. Trench shall be located 2 ft. from the edge of proposed waterline orsanitary sewer for trees called out for root pruning for water or fittings, or sanitary sewer inthe treatment schedule, 2 ft. from edge of proposed storm sewer pipe for trees called out forroot pruning for storm in the treatment schedule, 30” back of proposed curb for trees calledout for root pruning for street, and at edge of sidewalk for trees called out for root pruningfor sidewalk. Root pruning shall not be performed where there is not adequate space to belocated sufficiently away from tree to prevent damage. All pruning must be evaluated byContractor’s Certified Arborist and reviewed and approved by City Forester before beingperformed. Trench locations shown on tree preservation plan are drawn to scale and shouldbe located in field as drawn on plan. Exact locations shall be approved in the field byengineer and/or project urban forester prior to installation. Trenching depth shall be aminimum of 2 ft. deep and a maximum of 6 inches wide for water, fittings, sanitary sewer,storm, and street. Trenching depth shall be to the anticipated bottom of sidewalk and basematerial for sidewalk root pruning, roots lower than sidewalk shall not be pruned. All rootsshall be cut by trencher, chainsaw, or handsaw to the specified depth. Roots shall be cutcleanly, and or not ripped, torn, or chopped. Trench shall be backfilled and compactedimmediately after trenching. Trench shall be installed prior to any clearing and grubbing,excavation for underground, or any other site work.01562-301/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTIONF. Install tree protection fencing around each tree to be preserved as indicated in the treetreatment schedule and on the tree protection plan.1. Each tree to be preserved shall be protected with a tree protection fence. The fencingshall be continuous between posts, shall be pulled taut prior to securing to posts, andshall be firmly attached to the posts with a minimum of 4 wire ties.2. All tree protection fencing shall be installed prior to site work or constructionactivity. The fence shall be placed in a continuous alignment as shown on the treeprotection plan. Fences shown on tree protection plan are drawn to scale and shall beinstalled as drawn, in the field. In general fences shall be placed 30” back of existingcurb or edge of pavement where root pruning or zero curb cutback is not specified,and 6” back of root pruning trench where root pruning is specified and immediatelyback of curb where zero curb cutback is specified. Exact locations shall be approvedby the project urban forester and/or engineer in the field. The Fences shall be placedto protect roots, trunks, and foliage. The contractor shall not remove or relocate treeprotection fencing and shall not operate within the limits shown without directapproval of the project urban forester. In areas where the proposed waterline islocated in the existing road side ditch and where tree protection fencing can not beinstalled across the ditch, the fencing shall be installed at the top of outside ditchbank and no bore pits, peep holes, service taps, or any excavation should occur in thearea immediately in front of the tree protection fencing for trees called out with“bore” in the Tree Treatment Schedule. The “bore” limits shall be the same as thelimits of the tree protection fencing.3. Storage of equipment or materials will not be allowed inside a fence. Entryways andaccess into a protected area shall not be provided unless approved by the projecturban forester.4. Damage to tree fences occurring during the progress of the work shall be repairedimmediately at no additional cost to owner. Workmen shall be clearly instructed toexercise caution in performance of work near trees being preserved.5. Tree protection fencing shall be removed by contractor, at no additional costs, uponcompletion of all construction activity in each work zone area. Tree protectionfencing materials used in the first two work zone areas shall be removed and utilizedin subsequent work zone areas. Materials and labor shall be paid for each linear footof fencing installed in first two work areas. All fencing installed in subsequent workzone areas shall be paid for labor only.G. Boring/Auguring of water lines or sanitary sewer lines1. Water line or sanitary sewer line shall be bored/augured/ horizontally drilled under01562-401/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTIONcritical root zones areas of trees designated with auger or bore in the tree treatmentschedule. The entire area protected with tree protection fencing shall be bored. Nobore pits, come through holes, peep holes, push pits, or long or short side service tapsshall be allowed in the areas protected by tree protection fencing. The tree protectionplan takes into consideration the limits of augering equipment, there should be roomfor adequately spaced bore pits, peep holes, come through holes, and push pits. Anychanges to the location of the tree protection fencing shall be authorized by theproject Urban Forester and City Engineer.H. Hand digging of Service taps and leads1. Trees called out for Hand dig short side service tap are located in very closeproximity to existing short side water meters. Excavating the service tap withmachinery would significantly impact the tree and be in violation of the City ofHouston’s Street Tree Ordinance. These short side service taps shall be excavatedwith manual labor to expose any roots 1” in diameter and larger. The first 24” ofexcavation shall be completed manually to expose the roots. Any root 1” indiameter and larger shall remain undamaged, the roots shall not be cut , nor shall thebark and cambium layer be scraped or damaged. Once the roots are exposed, if thereis adequate room to utilize a mini-excavator without damaging the roots, the miniexcavatorcan be utilized to complete the excavation down to the water line. 1”plywood shall be placed on grade to provide root protection in the area of access ofthe mini-excavator. If roots 1” diameter or larger are cut or damaged, responsibleparty will be subject to a citation under the Street Tree Ordinance, and may also berequired to incur the cost of tree removal and replacement of damaged tree on aninch for inch basis, if required by City of Houston Urban Forestry Division.2. Trees called out for Hand dig short side or long side service lead are located in veryclose proximity to existing water meters. Excavating the service lead with machinerywould significantly impact the tree and be in violation of the City of Houston’s StreetTree Ordinance. Short side leads shall be excavated with manual labor to expose anyroots 1” in diameter and larger from the service tap of the meter. Come out hole andexcavation required for long service leads shall be excavated with manual labor toexpose roots 1” in diameter and larger, from the come out hole to the meter. In eachcase, all roots 1” in diameter and larger shall remain undamaged, the roots shall notbe cut, nor shall the bark and cambium layer be scraped or damaged. If roots 1”diameter or larger are cut or damaged, responsible party will be subject to a citationunder the cost of tree removal and replacement of damaged tree on an inch by inchbasis, if required by City of Houston Urban Forestry Division.3. Trees called out for Hand dig sanitary stub up are located in very close proximity toproposed service lead. Excavating the service lead with machinery wouldsignificantly impact the tree and be in violation of the City of Houston’s Street Tree01562-501/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTIONOrdinance. Excavation for sanitary stub up shall be completed with manual labor toexpose any roots 1” in diameter and larger. The lead shall be bored from face of curbto stub up hole when called out in the tree treatment schedule. Come out and stub upholes shall be excavated with manual labor to expose roots 1” in diameter and larger.In case, all roots 1” in diameter and larger shall remain undamaged, the roots shallnot be cut, nor shall the bark and cambium layer be scraped or damaged. If roots 1”diameter or larger are cut or damaged, responsible party will be subject to a citationunder the Street Tree Ordinance, and may be required to incur the cost of treeremoval and replacement of damaged tree on an inch by inch basis, if required byCity of Houston Urban Forestry Division.4. Long side service taps shall not be located in an area specified to be bored in the treetreatment schedule. Should it be absolutely necessary to locate a long side service tapin an area specified to be bored, the excavation shall be completed as specified inparagraph 1 of this section-Hand digging short side service taps.5. All water meters and sanitary service leads called out on P&P drawings and visible inthe field have been addressed in the Tree Protection Plan. Should any additionalmeters or lead be found during construction, or in any new meters or leads installedbeneath the canopy of any tree, fenced for tree protection, the excavation shall becompleted as specified in paragraph 1 and/or 2 of this section and paid for at the unitcost for each included in contract.I. Pruning of Trees1. Trees shall be pruned in accordance with the American National Standard for treepruning, ANSI A300 (Part 1) – 2001 Pruning Revision of ANSI A300-1995 Tree,Shrub and Other Woody Plant Maintenance – Standard Practices. Pruning shall becompleted by professional arborists who has received training in proper pruningtechniques.2. Clearance prune designated trees for public streets, sidewalks, and constructionareas. Provide minimum 14 feet and maximum of 18 feet of vertical clearance overproposed water trunk lines. Provide minimum of 14 feet and maximum of 16 feet ofvertical clearance over proposed street construction, from 24” back of curb on oneside to 24” back of curb on the other side. Provide 20’ of vertical clearance overproposed storm sewer up to 38” in size, and 30’ of vertical clearance for storm sewerlarger than 38” in size. Pruning to be installed prior to any construction activity.Contractor shall notify property owner prior to trimming or pruning any trees withtrunks located on private property. Exceptions will be made for trees determined tobe arboriculturally significant by City of Houston Urban Forestry. Pruning of treesidentified will be completed with approval and supervision of City of Houston UrbanForestry.01562-601/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTION3. All cuts should be made sufficiently close to the parent limb or trunk without cuttinginto the branch collar or leaving a protruding stub, so that closure can readily startunder normal conditions. All lateral cuts shall be made to a lateral that is least 1/3 thediameter of the parent limb. Clean cuts shall be made at all times.4. Trees shall be pruned in a manner that will not destroy or alter the natural shape andcharacter of the tree. Apply black latex paint to all fresh wounds on Oak (Quercus)species immediately after each cut is made.5. Crown cleaning prune designated trees shall include selective removal of dead,diseased, and/or broken limbs.J. Tree Removal1. Trees scheduled for removal shall be sawed down and debris hauled from the site thesame day. The stump shall be ground to 6” below grade and excess grindings shallbe hauled from the site the same day, so that a pile of grindings is not left where thestump was ground. Enough grindings should be left so that an open hole does notremain.2. Only those trees called out for removal in the Tree Treatment Schedule shall beremoved, or otherwise damaged. Should it be determined that any additional treesmust be removed, a permit must be applied for and approved from the City ofHouston Urban Forestry Division prior to removal. Contractor shall contact UrbanForestry at 832-395-8459.K. Root Stimulation1. Deep root stimulate designated trees. Mix fertilizer with wetting agent per labelinstructions.2. Stimulate entire root zone area within the dripline of the tree and continue 10 feetbeyond the dripline, leaving out areas of anticipated root loss (construction areas).3. Mixture shall be injected into the top 10 inches of soil under pressure of 150 to 200psi as soil conditions warrant.4. Mix in a tank with agitation capability per label instructions. Inject the mixture on a2.5 ft. square grid at 4 lbs, actual nitrogen per 1,000 sq. ft.L. Regularly water trees which have received root damage, to eliminate additional stress causedby lack of moisture. Water during periods without adequate rainfall. For example, should1.0” of rain not be received within a week period, the trees should be thoroughly watered.01562-701/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTIONMarch through September, water once every two weeks. October through February, waterevery three weeks. Water thoroughly to saturate the entire root zone area.M. Chemically treat tree trunks with evidence of borer activity with the appropriate approvedinsecticide mixed and applied per the manufacturer’s product application recommendations.Trees shall be sprayed within 24 hours after observance of borer activity.N. Grading and filling around trees.1. Maintain existing grade within the dripline of trees, unless otherwise indicated.2. Where existing grade around trees is above new finish grade, under supervision ofproject urban forester, carefully hand excavate within the dripline to make transitionto new finish grade.3. Where existing grade is below new finish grade, place clean bank sand in a singlelayer to make the transition to new grade. Do not compact; hand grade to requiredelevation. Specifically to areas where proposed curb is higher than existing andbackfill will be required.O. Demolition, Forming and Pouring Sidewalks (Sidewalk on Grade)1. Demolition of existing sidewalks, located in or adjacent to the limits of treeprotection fencing, shall be completed without disturbing, cutting, or otherwisedamaging tree roots and soil located beneath them.2. The new sidewalk shall be formed at or above the elevation of the existing sidewalk,without disturbing, cutting or otherwise damaging tree roots. Every effort has beenmade to address tree root and sidewalk elevation issues with information available inthe field and on plan and profile sheets. The elevation of every tree root was notavailable, if tree roots are found to be in conflict with proposed sidewalk, projectengineer and urban forester shall be consulted as to how to install sidewalks withminimal impacts to adjacent trees.3. Checkerplate shall be installed in areas called out only if tree root elevations prohibitconstruction of ADA compliant sloped concrete sidewalks. Checkerplate shall beinstalled per detail.P. Zero curb cutback1. Disturbance of tree roots or soil behind the existing and/or proposed curb within rootzones of trees designated for zero curb cutback shall be prohibited. If the curb cannot be removed without disturbing soil or damaging roots back of curb when using01562-801/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTIONequipment for demolition, the curb shall be broken using a hand held jackhammerand removed by hand.2. The exposed roots and soil shall be covered immediately after demolition with 6 milpolyethylene in order to avoid desiccation, and contamination by the lime used forroad bed stabilization. The polyethylene shall be placed so that it covers the verticalface of soil back of curb and laid back onto the grade 12 inches back of curb. Thepolyethylene should remain in place, across the entire area specified for zero curbcutback, from the time the existing curb is demolished until the time when the newcurb is formed and backfilled. The polyethylene can be pulled up from the verticalface while the road bed is being graded or mixed, to avoid catching the plastic withmachinery, but shall be replaced immediately after equipment has completed. Thevertical face shall not be exposed for more than 8 hours in any 24 hour period.3. There shall be no stabilization back of curb in the zero curb cutback areas, orforming with steel forms. The existing grade and roots back of existing curb shall notbe disturbed. This may require forming of the new street with wooden forms withstakes inside forms, which may require leaving the forms in place after the street ispoured. Should wooden forms be utilized, the wood shall be at minimum a 2x6. Thenew curb may require hand finishing, as a slip curb machine may not have adequateclearance without disturbing the roots that are to be protected with the zero curbcutback.4. Roots extending into the street, or on top of the existing curb, in areas to paved shallbe cut and removed by hand prior to disturbance or removal with equipment. Rootsshall be pruned flush with the proposed back of curb. Roots one inch in diameter andlarger shall be cut in a manner to provide a smooth, clean cut surface. Cuts shall bemade with the appropriate pruning shears or pruning saws. Roots shall not bechopped or broken.5. In areas where proposed curb will be may be lower than existing top of curb and treeroots 2” diameter or larger are present, the soil and roots shall not be graded or laidback. The existing elevation shall be maintained and the curb formed to meetelevation or a short elevation difference roots and top of curb maintained.Q. Demolition, Forming and Pouring of Drive Way Approaches1. Demolition of existing driveway approaches located beneath the dripline of any treeshall be completed without disturbing, cutting, or otherwise damaging tree roots andsoil located beneath them.2. The new approach shall be formed at or above the elevation of the existing approachwhere tree roots 2” diameter or larger are present, without disturbing, cutting or01562-901/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTTREE AND PLANT PROTECTIONotherwise damaging tree roots. Maximum drive slopes may be needed at bottom ofapron to allow forming of drive over tree roots at top of drive. As with sidewalks, theelevation of every tree roots was not available in design. If tree roots are found to bein conflict with proposed approach, project engineer and urban forester shall beconsulted as to how to install drive way with minimal impacts to adjacent trees.R. Replacement Trees for Tree Removals under Ordinance1. Location, species, and size of replacement trees are indicated on the drawings.Contractor shall layout individual trees at locations shown on drawings. Contractorshall layout individual trees at locations shown on drawings and be responsible forutility locate requirements. In case of conflicts, notify City Engineer and City UrbanForestry before proceeding with work. Trees shall be laid out and locations approvedby City Engineer prior to planting.2. Trees shall meet and be planted according to City of Houston Standard Specification02915.S. Arborist and Urban Forester Qualifications1. Arborist – Employ qualified arborist acceptable to City’s Parks and RecreationDepartment to complete all tree treatments. Arborist shall be normally engaged in thefield and have a minimum of 5 years experience. Qualifications of the selectedarborist shall be submitted for review and approval by the project engineer and Cityof Houston.2. Urban Forester – An Urban forester shall be hired to monitor and assist with fieldlayout (exact locations of fencing, root pruning, and zero curb cutback) of the treepreservation program during demolition and construction to ensure tree protectionprocedures and techniques are practiced as specified to address concerns andconditions which occur in the field. At a minimum, the individual responsible formonitoring and field layout of the tree protection shall have a minimum of 5 years ofexperience as a consultant, and shall not be affiliated with a tree care contractor inthe Houston area. Qualifications of the selected urban forester shall be submitted forreview and approval by the project engineer and City of Houston Urban ForestryDepartment.END OF SECTION01562-1001/01/2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTORM WATER POLLUTIONPREVENTION CONTROLPART 1 G E N E R A L1.01 SECTION INCLUDESSection 01570STORM WATER POLLUTION PREVENTION CONTROLA. Implementation of Storm Water Pollution Prevention Plans (SWP3) describedin Section 01410 – TPDES Requirement.B. Installation, maintenance and removal, of storm water pollution preventionstructures: diversion dikes, interceptor dikes, diversion swales, interceptor swales,down spout extenders, pipe slope drains, paved flumes and level spreaders.Structures are used during construction and prior to final development of thesite.C. Filter Fabric Barriers:1. Type 1: Temporary filter fabric barrier for erosion and sediment controlin non-channelized flow areas.2. Type 2: Temporary reinforced filter fabric barrier for erosion andsediment control in channelized flow areas.D. Hay Bale Fence.E. Drop Inlet BasketF. Inlet Sediment TrapsG. Brush BermH. Sand Bag BarrierI. Bagged Gravel BarrierJ. Sediment BasinK. Inlet Protection Barrier1.02 MEASUREMENT AND PAYMENTA. UNIT PRICES1. Payment for filter fabric barrier is on a linear foot basis measuredbetween limits of beginning and ending of stakes.01570-101-26-2012


STORM WATER POLLUTIONPREVENTION CONTROLCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT2. Payment for reinforced filter fabric barrier is on a linear foot basismeasured between limits of beginning and ending of stakes.3. Payment for drop inlet baskets is on a unit price basis for each dropinlet basket.4. Payment for storm inlet sediment traps is on a unit price basis for eachstorm inlet sediment trap.5. Payment for storm water pollution prevention structures is on a lumpsum basis for the project. Earthen structures with outlet and pipinginclude diversion dikes, interceptor dikes, diversion swales,interceptor swales, and excavated earth-outlet sediment trap, embankmentearth-outlet sediment trap, down spout extenders, pipe slope drains,paved flumes, stone outlet sediment trap, and level spreaders.6. Payment for hay bale barrier, if included in Document 00410 - BidForm, is on a linear foot of accepted bale barriers, if not include in costof storm water pollution prevention structures.7. Payment for brush berm, if included in Document 00410 - Bid Form, ison a linear foot of accepted brush berm, if not include in cost of stormwater pollution prevention structures.8. Payment for sandbag barrier, if included in Document 00410 - BidForm, is on a linear foot basis measured between limits of beginningand ending of sandbags, if not include in cost of storm water pollutionprevention structures.9. Payment for bagged gravel barrier, if included in Document 00410 - BidForm, is on a linear foot basis measured between limits of beginningand ending of bagged gravel barrier, if not include in cost of storm waterpollution prevention controls.10. Payment for inlet protection barriers, if included in Document 00410 -Bid Form, is on a linear foot basis measured along outside face of inletprotection barrier, if not include in cost of storm water pollutionprevention structures.11. Refer to Section 01270 - Measurement and Payment for unit priceprocedures.B. Stipulated Price (Lump Sum) Contract. If Contract is Stipulated PriceContract, payment for Work in this Section is included in total Stipulated01570-201-26-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTORM WATER POLLUTIONPREVENTION CONTROL1.03 REFERENCE STANDARDSA. ASTM1. A 36 – Standard Specification for Carbon Structural Steel.2. D698 – Standard Test Methods for Laboratory Compaction Characteristics of SoilUsing Standard Effort (12,400 ft-lbf/ft3 (600kN-m/m3)).3. D3786 – Standard Test Method for Hydraulic Bursting Strength for knitted Goodsand Nonwoven Fabrics.4. D 4355 - Standard Test Method for Deterioration of Geotextiles fromExposure to Ultraviolet Light and Water (Xenon-Arc Type Apparatus).5. D 4491 - Standard Test Methods for Water Permeability of Geotextilesby Permittivity.6. D 4632 - Standard Test Method for Grab Breaking Load andElongation of Geotextiles.7. D 4833 - Standard Test Method for Index Puncture Resistance ofGeotextiles, Geomembranes, and Related Products.8. D 6382 - Standard Practice for Dynamic Mechanical Analysis andThermogravimetry of Roofing and Waterproofing Membrane Material.B. Storm Water Management Handbook for Construction Activities prepared byCity of Houston, Harris County and Harris County Flood Control District.1.04 SYSTEM DESCRIPTIONSA. Filter Fabric Barrier Type 1 and Type 2: Install to allow surface or channelrunoff percolation through fabric in sheet-flow manner and to retain andaccumulate sediment. Maintain Filter Fabric Barriers to remain in properposition and configuration at all times.B. Hay Bale Fence: Install to allow surface runoff percolation through hay insheet-flow manner and to retain and accumulate sediment. Maintain HayBale Fence to remain in proper position and configuration at all times.C. Interceptor Dikes and Swales: Construct to direct surface or channel runoffaround the project area or runoff from project area into sediment traps.D. Drop Inlet Baskets: Install to allow runoff percolation through the basket andto retain and accumulate sediment. Clean accumulation of sediment toprevent clogging and backups.01570-301-26-2012


STORM WATER POLLUTIONPREVENTION CONTROLCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTE. Sediment Traps: Construct to pool surface runoff from construction area toallow sediment to settle onto the bottom of trap.F. Sand Bags: Are used during construction activities in unstabilized minor swales,ditches, or streambeds when the contributing drainage area is no greater than 2 acres.It is also sediment barrier for stage one Inlet.G. Bagged Gravel Barrier: Are used during construction activities in unstabilized minorswales, ditches, or streambeds when the contributing drainage area is no greater than 2acres. It is also sediment barrier for stage two Inlet.H. Drop Inlet Insert Basket: Is a temporary barrier placed within a storm drain inlet (LowerPortion of Stage I and Upper Portion of Stage II Inlets) consisting of a filter fabricsupported by a metal frame work to prevent sediment and other pollutants fromentering convey system.I. Brush Berm: Brush Berm is constructed at the perimeter of a distribute site within thedeveloping area.1.05 SUBMITTALSA. Conform to requirements of Section 01330 - Submittal Procedures.B. Submit manufacturer's literature for product specifications and installationinstructions.C. Submit manufacturer=s catalog sheets and other product data on geotextile orfilter fabrics, outlet pipe, perforated riser and connectors.D. Submit proposed methods, equipment, materials, and sequence of operationsfor storm-water pollution prevention structures.E. Submit shop drawings for Drop Inlet Baskets.PART 2 P R O D U C T S2.01 CONCRETEA. Concrete: Class B in accordance with Section 03315 – Concrete for UtilityConstruction or as shown on the Drawings.2.02 AGREGATE MATERIALSA. Use poorly graded cobbles with diameter greater than 3 inches and less than5 inches.01570-401-26-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTORM WATER POLLUTIONPREVENTION CONTROLB. Provide gravel lining in accordance with Section 2320 – Utility BackfillMaterials or as shown on the drawings.C. Provide clean cobbles and gravel consisting of crushed concrete or stone.Use clean, hard crushed concrete or stone free from adherent coatings, salt,alkali, dirt, clay, loam, shale, soft or flaky materials, or organic matter.D. Sediment Pump Pit Aggregate: Use nominal 2-inch diameter river gravel.2.03 PIPEA. Polyethylene culvert pipe or PVC sewer pipe in accordance with Section02505- High Density Polyethylene (HDPE) Solid and Profile Wall Pipe andSection 02506 Polyvinyl Chloride Pipe or as shown on the Drawings.B. Inlet Pipes: Galvanized steel pipe in accordance with Section 02642Corrugated Metal Pipe or as shown on the Drawings.C. Standpipe for Sediment Pump Pits: Galvanized round culvert pipe or roundPVC pipe, minimum of 12-inch and a maximum of 24-inch diameter, perforateat 6 to 12 inch centers around circumference.2.04 GEOTEXTILE FILTER FABRICA. Woven or nonwoven geotextile filter fabric made of either polypropylene,polyethylene, ethylene, or polyamide material, in continuous rolls of longestpractical length.B. Grab Strength: 100 psi in any principal direction (ASTM D-4632), Mullenburst strength >200 psi (ASTM D-3786), and equivalent opening size between50 and 140.C. Furnish ultraviolet inhibitors and stabilizers for minimum 6 months of expectedusable construction life at temperature range of 0 degrees F to 120 degrees F.D. Mirafi, Inc., Synthetic Industries, or equivalent2.05 BARRIERA. Wire Barrier: Woven galvanized steel wire, 14 gauge by 6-inch squaremesh spacing, minimum 24 inch roll or sheet width of longest practical length.B. Barrier Stakes: Nominal 2 by 2 inch moisture-resistant treated wood or steelposts (min. of 1.25 lbs. per linear foot and Brinell Hardness greater than 140)with safety caps on top; length as required for minimum 8 inch bury and full01570-501-26-2012


STORM WATER POLLUTIONPREVENTION CONTROLCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTheight of filter fabric.2.06 SANDBAGSA. Provide woven material made of polypropylene, polyethylene, or polyamidematerial.1. Minimum unit weight of four ounces per square yard.2. Minimum grab strength of 100 lbs in any principal direction (ASTMD4632)3. Mullen burst strength exceeding 300 lbs (ASTM D4833).4. Ultraviolet stability exceeding 70 percent. After 500 hours of exposure(ASTM 4355).5. Size: Length:18 to 24 inches. Width: 12 to 18 inches. Thickness: 6 to 8inches. Weight: Approximately 40 to 50 pounds not to exceed 75pounds.2.07 Bagged gravel Barrier1. Minimum unit weight of four ounces per square yard.2. Minimum grab strength of 100 lbs in any principal direction (ASTMD4632)3. Mullen burst strength exceeding 300 lbs (ASTM D4833).4. Ultraviolet stability exceeding 70 percent. After 500 hours of exposure(ASTM 4355).5. Size: Length:18 to 24 inches. Width: 12 to 18 inches. Thickness: 6 to 8inches. Weight: Approximately 40 to 50 pounds not to exceed 75pounds.2.08 DROP INLET BASKETA. Provide steel frame members in accordance with ASTM A36.B. Construct top frame of basket with two short sides of 2 inch by 2 inch andsingle long side of 1 inch by 1 inch, 1/8 inch angle iron. Construct baskethangers of 2 inch by 1/4 inch iron bars. Construct bottom frame of 1 inch by1/4 inch iron bar or 1/4 inch plate with center 3 inches removed. Useminimum 1/4 inch diameter iron rods or equivalent for sides of inlet basket.01570-601-26-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTORM WATER POLLUTIONPREVENTION CONTROLWeld minimum of 14 rods in place between top frame/basket hanger andbottom frame. Exact dimensions for top frame and insert basket will bedetermined based on dimensions of type of inlet being protected.2.09 HAY BALEA. Hay: Standard-baled agricultural hay bound by wire, nylon, orpolypropylene rope. Do not use jute or cotton binding.B. Hay Bale Stakes (applicable where bales are on soil): No. 3 (3/8 diameter)reinforcing bars, deformed or smooth at Contractor's option, length asrequired for minimum 18 inch bury and full height bales.PART 3 E X E C U T I O N3.01 PREPARATION, INSTALLATION AND MAINTEINANCEA. Provide erosion and sediment control structures at locations shown on theDrawings.B. Do not clear, grub or rough cut until erosion and sediment control systems arein place unless approved by <strong>Project</strong> Manger to allow installation of erosionand sediment control systems, soil testing and surveying.C. Maintain existing erosion and sediment control systems located within projectsite until acceptance of <strong>Project</strong> or until directed by <strong>Project</strong> Manger to removeand discard existing system.D. Regularly inspect and repair or replace damaged components of erosion andsediment control structures. Unless otherwise directed, maintain erosion andsediment control structure until project area stabilization is accepted. .Redress and replace granular fill at outlets as needed to replenish depletedgranular fill. Remove erosion and sediment control structures promptly whendirected by <strong>Project</strong> Manger. Dispose of materials in accordance with Section01576 - Waste Material Disposal.E. Remove and dispose sediment deposits at the designated spoil site for the<strong>Project</strong>. If a project spoil site is not designated on Drawings, dispose ofsediment off site at approved location in accordance with Section 01576 -Waste Material Disposal.F. Unless otherwise shown on the Drawings, compact embankments,excavations, and trenches in accordance with Section 02315 Roadway01570-701-26-2012


STORM WATER POLLUTIONPREVENTION CONTROLCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTExcavation or Section 2317 Excavation and Backfill for Utilities.G. Prohibit equipment and vehicles from maneuvering on areas outside ofdedicated right of way and easements for construction. Immediately repairdamage caused by construction traffic to erosion and sediment controlstructures.H. Protect existing trees and plants in accordance with Section 1562 – Tree andPlant Protection.3.02 SEDIMENT TRAPSA. Install sediment traps so that surface runoff shall percolate through system insheet flow fashion and allow retention and accumulation of sediment.B. Inspect sediment traps after each rainfall, daily during periods of prolongedrainfall, and at a minimum once each week. Repair or replace damagedsections immediately.C. Use fill material for embankment in accordance with Section 02320 – UtilityBackfill Materials.D. Excavation length and height shall be as specified on Drawings. Use sideslopes of 2:1 or flatter.E. Stone outlet sediment traps:1. Maintain minimum of 6 inches between top of core material and top ofstone outlet, minimum of 4 inches between bottom of core material andexisting ground and minimum of 1 foot between top of stone outlet andtop of embankment.2. Embed cobbles minimum of 4 inches into existing ground for stoneoutlet. Core shall be minimum of 1 foot in height and in width andwrapped in triple layer of geotextile filter fabric.F. Sediment Basin with Pipe Outlet Construction Methods: Install outlet pipe andriser as shown on the Drawings.G. Remove sediment deposits when design basin volume is reduced by onethirdor sediment level is one foot below principal spillway crest, whichever isless.3.03 FILTER FABRIC BARRIER CONSTRUCTION METHODSA. Fence Type 1: Filter Fabric: Barrier01570-801-26-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTORM WATER POLLUTIONPREVENTION CONTROL1. Install stakes 3 feet on center maximum and firmly embed minimum 8inches in soil. If filter fabric is factory preassembled with supportnetting, then maximum support spacing is 8 feet. Install wood stakesat a slight angle toward the source of anticipated runoff.2. Trench in the toe of the fence lines so the downward face of thetrenches is flat and perpendicular to direction of flow. V-trenchconfiguration as shown on Drawings may also be used.3. Lay fabric along edges of trenches in longest practical continuous runsto minimize joints. Make joints only at a support post. Splice withminimum 6-inch overlap and seal securely.4. Staple filter fabric to stakes at maximum 3 inches on center. Extendfabric minimum 18 inches and maximum 36 inches above naturalground.5. Backfill and compact trench.B. Barrier Type 2: Reinforced Filter Fabric Barrier1. Layout barrier same as for Type 1.2. Install stakes at 6 feet on center maximum and at each joint in wirefence, firmly embedded 1-foot minimum, and inclined it as for Type 1.3. Tie wire fence to stakes with wire at 6 inches on center maximum.Overlap joints minimum one bay of mesh.4. Install trench same as for Type 1.5. Fasten filter fabric wire fence with tie wires at 3 inches on centermaximum.6. Layout fabric same as for Type 1. Fasten to wire fence with wire tiesat 3 inches on center maximum and, if applicable, to stakes above topof wire fence it as for Type 1.7. Backfill and compact trench.8. Attach filter fabric to wooden fence stakes spaced a maximum of 6 feet apartor steel fence stakes spaced a maximum of 8 feet apart and embedded aminimum of 12 inches. Install stakes at a slight angle toward source ofanticipated runoff.9. Trench in toe of filter fabric barrier with spade or mechanical trencher so thatdownward face of trench is flat and perpendicular to direction of flow. A V-trenchconfiguration may also be used. Lay filter fabric along edges of trench. Backfilland compact trench upon completion of Construction.01570-901-26-2012


STORM WATER POLLUTIONPREVENTION CONTROLCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT10. Filter fabric fence shall have a minimum height of 18 inches and a maximumheight of 36 inches above natural ground.11. Cut length of fence to minimize use of joints. When joints are necessary,splice fabric together only at support post with minimum 6 inch overlap andseal securely.12. When used in swales, ditches or diversions, elevation of barrier at top of filter fabric atflow line location in channel shall be lower than bottom elevation of filter fabric at endsof barrier or top of bank, whichever is less, in order to keep storm water discharge inchannel from overtopping bank.C. Triangular Filter Fabric Barrier Construction Methods1. Attach filter fabric to wire fencing, 18 inches on each side. Provide afabric cover and skirt with continuous wrapping of fabric. Skirt shouldform continuous extension of fabric on upstream side of fence.2. Secure triangular fabric filter barrier in place using one of the followingmethods:a. Toe-in skirt 6 inches with mechanically compacted material;b. Weight down skirt with continuous layer of 3-inch to 5-inchgraded rock; orc. Trench-in entire structure 4 inches.3. Anchor triangular fabric filter barrier structure and skirt securely in placeusing 6-inch wire staples on 2-foot centers on both edges and on skirt,or staked using 18-inch by 3/8-inch diameter re-bar with tee ends.4. Lap fabric filter material by 6 inches to cover segment joints. Fastenjoints with galvanized shoat rings.3.04 DIKE AND SWALEA. Unless otherwise indicated, maintain minimum dike height of 18 inches,measured from cleared ground at up slope toe to top of dike. Maintain sideslopes of 2:1 or flatter.B. Dike and Swale Stabilization: When shown on the Drawings, place gravellining 3 inches thick and compacted into the soil or 6 inches thick if truckcrossing is expected. Extend gravel lining across bottom and up both sides ofswale minimum height of 8 inches vertically, above bottom. Gravel lining ondike side shall extend up the up slope side of dike a minimum height of 8inches, measured vertically from interface of existing or graded ground andup slope toe of dike, as shown on Drawings.01570-1001-26-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTORM WATER POLLUTIONPREVENTION CONTROLC. Divert flow from dikes and swales to sediment basins, stabilized outlets, orsediment trapping devices of types and at locations shown on Drawings.Grade dikes and swales as shown on Drawings, or, if not specified, providepositive drainage with maximum grade of 1 percent to outlet or basin.D. Clear in accordance with Section 2233 – Clearing and Grubbing Compactembankments in accordance with Section 2315 – Roadway Excavation.E. Carry out excavation for swale construction so that erosion and waterpollution is minimal. Minimum depth shall be 1 foot and bottom width shall be4 feet, with level swale bottom. Excavation slopes shall be 2:1 or flatter.Clear, grub and strip excavation area of vegetation and root material.3.05 DOWN SPOUT EXTENDERA. Down spout extender shall have slope of approximately 1 percent. Use pipediameter of 4 inches or as shown on the Drawings. Place pipe in accordancewith Section 2317 - Bedding and Backfill for Utilities.3.06 PIPE SLOPE DRAINA. Compact soil around and under drain entrance section to top of embankmentin lifts appropriately sized for method of compaction utilized.B. Inlet pipe shall have slope of 1 percent or greater. Use pipe diameter asshown on the Drawings.C. Top of embankment over inlet pipe and embankments directing water to pipeshall be at least 1 foot higher at all points than top of inlet pipe.D. Pipe shall be secured with hold-down grommets spaced 10 feet on centers.E. Place riprap apron with a depth equal to pipe diameter with 2:1 side slopes.3.07 PAVED FLUMEA. Compact soil around and under the entrance section to top of theembankment in lifts appropriately sized for method of compaction utilized.B. Construct subgrade to required elevations. Remove and replace soft sectionsand unsuitable material. Compact subgrade thoroughly and shape to asmooth, uniform surface.C. Construct permanent paved flumes in accordance with Drawings.01570-1101-26-2012


STORM WATER POLLUTIONPREVENTION CONTROLCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTD. Remove sediment from riprap apron when sediment has accumulated todepth of one foot.3.08 LEVEL SPREADERA. Construct level spreader on undisturbed soil and not on fill. Ensure thatspreader lip is level for uniform spreading of storm runoff.B. Maintain at required depth, grade, and cross section as specified onDrawings. Remove sediment deposits as well as projections or otherirregularities which will impede normal flow.3.09 INLET PROTECTION BARRIERA. Place sandbags for Stage I, Bagged gravel for Stage II and filter fabric barriers atlocations shown on the SWP3. Maintain to allow minimal inlet in flow restrictions /blockage during storm event.3.10 DROP INLET BASKET CONSTRUCTION METHODSA. Fit inlet insert basket into inlet without gaps around insert at locations shownon the SWP3.B. Support for inlet insert basket shall consist of fabricated metal as shown onDrawings.C. Push down and form filter fabric to shape of basket. Use sheet of fabric largeenough to be supported by basket frame when holding sediment and extendat least 6 inches past frame. Place inlet grates over basket/frame to serve asfabric anchor.D. Remove sediment deposit after each storm event and wheneveraccumulation exceeds 1-inch depth during weekly inspections.3.11 HAY BALE FENCE CONSTRUCTION METHODSA. Place bales in row with ends tightly abutting adjacent bales. Place bales withbindings parallel to ground surface.B. Embed bale in soil a minimum of 4 inches.C. Securely anchor bales in place with Hay Bale Stakes driven through bales aminimum of 18-inches into ground. Angle first stake in each bale towardpreviously laid bale to force bales together.D. Fill gaps between bales with straw to prevent water from channeling betweenbales. Wedge carefully in order not to separate bales.01570-1201-26-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTORM WATER POLLUTIONPREVENTION CONTROLE. Replace with new hay bale fence every two months or as required by<strong>Project</strong> Manager.3.12 BRUSH BERM CONSTRUCTION METHODSA. Construct brush berm along contour lines by hand placing method. Do notuse machine placement of brush berm.B. Use woody brush and branches having diameter less than 2-inches with 6-inches overlap. Avoid incorporation of annual weeds and soil into brushberm.C. Use minimum height of 18-inches measured from top of existing ground atupslope toe to top of berm. Top width shall be 24 inches minimum and sideslopes shall be 2:1 or flatter.D. Embed brush berm into soil a minimum of 4-inches and anchor using wire,nylon or polypropylene rope across berm with a minimum tension of 50pounds. Tie rope securely to 18-inch x 3/8-inch diameter rebar stakes driveninto ground on 4-foot centers on both sides of berm.3.13 STREET AND SIDEWALK CLEANINGA. Keep areas clean of construction debris and mud carried by constructionvehicles and equipment. If necessary, install stabilized construction exits atconstruction, staging, storage, and disposal areas, following Section 01575-Stabilized Construction Exit.B. In lieu of or in addition to stabilized construction exits, shovel or sweeppavements as required to keep areas clean. Do not waterhose or sweepdebris and mud off street into adjacent areas, except, hose sidewalks duringoff-peak hours, after sweeping.3.14 WASTE COLLECTION AREASA. Prevent water runoff from passing through waste collection areas, andprevent water runoff from waste collection areas migrating outside collectionareas.3.15 EQUIPMENT MAINTENANCE AND REPAIRA. Confine maintenance and repair of construction machinery and equipment toareas specifically designated for that purpose, so fuels, lubricants, solvents,and other potential pollutants are not washed directly into receiving streamsor storm water conveyance systems. Provide these areas with adequatewaste disposal receptacles for liquid and solid waste. Clean and inspectmaintenance areas daily.01570-1301-26-2012


STORM WATER POLLUTIONPREVENTION CONTROLCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTB. Where designated equipment maintenance areas are not feasible, takeprecautions during each individual repair or maintenance operation to preventpotential pollutants from washing into streams or conveyance systems.Provide temporary waste disposal receptacles.3.16 VEHICLE/ EQUIPMENT WASHING AREASA. Install wash area (stabilized with coarse aggregate) adjacent to stabilizedconstruction access, as required to prevent mud and dirt run-off. Releasewash water into drainage swales or inlets protected by erosion and sedimentcontrols. Build wash areas following Section 01575- Stabilized Constructionaccess. Install gravel or rock base beneath wash areas.B. Wash vehicles only at designated wash areas. Do not wash vehicles such asconcrete delivery trucks or dump trucks and other construction equipment atlocations where runoff flows directly into waterways or storm waterconveyance systems.C. Locate wash areas to spread out and evaporate or infiltrate wash waterdirectly into ground, or collect runoff in temporary holding or seepage basins.3.17 WATER RUNOFF AND EROSION CONTROLA. Control surface water, runoff, subsurface water, and water from excavationsand structures to prevent damage to the Work, the site, or adjoiningproperties. Follow environment requirements.B. Control fill, grading and ditching to direct water away from excavations, pits,tunnels, and other construction areas, and to direct drainage to proper runoffcourses to prevent erosion, sedimentation or damage.C. Provide, operate, and maintain equipment and facilities of adequate size tocontrol surface water.D. Retain existing drainage patterns external to the site by constructingtemporary earth berms, sedimentation basins, retaining areas, and temporaryground cover as required to control conditions.E. Plan and execute construction and earth work to control surface drainagefrom cuts and fills, and from borrow and waste disposal areas, to preventerosion and sedimentation.1. Hold area of bare soil exposed at one time to a minimum.2. Provide temporary controls such as berms, dikes, and drains.F. Construct fill and waste areas by selective placement to eliminate surface siltsor clays which will erode.01570-1401-26-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTORM WATER POLLUTIONPREVENTION CONTROLG. Inspect earthwork periodically to detect start of erosion. Immediately applycorrective measures as required to control erosion.H. Dispose of sediments offsite, not in or adjacent to waterways or floodplains, norallow sediments to flush into streams or drainage ways. Assumeresponsibility for offsite disposal location.I. Unless otherwise indicated, compact embankments, excavations, andtrenches by mechanically blading, tamping, and rolling soil in maximum of 8-inch layers. Provide compaction density at minimum 90 percent StandardProctor ASTM D-698-78 density. Make at least one test per 500 cubic yardsof embankment.J. Prohibit equipment and vehicles from maneuver on areas outside of dedicated rightsof-wayand easements for construction. Immediately repair damage to erosion andsedimentation control systems caused by construction traffic.K. Do not damage existing trees intended to remain.3.18 REMOVAL OF CONTROLSA. Remove erosion and sediment controls when the site is finally stabilized or asdirected by <strong>Project</strong> Manager.B. Dispose of sediments and waste products following Section 01505-Temporary Facilities.END OF SECTION01570-1501-26-2012


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTABILIZED CONSTRUCTION ACCESSSection 01575STABILIZED CONSTRUCTION ACCESSPART 1G E N E R A L1.01 SECTION INCLUDESA. Installation and removal of erosion and sediment control for stabilized constructionaccess used during construction and prior to final development of site, as shown in Cityof Houston Standard Construction details, DWG No. 01571-01.1.02 MEASUREMENT AND PAYMENTA. Unit Price Contracts. If Contract is Unit Price Contract, payment for work inthis Section will be based on the following:1. Stabilized construction roads, parking areas, access and wash areas:per square yard of aggregate/recycled concrete without reinforcingplaced in 8-inch layers. No separate payment will be made for street cleaningnecessary to meet TPDES requirements. Include cost ofwork for street cleaning under related Specification section.B. Stipulated Price (Lump Sum) Contracts. If the Contract is a Stipulated PriceContract, include payment for work under this Section in the total StipulatedPrice.1.03 SUBMITTALSA. Conform to requirements of Section 01330 - Submittal Procedures.B. Submit manufacturer=s catalog sheets and other Product Data on geotextilefabric.C. Submit sieve analysis of aggregates conforming to requirements of thisSpecification.1.04 REFERENCESA. ASTM D 4632 - Standard Test Method for Grab Breaking Load andElongation of Geotextiles.B. Storm Water Quality Management Handbook For Construction Activities prepared by theCity of Houston, Harris County and Harris County Flood Control District.01575-102-01-2011


STABILIZED CONSTRUCTION ACCESSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPART 2P R O D U C T S2.01 GEOTEXTILE FABRICA. Provide woven or non-woven geotextile fabric made of polypropylene,polyethylene, ethylene, or polyamide material.B. Geotextile fabric: Minimum grab strength of 200 lbs in any principal direction(ASTM D-4632) and equivalent opening size between 50 and 140.C. Geotextile and threads: Resistant to chemical attack, mildew, and rot andcontain ultraviolet ray inhibitors and stabilizers to provide minimum of sixmonths of expected usable life at temperature range of 0 to 120 degrees F.D. Representative Manufacturers: Mirafi, Inc. or equal.2.02 COARSE AGGREGATESA. Coarse aggregate: Crushed stone, gravel, crushed blast furnace slag, orcombination of these materials. Aggregate shall be composed of clean, hard,durable materials free from adherent coatings of, salt, alkali, dirt, clay, loam,shale, soft or flaky materials, or organic and injurious matter.B. Coarse aggregates to consist of open graded rock 2” to 8” in size.PART 3 EXECUTION3.01 PREPARATION AND INSTALLATIONA. Provide stabilized construction roads and access at construction, staging, parking,storage,and disposal areas to keep street clean of mud carried by construction vehicles andequipment. Construct erosion and sediment controls in accordance with Drawingsand Specification requirements.B. Do not clear grub or rough cut until erosion and sediment control systems arein place, unless approved by <strong>Project</strong> Manager to allow soil testing andsurveying.C. Maintain existing construction site erosion and sediment control systems untilacceptance of the Work or until removal of existing systems is approved by<strong>Project</strong> Manager.D. Regularly inspect, repair or replace components of stabilized constructionaccess. Unless otherwise directed, maintain stabilized construction roads and01575-202-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTSTABILIZED CONSTRUCTION ACCESSaccess until the City accepts the Work. Remove stabilized construction roadsand access promptly when directed by <strong>Project</strong> Manager. Discard removedmaterials off-site.E. Remove and dispose of sediment deposits at designated spoil site for <strong>Project</strong>.If a spoil site is not designated on Drawings, dispose of sediment off-site at alocation not in or adjacent to stream or flood plain. Assume responsibility foroff-site disposal.F. Spread compacted and stabilized sediment evenly throughout site. Do notallow sediment to flush into streams or drainage ways. Dispose ofcontaminated sediment in accordance with existing federal, state, and localrules and regulations.G. Prohibit equipment and vehicles from maneuvering on areas outside ofdedicated rights-of-way and easements for construction. Immediately repairdamage to erosion and sediment control systems caused by constructiontraffic.H. Conduct construction operations in conformance with erosion controlrequirements of Specification 01570 – Storm Water Pollution Control.3.02 CONSTRUCTION MAINTENANCEA. Provide stabilized access roads, subdivision roads, parking areas, and otheron-site vehicle transportation routes where shown on Drawings.B. Provide stabilized construction access and vehicle washing areas, when approvedby <strong>Project</strong> Manager, of sizes and at locations shown on Drawings or asspecified in this Section.C. Clean tires to remove sediment on vehicles leaving construction areas prior toentering public right-of-ways. Construct wash areas needed to remove sediment.Release wash water into drainage swales or inlets protected by erosion and sedimentcontrol measures.D. Details for stabilized construction access are shown on Drawings. Constructother stabilized areas to same requirements. Maintain minimum roadwaywidths of 14 feet for one-way traffic and 20 feet for two-way traffic and ofsufficient width to allow ingress and egress. Place geotextile fabric as apermeable separator to prevent mixing of coarse aggregate with underlayingsoil. Limit exposure of geotextile fabric to elements between laydown andcover to a maximum 14 days to minimize potential damage.E. Grade roads and parking areas to provide sufficient drainage away fromstabilized areas. Use sandbags, gravel, boards, or similar materials toprevent sediment from entering public right-of-ways, waterways or01575-302-01-2011


STABILIZED CONSTRUCTION ACCESSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTstorm water conveyance systems.F. Inspect and maintain stabilized areas daily. Provide periodic top dressingwith additional coarse aggregates to maintain required depth. Repair andclean out damaged control systems used to trap sediment. Immediatelyremove spilled, dropped, washed, or tracked sediment from public right-ofways.G. Maintain lengths of stabilized areas as shown on Drawings or a minimum of50 feet. Maintain a minimum thickness of 8 inches. Maintain minimum widthsat all points of ingress or egress.H. Stabilize other areas with the same thickness, and width of coarse aggregaterequired for stabilized construction access, except where shown otherwise onDrawings.I. Stabilized areas may be widened or lengthened to accommodate truckwashing areas when authorized by <strong>Project</strong> Manager.J. Clean street daily before end of workday. When excess sediments havetracked onto streets, <strong>Project</strong> Manager may direct Contractor to clean street asoften as necessary. Remove and legally dispose of sediments.K. Use other erosion and sediment control measures to prevent sediment runoffduring rain periods and non-working hours and when storm discharges areexpected.END OF SECTION01575-402-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCONTROL OF GROUNDAND SURFACE WATERSection 01578CONTROL OF GROUND AND SURFACE WATERPART 1G E N E R A L1.01 SECTION INCLUDESA. Dewatering, depressurizing, draining, and maintaining trenches, shaftexcavations, structural excavations and foundation beds in stable condition,and controlling ground water conditions for tunnel excavations.B. Protecting work against surface runoff and rising floodwaters.C. Trapping suspended sediment in the discharge form the surface and groundwater control systems.1.02 MEASUREMENT AND PAYMENTA. UNIT PRICES1. When noted, dewatering of trench or excavation during course of projectshall be measured per linear foot and paid for at contract unit prices fordewatering, when directed to perform such work by <strong>Project</strong> Manager.Dewatering must be fully detailed in submittal and submittal must beapproved prior to performing dewatering work before payment will be madefor dewatering. No payment will be made for work unless directed to performwork by <strong>Project</strong> Manager.2. Presence of a pump on project does not constitute dewatering for paymentunder bid item "Ground Water Control for Open Cut Construction."3. Dewatering required during course of project to lower water table for otherutility installation less than 24 inches in diameter, construction of structures,removal of standing water, surface drainage seepage, or to protect againstrising waters or floods shall be considered incidental to Work unlessotherwise noted.4. No separate payment will be made for groundwater control associated withaugering, tunnels or casing. Include cost in unit price for augering.5. Refer to Section 01270 - Measurement and Payment for unit priceprocedures.B. Stipulated Price (Lump Sum) Contract. If the Contract is a Stipulated PriceContract, include payment for work under this section in the total Stipulated01578-101-01-2011


CONTROL OF GROUNDAND SURFACE WATERCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPrice.1.03 REFERENCESA. ASTM D 698 - Standard Test Methods for Laboratory Compaction of SoilsUsing Standard Effort (12,400 ft-lbf/ft3 (600kN-m/m3)B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safetyand Health Administration (OSHA)C. Storm Water Management Handbook for Construction Activities prepared byCity of Houston, Harris County and Harris County Flood Control District.1.04 DEFINITIONSA. Ground water control system: system used to dewater and depressurizewater-bearing soil layers.1. Dewatering: lowering the water table and intercepting seepage thatwould otherwise emerge from slopes or bottoms of excavations, or intotunnels and shafts; and disposing of removed water. Intent ofdewatering is to increase stability of tunnel excavations and excavatedslopes, prevent dislocation of material from slopes or bottoms ofexcavations, reduce lateral loads on sheeting and bracing, improveexcavating and hauling characteristics of excavated material, preventfailure or heaving of bottom of excavations, and to provide suitableconditions for placement of backfill materials and construction ofstructures and other installations.2. Depressurization: includes reduction in piezometric pressure withinstrata not controlled by dewatering alone, necessary to prevent failureor heaving of excavation bottom or instability of tunnel excavations.B. Excavation drainage: includes keeping excavations free of surface andseepage water.C. Surface drainage: includes use of temporary drainage ditches and dikes andinstallation of temporary culverts and sump pumps with discharge linesnecessary to protect Work from any source of surface water.D. Monitoring facilities for ground water control system: includes piezometers,monitoring wells and flow meters for observing and recording flow rates.1.05 PERFORMANCE REQUIREMENTSA. Conduct subsurface investigations to identify groundwater conditions and to01578-201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCONTROL OF GROUNDAND SURFACE WATERprovide parameters for design, installation, and operation of groundwatercontrol systems. Submit proposed method and spacing of readings for reviewprior to obtaining water level readings.B. Design ground water control system, compatible with requirements of FederalRegulations 29 CFR Part 1926 and Section 02260 - Trench Safety Systems,to produce following results:1. Effectively reduce hydrostatic pressure affecting:a. Excavationsb. Tunnel excavation, face stability or seepage into tunnels2. Develop substantially dry and stable subgrade for subsequentconstruction operations3. Preclude damage to adjacent properties, buildings, structures, utilities,installed facilities and other work4. Prevent loss of fines, seepage, boils, quick condition, or softening offoundation strata5. Maintain stability of sides and bottom of excavationsC. Provide ground water control systems that include single-stage or multiplestagewell point systems, eductor and ejector-type systems, deep wells, orcombinations of these equipment types.D. Provide drainage of seepage water and surface water, as well as water fromother sources entering excavation. Excavation drainage may includeplacement of drainage materials, crushed stone and filter fabric, together withsump pumping.E. Provide ditches, berms, pumps and other methods necessary to divert anddrain surface water from excavation and other work areas.F. Locate ground water control and drainage systems so as not to interfere withutilities, construction operations, adjacent properties, or adjacent water wells.G. Assume sole responsibility for ground water control systems and for any lossor damage resulting from partial or complete failure of protective measuresand settlement or resultant damage caused by ground water controloperations. Modify ground water control systems or operations if they causeor threaten to cause damage to new construction, existing site improvements,adjacent property, adjacent water wells, or potentially contaminated areas.Repair damage caused by ground water control systems or resulting from01578-301-01-2011


CONTROL OF GROUNDAND SURFACE WATERCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTfailure of system to protect property as required.H. Install an adequate number of piezometers installed at proper locations anddepths, necessary to provide meaningful observations of conditions affectingexcavation, adjacent structures and water wells.I. Install environmental monitoring wells at proper locations and depthsnecessary to provide adequate observations of hydrostatic conditions andpossible contaminant transport from contamination sources into work area orground water control system.1.06 SUBMITTALSA. Conform to requirements of Section 01330 - Submittals Procedures.B. Submit Ground Water and Surface Water Control Plan for review by <strong>Project</strong>Manager prior to start of excavation work. Include the following:1. Results of subsurface investigations and description of extent andcharacteristics of water bearing layers subject to ground water control2. Names of equipment Suppliers and installation Subcontractors3. Description of proposed ground water control systems indicatingarrangement, location, depth and capacities of system components,installation details and criteria and operation and maintenanceprocedures4. Description of proposed monitoring facilities indicating depths andlocations of piezometers and monitoring wells, monitoring installationdetails and criteria, type of equipment and instrumentation withpertinent data and characteristics5. Description of proposed filters including types, sizes, capacities andmanufacturer's application recommendations6. Design calculations demonstrating adequacy of proposed systems forintended applications. Define potential area of influence of groundwater control operation near contaminated areas.7. Operating requirements, including piezometric control elevations fordewatering and depressurization8. Excavation drainage methods including typical drainage layers, sumppump application and other means01578-401-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCONTROL OF GROUNDAND SURFACE WATER9. Surface water control and drainage installations10. Proposed methods and locations for disposing of removed waterC. Submit following records upon completion of initial installation:1. Installation and development reports for well points, eductors, anddeep wells2. Installation reports and baseline readings for piezometers and monitoring wells3. Baseline analytical test data of water from monitoring wells4. Initial flow ratesD. Submit the following records weekly during control of ground and surfacewater operations:1. Records of flow rates and piezometric elevations obtained duringmonitoring of dewatering and depressurization. Refer to Paragraph3.02, Requirements for Eductor, Well Points, or Deep Wells.2. Maintenance records for ground water control installations,piezometers and monitoring wells1.07 ENVIRONMENTAL REQUIREMENTSA. Comply with requirements of agencies having jurisdiction.B. Comply with Texas Commission on Environmental Quality regulations andTexas Water Well Drillers Association for development, drilling, andabandonment of wells used in dewatering system.C. Obtain necessary permits from agencies with jurisdiction over use ofgroundwater and matters affecting well installation, water discharge, and useof existing storm drains and natural water sources. Since review andpermitting process may be lengthy, take early action to obtain requiredapprovals.D. Monitor ground water discharge for contamination while performing pumpingin vicinity of potentially contaminated sites.PART 2P R O D U C T S2.01 EQUIPMENT AND MATERIALS01578-501-01-2011


CONTROL OF GROUNDAND SURFACE WATERCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTA. Select equipment and materials necessary to achieve desired results fordewatering. Selected equipment and materials are subject to review by<strong>Project</strong> Manager through submittals required in Paragraph 1.06, Submittals.B. Use experienced contractors, regularly engaged in ground water controlsystem design, installation, and operation, to furnish and install and operateeducators, well points, or deep wells, when neededC. Maintain equipment in good repair and operating condition.D. Keep sufficient standby equipment and materials available to ensurecontinuous operation, where required.E. Portable Sediment Tank System: Standard 55-gallon steel or plastic drums,free of hazardous material contamination.1. Shop or field fabricate tanks in series with main inlet pipe, inter-tankpipes and discharge pipes, using quantities sufficient to collectsediments from discharge water.PART 3E X E C U T I O N3.01 GROUND WATER CONTROLA. Perform necessary subsurface investigation to identify water bearing layers,piezometric pressures and soil parameters for design and installation ofground water control systems. Perform pump tests, if necessary to determinedraw down characteristics. Present results in the Ground Water and SurfaceWater Control Plan. submittalB. Provide labor, material, equipment, techniques and methods to lower, controland handle ground water in manner compatible with construction methodsand site conditions. Monitor effectiveness of installed system and its effect onadjacent property.C. Install, operate, and maintain ground water control systems in accordancewith the Ground Water and Surface Water Control Plan. Notify <strong>Project</strong>Manager in writing of changes made to accommodate field conditions andchanges to Work. Provide revised drawings and calculations with notification.D. Provide continuous system operation, including nights, weekends, andholidays. Arrange appropriate backup if electrical power is primary energysource for dewatering system.E. Monitor operations to verify systems lower ground water piezometric levels atrate required to maintain dry excavation resulting in stable subgrade for01578-601-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCONTROL OF GROUNDAND SURFACE WATERsubsequent construction operations.F. Depressurize zones where hydrostatic pressures in confined water bearinglayers exist below excavations to eliminate risk of uplift or other instability ofexcavation or installed works. Define allowable piezometric elevations in theGround Water and Surface Water Control Plan.G. Removal of ground water control installations.1. Remove pumping system components and piping when ground watercontrol is no longer required.2. Remove piezometers, including piezometers installed during designphase investigations and left for Contractor’s use, upon completion oftesting, as required in accordance with Part 3 of applicablespecification.3. Remove monitoring wells when directed by <strong>Project</strong> Manager.4. Grout abandoned well and piezometer holes. Fill piping that is notremoved with cement-bentonite grout or cement-sand grout.H. During backfilling, maintain water level a minimum of 5 feet below prevailinglevel of backfill. Do not allow the water level to cause uplift pressures inexcess of 80 percent of downward pressure produced by weight of structureor backfill in place. Do not allow water levels to rise into cement-stabilizedsand until at least 48 hour after placement.I. Provide uniform pipe diameter for each pipe drain run constructed fordewatering. Remove pipe drains when no longer required. If pipe removal isimpractical, grout connections at 50-foot intervals and fill pipe with cementbentonitegrout or cement-sand grout after removal from service.J. The extent of ground water control for structures with permanent perforatedunderground drainage systems may be reduced, for units designed towithstand hydrostatic uplift pressure. Provide a means to drain affectedportions of underground systems, including standby equipment. Maintaindrainage systems during construction operations.K. Remove systems upon completion of construction or when dewatering andcontrol of surface or ground water is no longer required.L. Compact backfill to not less than 95 percent of maximum dry density inaccordance with ASTM D 698.M. Foundation Slab: Maintain saturation line at least 3 feet below lowestelevations where concrete is to be placed. Drain foundations in areas where01578-701-01-2011


CONTROL OF GROUNDAND SURFACE WATERCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTconcrete is to be placed before placing reinforcing steel. Keep free from water for 3days after concrete is placed.3.02 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLSA. For aboveground piping in ground water control system, include a 12-inchminimum length of clear, transparent piping between each eductor well or wellpoint and discharge header to allow visual monitoring of discharge from eachinstallation.B. Install sufficient piezometers or monitoring wells to show that trench or shaftexcavations in water bearing materials are pre-drained prior to excavation.Provide separate piezometers for monitoring of dewatering and for monitoringof depressurization. Install piezometers and monitoring wells for tunneling asappropriate for selected method of work.C. Install piezometers or monitoring wells at least one week in advance of thestart of associated excavation.D. Dewatering may be omitted for portions of under drains or other excavations,where auger borings and piezometers or monitoring wells show that soil ispre-drained by existing systems and that ground water control plan criteriaare satisfied.E. Replace installations that produce noticeable amounts of sediments afterdevelopment.F. Provide additional ground water control installations, or change method ofcontrol if, ground water control plan does not provide satisfactory resultsbased on performance criteria defined by plan and by specifications. Submitrevised plan according to Paragraph 1.06B.3.03 SEDIMENT TRAPSA. Install sediment tank as shown on approved plan.B. Inspect daily and clean out tank when one-third of sediment tank is filled withsediment.3.04 SEDIMENT SUMP PITA. Install sediment sump pits as shown on approved plan.B. Construct standpipe by perforating 12 inch to 24-inch diameter corrugatedmetal or PVC pipe.01578-801-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCONTROL OF GROUNDAND SURFACE WATERC. Extend standpipe 12 inches to 18 inches above lip of pit.D. Convey discharge of water pumped from standpipe to sediment trappingdevice.E. Fill sites of sump pits, compact to density of surrounding soil and stabilizesurface when construction is complete.3.05 EXCAVATION DRAINAGEA. Use excavation drainage methods if well-drained conditions can be achieved.Excavation drainage may consist of layers of crushed stone and filter fabric,and sump pumping, in combination with sufficient ground water control wellsto maintain stable excavation and backfill conditions.3.06 MAINTENANCE AND OBSERVATIONA. Conduct daily maintenance and observation of piezometers or monitoringwells while ground water control installations or excavation drainage isoperating at the site, or water is seeping into tunnels, and maintain systems ingood operating condition.B. Replace damaged and destroyed piezometers or monitoring wells with newpiezometers or wells as necessary to meet observation schedules.C. Cut off piezometers or monitoring wells in excavation areas where piping isexposed, only as necessary to perform observation as excavation proceeds.Continue to maintain and make specified observationsD. Remove and grout piezometers inside or outside of excavation area whenground water control operations are complete. Remove and grout monitoringwells when directed by <strong>Project</strong> Manager.3.07 MONITORING AND RECORDINGA. Monitor and record average flow rate of operation for each deep well, or foreach wellpoint or eductor header used in dewatering system. Also, monitorand record water level and ground water recovery. Record observations dailyuntil steady conditions are achieved and twice weekly thereafter.B. Observe and record elevation of water level daily as long as ground watercontrol system is in operation, and weekly thereafter until Work is completedor piezometers or wells are removed, except when <strong>Project</strong> Managerdetermines more frequent monitoring and recording are required. Complywith <strong>Project</strong> Manager's direction for increased monitoring and recording and01578-901-01-2011


CONTROL OF GROUNDAND SURFACE WATERCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTtake measures necessary to ensure effective dewatering for intended purpose.3.08 SURFACE WATER CONTROLA. Intercept surface water and divert it away from excavations through use ofdikes, ditches, curb walls, pipes, sumps or other approved means.Requirement includes temporary works required to protect adjoiningproperties from surface drainage caused by construction operations.B. Divert surface water and seepage water into sumps and pump it into drainagechannels or storm drains, when approved by agencies having jurisdiction.Provide settling basins when required by agencies.END OF SECTION01578-1001-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPROJECT IDENTIFICATION SIGNSSection 01580PROJECT IDENTIFICATION SIGNSPART 1 G E N E R A L1.01 SECTION INCLUDESA. <strong>Project</strong> identification sign description.B. <strong>Project</strong> sign installation.C. Maintenance and removal of <strong>Project</strong> sign.1.02 SYSTEM DESCRIPTIONA. Sign Construction: Construct signs of new materials in accordance withStandard Detail provided at the Pre-construction Conference.B. Appearance: Maintain signs to present a clean and neat look throughoutcontract duration.C. Sign Manufacturer: Experienced professional sign company.D. Sign Placement: At locations shown in Drawings unless otherwise specifiedby <strong>Project</strong> Manager at pre-construction meeting.1. Provide one sign at each end of a linear <strong>Project</strong> involving paving,overlay, sewer line, storm drainage, or water main construction locatedin rights-of-ways.2. Provide one sign for site or building construction Contracts3. Provide one sign at each site for Contracts with multiple sites.4. Sign Relocation: As work progresses, relocate signs if directed by<strong>Project</strong> Manager in writing. Include cost for one relocation of postmountedsigns in Contract Price. Subsequent relocations, if directedby <strong>Project</strong> Manager in writing, will be subject to Change Order.E. Skid-mounted signs: Use for projects with noncontiguous locations wherework progresses from one location to another. Design skid structure towithstand a 60 mile-per-hour wind load to the face or back of sign usingstakes, straps, or ballast. Contractor shall be responsible for security of signsat each site.01580-108-01-2003


PROJECT IDENTIFICATION SIGNSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT1.03 SUBMITTALSA. Submit Shop Drawings under provisions of Section 01330 - Submittalprocedures.B. Show content, layout, lettering style, lettering size, and colors. Make sign andlettering to scale, clearly indicating condensed lettering, if used.PART 2 P R O D U C T S2.01 SIGN MATERIALSA. Structure and Framing: Use new sign materials.1. Sign Posts: 4-inch by 4-inch pressure treated wood posts, 9 feet longfor skid mounting and 12 feet long minimum for in-ground mounting.2. Skid Bracing: 2-inch by 4-inch wood framing material.3. Skid Members: 2-inch by 6-inch wood framing material.4. Fasteners:a. Galvanized steel.b. Attach sign to posts with 1/2-inch by 5-1/2 inch button headcarriage bolts and secure with nuts and flat head washers.c. Cover button heads with white reflective film or paint to matchsign background.d. Use metal brackets and braces and 3/4-inch wood screws toattach sign header.B. Sign and Sign Header: 3/4-inch thick marine plywood. Use 4-foot by 8 -footsheet for the sign and a single piece for the header to minimize joints. Do notpiece wood sheets to fabricate sign face.C. Paint and Primers: White industrial grade, fast-drying, oil-based paint withgloss finish for structural and framing members, sign, and sign headermaterial surfaces. Paint all sign surfaces prior to adding adhesiveapplications.D. Colors:1. Sign Background: Reflective white 3M Scotchlite Engineer Grade,Pressure Sensitive Sheeting (White), or approved equal.01580-208-01-2003


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPROJECT IDENTIFICATION SIGNS2. Border: For red border around area, which designates project nameand project amount, use reflective red 3M Scotchlite Engineer Grade,Pressure Sensitive Sheeting (Red), or approved equal.3. Sign Film: 3M Scotchcal Pressure Sensitive Films, or approved equalfor legends, symbols, lettering, and artwork. Match colors to 3MScotchcal Pressure Sensitive Films.a. Lettering Below Seal: Blackb. Lettering Above <strong>Project</strong> Name: Vivid Bluec. Lettering on Blue Background: Whited. Background Behind <strong>Project</strong> Name: Vivid BlueE. City Seal: <strong>Project</strong> Manager will provide City seals to Contractor, as needed.2.02 SIGN LAYOUTA. Lettering:1. Style, Size, and Spacing: Helvetica Regular lettering.2. Condensed Style: Text may be condensed if needed to maintain signcomposition.B. Composition:1. Lines with Standard Texta. Top line shall read “BUILDING TOGETHER FOR THEFUTURE”.b. Use lower left below City Seal to list names and titles for Mayor,Controller and Council Members. Place as shown on Drawingswith indicated size and spacing.c. Center telephone number of the Customer Response Center,“311”, near the bottom of the area with the blue background.2. Lines with Variable Text. Use blue background space for <strong>Project</strong> nameand dollar amount.a. <strong>Project</strong> Manager will provide <strong>Project</strong> name and dollar amount of<strong>Project</strong> for preparation of sign. Center name on one or twolines, and dollar amount immediately below <strong>Project</strong> name, inarea with blue background. Use condensed lettering ifnecessary.01580-308-01-2003


PROJECT IDENTIFICATION SIGNSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENT2.03 LAYOUT AND COMPOSITION FOR HEADERA. City of Houston Seal:1. A space of approximately 24 inches in diameter is provided for the Cityseal, the top 6 inches of which extends above the sign on the signheader.2. Construct sign header of same material as sign face. Cut material tomatch curve of the City seal.3. <strong>Project</strong> Manager will provide the seal to be affixed to the sign by signmaker.PART 3 E X E C U T I O N3.01 INSTALLATIONA. Install <strong>Project</strong> identification signs within seven days after Date ofCommencement of the Work.B. Erect signs at locations shown in Drawings unless otherwise designated by<strong>Project</strong> Manager at pre-construction meeting. Position sign so it is fully visibleand readable to general public.C. Erect sign level and plumb.D. If mounted on posts, sink posts 3 to 4 feet below grade and stabilize posts tominimize lateral motion. Leave a minimum of 8 feet of post above existinggrade for mounting of sign.E. Erect sign so that top edge of sign is at a nominal 8 feet above existing grade.3.02 MAINTENANCE AND REMOVALA. Keep signs and supports clean. Repair deterioration and damage.B. Remove signs, framing, supports, and foundations to a depth of at least 2 feetupon completion of <strong>Project</strong>. Restore area to a condition equal to or betterthan before construction.01580-408-01-2003


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTPROJECT IDENTIFICATION SIGNSPROJECT No.:(FILE NO: )CONTRACT No.:REVIEWED BY:*INSTRUCTIONS TO SIGN MAKER (LIST COMPANY NAME):QTY.ACTION ITEMS:VARIABLE TEXTMake new sign(s)Follow City standards attachedProvide submittal (drawing) to the City for project sign showing content, layout, letteringstyle, lettering size, and colorsLine 1<strong>Project</strong> Name:Line 2 <strong>Project</strong> Amount (rounded to nearest $1000):ATTACHMENTS INCLUDEDQTY.SEALS / LOGOSCity of Houston - 24" diameterSTANDARDSStandard Specification Section 01580 - <strong>Project</strong> Identification SignsStandard Detail01580-03 Construction Sign(Instructions on reverse.)01580-508-01-2003


PROJECT IDENTIFICATION SIGNSCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTINSTRUCTIONSContractor produces this form. Contractor shall insert the information and provide the form to the signmaker with Contractor’s purchase order.List PROJECT No., (FILE No.), CONTRACT No., and name of City’s <strong>Project</strong> Manager REVIEWED BY.INSTRUCTIONS TO SIGN MAKER:• Give COMPANY NAME of sign maker.• Indicate QUANTITY of new signs to be made.• Direction for sign maker to follow City Standards in making signs.• Require submittals from sign maker, who provides Shop Drawing of <strong>Project</strong> sign showing content,layout, lettering style, lettering size, and colors.VARIABLE TEXT:• Give PROJECT NAME. Write it out in all caps and suggest line break. Lines are required.• Give <strong>Project</strong> amount to be listed on sign. Round off to nearest $1000.ATTACHMENTS INCLUDED:• SealsCity provides the quantity of City seals required one for each <strong>Project</strong> sign.• StandardsContractor provides set of Standards to sign maker, including (Specification Section 01580 -<strong>Project</strong> Identification Signs, and Standard Detail No. 01580-03 - Construction Sign.01580-608-01-2003


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTBASIC PRODUCT REQUIREMENTSSection 01610BASIC PRODUCT REQUIREMENTSPART 1G E N E R A L1.01 SECTION INCLUDESA. Requirements for transportation, delivery, handling, and storage of Products.1.02 PRODUCTSA. Products: Defined in Document 00700 – General Conditions. Does notinclude machinery and equipment used for preparation, fabrication,conveying and erection of the Work. Products may also include existingmaterials or components designated for reuse.B. For material and equipment specifically indicated or specified to be reused in thework:1. Use special care in removal, handling, storage and reinstallation, to assure properfunction in completed work.2. Arrange for transportation, storage and handling of products which require off-sitestorage, restoration or renovation. Include cost in unit price for related items.C. When contract documents require that installation of work comply with manufacturer’sprinted Instructions, obtain and distribute copies of such instructions to parties involved ininstallation, including two copies to <strong>Project</strong> Manager. Maintain one set of completeinstructions at job site during installation until completion.D. Provide Products from the fewest number of manufacturers as practical, inorder to simplify spare parts inventory and to allow for maximuminterchangeability of components. For multiple components of the same size,type or application, use the same make and model of component throughoutthe Work.1.03 TRANSPORTATIONA. Make arrangements for transportation, delivery, and handling of Productsrequired for timely completion of the Work.B. Transport and handle Products in accordance with manufacturer’s instructions.C. Consign and address shipping documents to proper party giving name of the<strong>Project</strong> and its complete street address. Shipments shall be delivered to01610-101-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTBASIC PRODUCT REQUIREMENTSContractor.1.04 DELIVERYA. Arrange deliveries of Products to accommodate short-term site completionschedules and in ample time to facilitate inspection prior to Installation. Avoiddeliveries that cause lengthy storage or overburden of limit storage space.B. Coordinate deliveries to avoid conflict with the Work and conditions at the siteand to accommodate the following:1. Work of other contractors or the City.2. Limitations of storage space.3. Availability of equipment and personnel for handling Products.4. The City's use of premises.C. Have Products delivered to the site in manufacturer's original, unopened,labeled containers.D. Immediately upon delivery, inspect shipment to assure:1. Product complies with requirements of the Contract.2. Quantities are correct.3. Containers and packages are intact; labels are legible.4. Products are properly protected and undamaged.1.05 PRODUCT HANDLINGA. Coordinate off-loading of Products delivered to the site. If necessary duringconstruction, move and relocate stored Products at no additional cost to theCity.B. Provide equipment and personnel necessary to handle Products, includingthose provided by the City, by methods to prevent damage to Products orpackaging.C. Provide additional protection during handling as necessary to preventbreaking, scraping, marring, or otherwise damaging Products or surroundingareas.D. Handle Products by methods to prevent over-bending or overstressing.01610-201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTBASIC PRODUCT REQUIREMENTSE. Lift heavy components only at designated lifting points.F. Handle Products in accordance with manufacturer's recommendations.G. Do not drop, roll, or skid Products off delivery vehicles. Hand-carry or useSuitable materials handling equipment.1.06 STORAGAE OF PRODUCTSA. Store and protect Products in accordance with manufacturer'srecommendations and requirements of these Specifications.B. Make necessary provisions for safe storage of Products. Place Products soas to prevent damage to any part of the Work or existing facilities and tomaintain free access at all times to all parts of the Work and to utility servicecompany installations in the vicinity of the Work. Keep Products neatly andcompactly stored in locations that will cause minimum inconvenience to othercontractors, public travel, adjoining owners, tenants, and occupants. Arrangestorage in a manner so as to provide easy access for inspection.C. Restrict storage to areas available on the site for storage of Products asshown on Drawings or approved by <strong>Project</strong> Manager.D. Provide off-site storage and protection when on-site storage is not adequate.Provide addresses of, and access to, off-site storage locations for inspectionby <strong>Project</strong> Manager.E. Do not use lawns, grass plots, or other private property for storage purposeswithout written permission of owner or other person in possession or controlof premises.F. Protect stored Products against loss or damage.G. Store in manufacturers' unopened containers.H. Neatly, safely, and compactly stack Products delivered and stored along theline of the Work to avoid inconvenience and damage to property owners andgeneral public, and maintain at least 3 feet clearance around fire hydrants.Keep public, private driveways and street crossings open.I. Repair or replace damaged lawns, sidewalks, streets or other improvementsto satisfaction of <strong>Project</strong> Manager. Total length that Products may bedistributed along route of construction at one time is 1000 linear feet, unlessotherwise approved in writing by <strong>Project</strong> Manager.PART 2P R O D U C T S - Not Used01610-301-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTBASIC PRODUCT REQUIREMENTSPART 3E X E C U T I O N - Not UsedEND OF SECTION01610-401-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTFIELD SURVEYINGSection 01725FIELD SURVEYINGPART 1G E N E R A L1.01 QUALITY CONTROLA. Conform to State of Texas laws for surveys requiring licensed surveyors.Employ a surveyor acceptable to <strong>Project</strong> Manager if required by the Contract.1.02 MEASUREMENT AND PAYMENTA. UNIT PRICES1. No separate payment will be made for field surveying. Include cost in unitprice for related items.1.03 SUBMITTALSA. Conform to requirements of Section 01330 - Submittal Procedures.B. Submit name, address, and telephone number of Surveyor to <strong>Project</strong>Manager before starting survey work.C. Submit documentation verifying accuracy of survey work on request.D. Submit certificate signed by Surveyor, that elevations and locations of theWork are in conformance with the Contract.1.04 PROJECT RECORD DOCUMENTSA. Maintain a complete and accurate log of control and survey work as itprogresses.B. Prepare a certified survey setting forth dimensions, locations, angles, andelevations of construction and site work upon completion of foundation wallsand major site improvements.C. Submit record documents under provisions of Section 01785 - <strong>Project</strong> RecordDocuments.1.05 EXAMINATIONA. Verify locations of survey control points prior to starting the Work.01725-101-01-2011


FIELD SURVEYINGCITY OF HOUSTONSTANDARD GENERAL REQUIREMENTB. Notify <strong>Project</strong> Manager immediately if any discrepancies are discovered.1.06 SURVEY REFERENCE POINTSA. The City will establish survey control datum as provided in Document 00700 -General Conditions and as indicated on Drawings. Inform <strong>Project</strong> Manager inAdvance of time horizontal and vertical control points will be established soverification deemed necessary by <strong>Project</strong> Manager may be done withminimum inconvenience to the City or Contractor.B. Locate and protect survey control points prior to starting site work; preservepermanent reference points during construction.C. Notify <strong>Project</strong> Manager a minimum of 48 hours before relocation of referencepoints is needed due to changes in grades or other reasons.D. Promptly report loss or destruction of reference points to <strong>Project</strong> Manager.E. Reimburse the City for cost of reestablishment of permanent reference pointsdisturbed by construction operations.1.07 SURVEY REQUIREMENTSA. Utilize recognized engineering survey practices.B. Establish a minimum of two permanent benchmarks on site, referenced toestablished control points. Record horizontal and vertical location data on<strong>Project</strong> record documents.C. Establish elevations, lines and levels to provide quantities required formeasurement and payment and for appropriate controls for the Work. Locateand lay out the following with appropriate instruments:1. Site improvements including grading, fill and topsoil placement, utilities,and footings and slabs2. Grid or axis for structures3. Building foundation, column locations, and ground floor elevationsD. Periodically verify layouts.PART 2P R O D U C T S - Not Used01725-201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTFIELD SURVEYINGPART 3E X E C U T I O N - Not UsedEND OF SECTION01725-301-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCUTTING AND PATCHINGSection 01731CUTTING AND PATCHINGPART 1G E N E R A L1.01 SECTION INCLUDESA. Cutting, patching and fitting of the Work or work under construction.Coordinating Installation or connection of the Work to existing facilities, oruncovering work for access, inspection or testing and related submittals.1.02 MEASUREMENT AND PAYMENTA. UNIT PRICES1. No separate payment will be made for cutting and patching. Include cost inunit price for related items.1.03 CUTTING AND PATCHINGA. Perform activities to avoid interference with facility operations and work ofothers in accordance with Document 00700 - General Conditions of Contract.B. Execute cutting and patching, including excavation, backfill and fitting to:1. Remove and replace defective work or work not conforming toDrawings and Specifications;2. Take samples of installed work as required for testing;3. Remove construction required to provide for specified alterations oradditions to existing work;4. Uncover work to allow inspection or reinspection by <strong>Project</strong> Manager orregulatory agencies having jurisdiction;5. Connect uninstalled work to completed work in proper sequence;6. Remove or relocate existing utilities and pipes that obstruct work;7. Make connections or alterations to existing or new facilities;8. Provide openings, channels, chases and flues and cut, patch, andfinish; if required; or01731-101-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCUTTING AND PATCHING9. Provide protection for other portions of the Work.C. Restore existing work to a condition equal to or better than that which existedPrior to cutting and patching, and to standards required by Specifications.D. Support, anchor, attach, match, trim and seal materials to work of others.Unless otherwise specified, Furnish and Install sleeves, inserts, and hangersrequired for execution of the Work.E. Provide shoring, bracing and support necessary to maintain structuralintegrity and to protect adjacent work from damage during cutting andpatching. Request written approval from <strong>Project</strong> Manager, before cuttingstructural members such as beams, anchors, lintels, or other supports.Follow approved submittals, as applicable.F. Match new materials to existing materials by bonding, lapping, mechanicallytying, anchoring or other effective means in order to prevent cracks and tominimize evidence of patching. Conceal effects of demolition and patchingby blending new construction to existing surfaces. Avoid obvious breaks,joints or changes of surface appearance unless shown on Drawings orauthorized by <strong>Project</strong> Manager.1.04 SUBMITTALSA. Conform to requirements of Section 01330 - Submittal Procedures.B. Submit a written request to <strong>Project</strong> Manager for consent to proceed, beforeconducting cutting operations that might affect structural integrity, designfunction, City operations, or work of another contractor.C. Include the following in submittal:1. Identification of <strong>Project</strong>2. Description of affected work3. Necessity for cutting4. Effect on other work and on structural integrity5. Describe the proposed work including:a. Scope of cutting and patchingb. Contractor, Subcontractor or Supplier who will execute the workc. Proposed Productsd. Extent of refinishinge. Schedule of operations01731-201-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCUTTING AND PATCHING6. Alternatives to cutting and patchingD. When work conditions or schedules dictate the need for change of materials ormethods, submit a written recommendation to <strong>Project</strong> Manager that includes:1. conditions necessitating the change;2. recommendations for alternative materials or methods; and3. submittals required for proposed substitutionsE. Notify <strong>Project</strong> Manager in writing when work will be uncovered forobservation. Do not begin cutting or patching operations until authorized by<strong>Project</strong> Manager.1.05 CONNECTIONS TO EXISTING FACILITIESA. Perform construction operations necessary to complete connections andtie-ins to existing facilities. Keep existing facilities in continuous operationunless otherwise permitted in the Specifications or approved in writing by<strong>Project</strong> Manager.B. Coordinate interruption of service requiring connection to existing facilitieswith <strong>Project</strong> Manager. Do not bypass wastewater or sludge to waterways.Provide temporary pumping facilities to handle wastewater if necessary. Usetemporary bulkheads to minimize disruption. Provide temporary power andpiping to facilitate construction where necessary.C. Submit a detailed schedule of proposed connections, including shut-downsand tie-ins. Include proposed time and date as well as anticipated duration ofwork. Coordinate the connection schedule with the construction schedule.1. Submit specific times and dates to <strong>Project</strong> Manager at least 48 hoursin advance of proposed work.D. Procedures and Operations:1. Operate existing pumps, valves and gates in required sequence undersupervision of <strong>Project</strong> Manager. Do not operate valves, gates or otheritems of equipment without <strong>Project</strong> Manager’s knowledge.2. If possible, test equipment under operating conditions before makingfinal tie-ins to connect equipment to existing facility.3. Coordinate work and schedules. Notify <strong>Project</strong> Manger at least 48Hours before shutdowns or bypasses are required.01731-301-01-2011


CITY OF HOUSTONSTANDARD GENERAL REQUIREMENTCUTTING AND PATCHINGPART 2 P R O D U C T S Not UsedPART 3E X E C U T I O N Not UsedEND OF SECTION01731-401-01-2011


E.Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED PLASTIC TANKSSection 11201FIBERGLASS REINFORCED PLASTIC TANKSPART 1 G E N E R A L1.1 DESCRIPTIONA. Provide all labor, materials, equipment, and incidentals required to furnishand install fiberglass reinforced plastic (FRP) tanks and appurtenances forstorage of 15% sodium hypochlorite as shown on the Drawings and asspecified.B. In the event of conflict between this specification and the contract drawings,the order of precedence shall be this specification and then the contractdrawings.1.2 QUALITY ASSURANCEA. Manufacturer's Qualifications:1. Manufacturer shall have a minimum of ten years of experienceproducing substantially similar equipment, and shall be able to showevidence of at least five installations in satisfactory operation for atleast five years.2. Manufacturer shall hold a valid ASME RTP-1 Certificate ofAuthorization issued by the American Society of Mechanical Engineers(ASME). No exceptions will be allowed to permit non-certifiedfabricators to build to the ASME standard.B. Source Quality Control:1. Vessels shall meet the requirements as detailed in the manufacturer’spre-approved Quality Assurance <strong>Manual</strong> and any additionalrequirements as required in this specification.2. Owner or Owner’s representative reserves the right to witness thefabrication and testing of the equipment at the fabricator’s facility of alltimes while work is being complete. Notice of inspection will givenprior to commencement of fabrication.1.3 REFERENCE DOCUMENTSA. Comply with the applicable provisions and recommendations of the following,1. ASME RTP-1, Latest Edition2. Manufacturer’s pre-approved Quality Assurance <strong>Manual</strong>.11201-14-3-2014


E.Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED PLASTIC TANKS1.4 PRE-FABRICATION SUBMITTALSA. Shop Drawings: Submit for approval the following:1. Submit sufficient literature, detailed specifications, and drawings toshow dimensions, make, style, size, type, materials used, designfeatures, internal construction, weights, and any other informationrequired by ENGINEER for review of FRP tanks and accessories.2. Shop Drawings for the FRP tanks shall include as a minimum thefollowing:a. Resin and materials of construction including thickness of eachlayer.b. Service Conditions: Chemical environment and temperature.c. Details of FRP ladders, grating and grating support systems andhandrails.d. Details of tie-down systems for all storage tanks andappurtenances.e. Calculations and certifications by a Registered ProfessionalEngineer stating that the design of the shell, lifting and tie downsystems can withstand the intended loads.f. Dimensions of tanks, fittings, pipe connections, manways andappurtenances.g. Total operating weight of each tank and fittings.h. Dimensions, orientation and location of nozzles showing detailsof construction and attachment to tank.i. Complete, detailed instructions on installation of tanks.j. Submit a data sheet from resin manufacturer listingnomenclature, composition and characteristics of the resin.k. Submit a copy of manufacturer’s valid ASME RTP-1 Certificateof Authorization.1.5 POST-FABRICATION SUBMITTALSA. Submit complete installation, operation and maintenance manuals includingas-built drawings.1.6 PRODUCT DELIVERY, STORAGE, AND HANDLINGA. Be responsible for the safe transportation to the job site, including any freightcost and necessary permits, handling, and open air storage of the tanks andother materials purchased as specified in this Section.11201-24-3-2014


E.Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED PLASTIC TANKSB. Tanks delivered to the job site shall be inspected immediately by OWNER/CONTRACTOR for damage, unloaded and stored with a minimum ofhandling. Comply with manufacturer's recommendations in handling andstoring tanks. Tanks shall be shipped empty; all interior components shall beshipped separately.C. In general, tanks shall be:1. Checked and tied down to prevent being blown by wind.2. Vented to allow for temperature changes that may affect their integrity.3. Provided with opening protection to exclude foreign matter.D. The manufacturer shall protect all flange faces and any fragile appurtenancesor sub-assemblies, with proper packaging, in order to prevent one piece fromimpacting with another, and by crating or other means for shipment.E. Impact of tools or other heavy objects shall be avoided. Impacts may result ina fracture of the inner lining and affect the service life of the equipment.F. Large sub-assemblies should be supported during unloading to preventexcessive deflection and overstressing.G. Equipment and materials shall be stored so as to keep free from moisture,damage and deterioration.H. Tanks shall be protected, by padding or bracing, from banding or ropes usedin shipment. No chains are to be used to secure any tanks in transportation.I. Tanks shall be clearly marked for any precautions in handling andtransportation.1.7 EQUIPMENT INSPECTIONSA. OWNER/CONTRACTOR and ENGINEER shall inspect each piece ofequipment upon arrival at construction site to inspect for damage incurred intransit. Any damage shall be noted on the bill of lading and the equipmentfabricator will be notified immediately. Fabricator will coordinate the repair.1.8 MEASUREMENT AND PAYMENTA. Payment for tanks is on a unit price basis for each tank installed.B. Price is to include all costs- labor, materials, and incidentals necessary tomeet the requirements of this section, complete in place.C. Refer to Section 01270- Measurement and Payment for unit price procedures.PART 2 P R O D U C TS2.1 EQUIPMENT DESIGN AND FABRICATIONA. Tanks shall be designed per ASME RTP-1, Part 3 (3A or 3B as applicable).11201-34-3-2014


E.Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED PLASTIC TANKSVessel major components, shell joints (secondary bond overlays), flangednozzles, manways and reinforcement of cutouts are fabricated to ASME RTP-1 Latest Edition, Section 4-300 thru 4-600 as applicable using Type I, Type II,or Type X laminates. Corrosion liner thickness is excluded from the structuralcalculations.B. For the vessel major components, chopper gun application is only permitted ifan in-process automated resin to glass monitor is used such as TFM or equal.Submit output data from the monitor upon request by ENGINEER.C. Flanged nozzles shall be designed per ASME RTP-1.1. Flanges shall conform to ANSI 150 pound standard dimensions forbolting.2. Flanges shall be manufactured by hand layup only. Filament wound3. Flanges or flange on pipe fabrications are prohibited.4. Blind flanges and access hatches shall be same thickness andmaterials as flanges to which they are attached.5. Provide four gussets on all nozzles for reinforcing.D. All tanks and related FRP accessories shall be fabricated in a controlled andwell ventilated structure protected from weather and temperature extremes.Entire fabrication, curing and assembly process of any piece of FRPequipment shall be indoors.E. Tie-down Ring/Mounting Lugs:1. FRP or Type 316 stainless steel (integrally assembled to tank).2. Capable of 130 mph wind loading (tank empty) for outdoor tanks.3. Provide three to one safety factor with an increase in allowable stressof one-third against seismic forces as set forth for applicable zonedseismic area in 2006 International Building Code for zip code 77007,Site Class 1.4. OWNER/ENGINEER will design and supply all necessary anchor bolts.5. Mounting ring / tie down lugs shall be factory assembled as part of thetank construction.F. Each storage tank shall be furnished with a minimum of two universal lugsinstalled on the top of the tank. The lugs are to be used to fasten electricalpull boxes thereto. Lugs shall be installed at either the locations shown onthe Drawings or where directed by the ENGINEER.G. Each storage tank shall be provided with external integrally-fabricated FRPstructural members or struts for mounting and support of pipes, conduits,ladders, walkways, grating systems and handrails as shown on the contractdrawings.11201-44-3-2014


E.Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED PLASTIC TANKSH. Manufacturers: Provide products of one of the following:1. Diamond Fiberglass, Victoria, TX2. Or, ENGINEER pre-approved equal.2.2 MATERIALS OF CONSTRUCTIONA. RESIN1. The resins used in fabrication shall be premium grade vinyl ester suchas Ashland Chemical’s Derakane 411 or Hetron 922, or equal.a) For tanks in sodium hypochlorite service, the corrosion linerresin shall be a premium grade brominated epoxy vinyl ester,such as Hetron 992, or equal. The structural layer resin shall beHetron 922 or equal.2. For applications requiring fire-retardant resin, the Fabricator’s fireretardant version of the resins noted in shall be used.3. The resin shall not contain fillers. No dyes or pigments will be used.a) Vessels fabricated for sodium hypochlorite service must befabricated without the use of thixotropic agents, as the sodiumhypochlorite reacts with the thixotropic agents, compromisingthe corrosion resistance of the vessel.4. The cure system used for the resin shall be in accordance with theresin Fabricator’s current recommendations. Proper curing of the resinis the Fabricator’s responsibility. All products fabricated to thisspecification shall be cured to at least 90% of the minimum Barcolhardness specified by the resin Fabricator. (Note: The use of paraffinin the resin or the use of Nexus veil may lower the Barcols below theresin Fabricator’s specifications).a) Vessels fabricated for sodium hypochlorite service must befabricated utilizing a BPO/DMA cure system for the corrosionliner and either BPO/DMA or MEKP catalyst system for thestructural layer.5. No chemical-resistant surface, interior or exterior shall be acetonesensitive. A wax containing resin coating, formulated according to theresin Fabricator’s most recent recommendations, must be applied overany interior secondary bonds to achieve an air-inhibited cure.B. REINFORCEMENT1. One layer of Nexus surfacing veil shall be used to reinforce the innersurface. Thickness of the resin rich inner surface shall be 0.020” to0.025”. Total thickness of the inner surface and interior layer shall benot less than 0.100”.11201-54-3-2014


E.Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED PLASTIC TANKSNexus shall be Style 100-10 Aperturned 1.5 oz. Dacron polyester fiber12-16 mils thick as manufactured by Burlington Glass FabricCompany.2. The interior layer shall be applied in a minimum of two passes ofchopped strand roving using automatic fabrication equipment whichcontrols raw material deposition to rotating molds through the use ofdigital readout programmable controllers for raw material useverification. Resin content of the interior layer shall be 70%, plus orminus 5%.a) A double ply Nexus surfacing veil is required for vessels insodium hypochlorite service, due to the aggressive corrosioncharacteristics of sodium hypochlorite. The application of thesecond ply of veil will increase the inner surface thickness from0.020” to 0.035”. The interior layer reinforcement for sodiumhypochlorite shall be boron free ECR type glass asmanufactured by Owens Corning ADVANTEX.3. Structural portion of vessel wall shall utilize continuous winding glassfor hoop properties (and unidirectional glass as required for additionalaxial properties) interspersed with automatically applied chopped glassand resin. Resin to glass content shall be 50/50 plus or minus 5%.2.3 ACCESSORIESA. Access Ladder:B. Level Measurement:1. Required as shown on the contract drawings. Provide calibrated clearPVC sight glass with valves.C. Identification:1. Equipment Data Nameplate: Permanently attach Type 316 stainlesssteel. Include the following data on the nameplate:i. Tank Nameii. Tag Numberiii. Customer Nameiv. PO Numberv. Invoice Numbervi. Serial Numbervii. Capacityviii. Year Builtix. Weight Empty11201-64-3-2014


E.Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED PLASTIC TANKSx. Diameterxi. Sidewall heightxii. Contentsxiii. Corrosion Liner Resin, Veil, Thicknessxiv. Structural Layer Resinxv. Specific Gravityxvi. Design Pressurexvii. Design Temperaturexviii. Tank Manufacturerxix. Manufacturer contact phone numberD. Tank drain outlet: Provide a tank drain outlet at or below tank bottom to allowcomplete draining of tank.2.4 SURFACE PREPARATION AND PAINTINGA. Fiberglass reinforced plastics tanks shall be gel-coated with a parrifinatedresin coat. Gel coat shall contain UV inhibitors. Two separately cured coatsshall be applied.B. Tanks in sodium hypochlorite service which are not insulated shall receive awhite in color primer coat prior to the top gelcoat. The goal is to maximizeopacity in the laminate and eliminate or reduce light breakthrough to thesodium hypochlorite.PART 3 E X E C U T I O N3.1 INSTALLATIONA. Inspect all concrete pads for proper elevation, dimensions, cutouts, evennessand anchor bolt locations and correct if necessary.B. Install tanks and equipment as shown on the Drawings, approved ShopDrawings and as directed by the manufacturer's recommendations.C. Inspect all tanks prior to installation. If damaged, notify the ENGINEER andmanufacturer promptly. Do not install damaged tanks until repairs are madein accordance with manufacturer's written instructions.3.2 FIELD TESTSA. After installation of storage tanks is complete, but before piping connectionsare made, block all outlets and fill each tank with water. No leakage will bepermitted 24 hours after filling. After installation is complete including pipeconnections, clean tank and nozzles with detergent and rinse with water. Drytank completely prior to filling with chemicals.11201-74-3-2014


E.Coli Compliance- Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED PLASTIC TANKSB. Owner will provide water at no cost to the contractor. Contractor shall providefor transfer of water from the city source to the tanks as well as its dischargeto the storm sewer when and if clean. Cleaning water with detergent will bedischarged to the treatment plant liftstation.3.3 FINAL INSPECTIONA. Provide at CONTRACTOR'S expense, to the ENGINEER, a detailedinspection report of the final tank installation. The tank manufacturer'srepresentative shall perform the final inspection. The detailed inspectionreport shall indicate any and all installation deficiencies of the installed tankand show verification of deficiency corrections. Completion of this reportsignifies compliance of the installed tank with all warranty requirements of themanufacturers.END OF SECTION11201-84-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsCHEMICAL FEEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 PUMP – TYPE 1Section 13301CHEMICAL FEED PUMP – TYPE 1PART 1 G E N E R A L1.01 GENERALA. This specification covers the supply, installation, and testing of completelyfunctional metering pump feed systems including all necessary accessoriesand appurtenances as shown on the drawings and described herein. A singlechemical metering pump manufacturer shall be responsible for supplying allcomponents of the metering pump feed system.1.02 QUALITY ASSURANCEA. For the purpose of establishing quality assurance, experience, and systemreliability, the products described herein are based on those metering pumpsmanufactured by ProMinent Fluid Controls, Inc.B. All pumps shall be shop-tested for capacity and pressure prior to shipmentwith documented results provided.1.03 WARRANTYA. The chemical metering pump manufacturer shall provide a two year warrantyon the metering pump mechanical drive and one year on the liquid end.1.04 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C TS2.01 GENERALA. Manufacturers:1. ProMinent Fluid Controls as represented by Macaulay Controls (281-2820100)2.02 DESCRIPTIONA. The chemical metering pump(s) shall be microprocessor-controlled, simplex,solenoid- driven, reciprocating, and mechanically-actuated diaphragm type.All pumping functions shall be set by membrane-switch keypad and statusshall be displayed on an illuminated LCD, which is readable.Keypad will allow for simple scrolling and display of programmed parameters.The housing shall be rated NEMA4X.13301-14-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsCHEMICAL FEEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 PUMP – TYPE 1B. The power supply shall be 120 VAC, 60 Hz, single phase. Themicroprocessor is to automatically compensate for supply voltage variationswithin 15% of the rated voltage such that the frequency of the pump remainsconstant.C. The liquid end shall be physically separated from the drive unit by a backplatewith weep hole creating an air gap. An elastomer shaft wiper seal shallprevent contamination of the solenoid if the primary diaphragm fails. Thediaphragm shall be constructed of a steel core, vulcanized into nylonreinforcedEPDM, with PTFE faced fluid contact surface.D. The pump shall utilize optoDrive® technology or equal whereby the timesequence of the dosing flow can be exactly matched to the requirements ofthe application. The user can set a slow pressure stroke for almostcontinuous dosing, or a quick stroke as needed to prevent incomplete filling ofthe liquid end due to viscosity of the media being pumped. In cases ofoutgassing dosing media, the settable suction stroke shall assist in preventingcavitation. Fluctuation in backpressure shall be automatically compensated bythe drive.E. The pump shall have optoGuard® technology integrated into the drive todetect blocked metering points or broken metering lines, and to detectairlocks within the delivery unit. This will function to prevent uncontrolledmetering. These problems are to be shown on the pump delay.F. Exterior of pump to be coated where applicable with 6 to 8 mills of amineepoxy for corrosion prevention2.03 LIQUID ENDA. The liquid end shall be constructed of PVDF with Teflon seals, with built incoarse valve and needle valve for air bleed, manually adjusted for continuousdegassing of process fluid and self-priming against pressure. The suction anddischarge valves shall be of the double ball check design for dischargepressures greater than 100 psi.2.04 PROGRAMMING AND CONTROLA. Stroke length control shall be manually adjusted between 0% and 100% witha stroke adjustment knob on the pump face control, The LCD shall digitallydisplay stroke length setting in 1% increments in the full range between 0%and 100%.B. Programming shall allow pump to be calibrated so as to display pump outputin gallons/hour or liters/hour. Calibration shall be maintained when strokelength is altered up to plus or minus 10% on the stroke length knob. If strokelength is altered by more than 10%, a yellow warning will light and a flashingmessage "calib" will appear.13301-24-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsCHEMICAL FEEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 PUMP – TYPE 1C. The pump shall be equipped with the programmable function of varying themaximum pressure levels of the pump to allow the pump to operate using theintegrated OptiGuard features at pressures lower than nameplate.D. Degassing of liquid end can be time programmed, automated through theOptiGuard, or both. It shall include an automatic degassing relay option.E. The pump shall be equipped with the programmable function of electronicinterlocking of the keypad by access code to prevent unauthorizedadjustments to the pump.F. Keypad shall allow for scrolling and display on LCD such parameters asstroke frequency, stroke length, stroke counter, pump output in gals/hr or I/hr,dosing quantity, mA current input being received by pump, and indication ofexternal mode.G. Stroke frequency control shall be manually adjusted by touch keypads, withthe set stroke rate displayed on the LCD. The metering pump shall becapable of receiving a pulse input via optional external control cable such that1 pulse gives 1 pump stroke rate. The pump shall be capable of remote ON-OFF operation using the pause function via a voltage free contact relaythrough an optional control cable. The pump shall accept an analog signalsuch that stroke frequency is proportional to 0/4-20mA or 20-4/0mA, thechoice of which is programmable at the pump. The pump shall allow thesetting of a maximum stroke rate which corresponds to the maximum analogsignal, with stroke rate proportional to signal strength below that rate.Programming for curve processing shall also be possible, in which any strokefrequency ratio in proportion to the electrical signal can be configured. Analogto digital converters external to the pump shall not be allowed.2.05 ACCESSORIESA. A universal control cable with 5-pole round plastic connector and 5-wire cablewith loose ends shall be provided with each pump.B. An adjustable-pressure, diaphragm-type back pressure/anti-siphon valve,constructed of materials compatible with chemical to be used, shall beprovided with each pump.C. An in-line, adjustable-pressure, diaphragm-type pressure relief valve;constructed of materials compatible with chemical to be used, shall beprovided with each pump.D. The system shall include a 2 pump Scada FRP panel for easy operatorinterface. The panel shall allow for 4-20 mA interface to the existing PlantPLC.2.06 APPLICATIONA. Quantity: 213301-34-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsCHEMICAL FEEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 PUMP – TYPE 1B. Chemical Service: Sodium Hypochlorite, 5% to 15%C. Capacity (US gph): 19.81 maxD. Backpressure (psig): 29PART 3 EXECUTION3.01 INSTALLATIONA. Inspect all concrete pads for proper elevation, dimensions, cutouts, evennessand anchor bolt locations and correct if necessary.B. Install pumps and equipment as shown on the Drawings, approved ShopDrawings and as directed by the manufacturer's recommendations.C. Inspect all pumps prior to installation. If damaged, notify the ENGINEER andmanufacturer promptly. Do not install damaged pumps until repairs are madein accordance with manufacturer's written instructions.3.02 FIELD TESTSA. After installation of pumps is complete, but after connections are made, testwith water. No leakage will be permitted. After installation is completeincluding pipe connections, clean pump and piping with detergent and rinsewith water. Dry pump and piping completely prior to filling with chemicals.3.03 FINAL INSPECTIONA. Provide at CONTRACTOR'S expense, to the ENGINEER, a detailedinspection report of the final pump installation. The pump manufacturer'srepresentative shall perform the final inspection. The detailed inspectionreport shall indicate any and all installation deficiencies of the installedpump and show verification of deficiency corrections. Completion of thisreport signifies compliance of the installed pump with all warrantyrequirements of the manufacturers.END OF SECTION13301-44-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsCHEMICAL FEEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 PUMP – TYPE 2Section 13302CHEMICAL FEED PUMP – TYPE 2PART 1 G E N E R A L1.01 DESCRIPTIONA. Chemical metering pumps shall be of the positive displacement, mechanicaldiaphragm type.B. A steel and nodular iron non-loss-motion stroke adjust mechanism, driven bya direct coupled, variable speed DC motor, shall actuate a flat, Teflon-facedcomposite diaphragm.C. Solenoid-driven pumps, lost-motion mechanically actuated diaphragm pumpsand hydraulically actuated diaphragm pumps will not be accepted.D. The liquid ends shall provide for easy maintenance and integral sight flowindication via clear PVC cartridge-type check valves.E. Conventional threaded and integral sight flow indicator will not be allowed.F. Each pump shall have a maximum capacity of 180 gph and maximum backpressure of 75 psi.G. Each unit shall be USFilter/Wallace & Tiernan Encore 700 diaphragmmetering pump.H. Exterior of pump to be coated where applicable with 6 to 8 mills of amineepoxy for corrosion prevention.1.02 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 DRIVEA. A steel and nodular iron Non-loss-motion stroke adjust mechanism shall behoused in a corrosion resistant, epoxy painted, cast iron gearbox.B. All drive bearings shall be tapered rollers; all fasteners shall be StainlessSteel.C. The gearbox shall be oil-bath lubricated.13302-14-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsCHEMICAL FEEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 PUMP – TYPE 2D. Stroke length shall be controlled manually via a 10-turn micrometer-typeadjuster.E. A percent scale and vernier shall indicate stroke length in 0.25% increments.F. Each revolution of the knob shall change stroke length by 10%.G. The motor shall be coupled to the gearbox via a field retrofittable, 4-steppulley and belt driven mechanism.1. This mechanism shall provide four individual capacity ranges of 45, 90and 180 GPH at 100% motor speed.2. Each range shall have 10:1 turndown adjustment, thereby extendingthe total operation turndown to 40:1 with a standard induction motor,800:1 with a variable speed DC motor.2.02 LIQUID ENDA. The process diaphragm shall be Teflon-faced, fabric reinforced and bonded topre-formed elastomeric support.B. It shall incorporate convolutions, for unconstrained rolling action and a steelbacking plate for volumetric accuracy.C. An o-ring groove in the head’s diaphragm cavity will provide for a completeleak-free seal.D. Positive flow shall be ensured via single ball cartridge-type check valves.E. The valve retainers shall be clear PVC and shall compression seal to thepump head and pipe connectors via o-rings.F. Valve service or removal shall not require any disturbances to the pump headpipe works.G. A secondary diaphragm shall completely seal and separate the pump headfrom the drive unit, to eliminate any risk of cross-contaminating gearboxlubricant and process fluid.2.03 CONFIGURATIONA. The design shall be capable of multiplexing two gearboxes, each withindependent capacity control.2.04 MANUAL CONTROL – N/A2.05 AUTOMATIC CONTROLA. Automatic Stroke Length Control with SCU Flow Proportional Controller – N/AB. Automatic Stroke Length Control with PCU Compound Loop Controller – N/A13302-24-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsCHEMICAL FEEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 PUMP – TYPE 2C. SCR Control – N/AD. SCR Control with SCU Flow Proportional Controller – N/AE. SCR Control with PCU Compound Loop Controller1. Stroke frequency shall be controlled automatically, via a CompoundLoop Controller and a SCR Control Unit for speed variations of a DCpump motor.2. The Compound Loop Controller shall be microprocessor-based andcapable of accepting 3 input signals:a) Flowb) Residualc) One spare3. It shall have:a) A membrane touch keypadb) Digital LCD display of residualc) LED bar graph display of percent speedd) 16 character alphanumeric LCD display of all operating and setup parameters4. The user shall be able to select from six modes of operation:a) Direct residual controlb) Compound loop controlc) Dual signal feed forward modes of operationd) Center zero control for dechlorinatione) Flow proportional controlf) <strong>Manual</strong> Control5. Four configurable alarm relays shall be provided to select from 16different alarm conditions.6. The controller shall have password protection to prevent tampering.7. The unit shall be capable of computer interface via RS485 serialcommunication.8. An isolated 4-20 mA output signal shall pace an SCR Control Unit forspeed variations of a DC pump motor.9. The controller shall be a PCU, Process Control Unit, as manufacturedby Wallace & Tiernan.13302-34-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsCHEMICAL FEEDWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4 PUMP – TYPE 210. The SCR Control Unit shall consist of:a) An electronic switching amplifierb) SCR full wave rectifierc) Associated circuitry11. The Control Unit shall be housed in a NEMA 4 enclosure and operatewith a 115/230 VAC supply.12. The optional readout meter shall be available.13. The pump stroking speed shall be continuously adjustable over a 20:1range.14. Closed loop speed regulation shall provide feed rate control accurateto ±1% of full scale.2.06 DIAPHRAGM LEAK DETECTORA. The metering pumps shall be fitted with a diaphragm leak detection systemfor each pump head, to detect the early stages of diaphragm failure.B. The system shall consist of a solid-state electro-optic sensor that mounts tothe liquid end and a NEMA 4X control box.C. Each control box shall be capable of monitoring two liquid ends and shallprovide both local and remote indication of failure via LED’s and a relay.PART 3 E X E C U T I O N3.01 INSTALLATIONA. The equipment shall be installed per the contract documents andmanufacturer’s recommendations.3.02 WARRANTYA. The equipment/system warranty, unless otherwise stated, shall be one yearfrom start-up or 18 months after shipment.END OF SECTION13302-44-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASS REINFORCEDPLASTIC BAFFLE WALL –D SERIESSection 13303FIBERGLASS REINFORCED PLASTIC BAFFLE WALL - D SERIESPART 1 G E N E R A L1.01 DESCRIPTION OF WORKA. The scope of this specification shall include materials for the fiberglassreinforcedplastic (FRP) Baffle Wall System including FRP baffle wall panels; FRPcolumns; FRP angles; column base plates/angles; fasteners and connections.1.02 DESIGN CRITERIAA. Design Load (greater of water differential or wind load)1. Water Differential: 0 in. (uniform load over wall)2. Wind Load: 15 lbs./SF uniform loadB. Deflection Limit and Factor of Safety1. Baffle Panels: Max Deflection=Panel Depth; FOS = 2.02. Columns: L/D=100; FOS=2.51.03 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C TS2.01 MANUFACTURERA. Standard for design, characteristics, and performance is Enduro D SeriesBaffle Wall manufactured by Enduro Systems, Inc.2.02 MATERIALS1. FRP baffle panels, columns, angles, and associated components shallbe ANSI/NSF Standard 61 certified for potable water application (asrequired).2. FRP Baffle Panels shall exhibit these minimum properties:Stiffness (EI) 5,591,000 lb-in2/ftMoment Capacity 19,700 lb-in/ft.3. FRP structural materials shall exhibit these minimum properties:Tensile Strength 40,000 psi ASTM D 63813303-14-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASS REINFORCEDPLASTIC BAFFLE WALL –D SERIESFlexural Strength 45,000 psi ASTM D 790Flexural Modulus 1,690,000 psi ASTM D 790Izod Impact (Notched) 25 ASTM D 256Water Absorption .25% maximum ASTM D 5704. FRP Materials shall include UV stabilized polyester resin; surfacing veilat top and bottom sides; gray color.5. Factory cut edges and drilled holes shall be sealed with ANSI/NSFapproved material.6. FRP baffle panels shall be Enduro Series D, 4 x .125 pro- file; 4”depth; 1⁄8” nominal thickness; 40% glass fiber reinforcing (by wt.); withtop, horizontal ribs sloped down- ward not less than 10 degrees tominimize sediment build-up.7. FRP Columns shall be Enduro Type 12F12 with 50% glass fiberreinforcing (by wt.). Column base plates or angles shall be 304/316Stainless Steel.8. FRP Angles shall be 3⁄8” thick and 90 degrees.B. Hardware1. Fasteners, anchors, and other structural hardware shall be 304/316Stainless Steel.2. Submerged anchors shall be epoxy adhesive type.PART 3 I N S T A L L A T I O NA. Provide design and materials for horizontal bracing using FRP angles or othermembers sufficiently anchored at each end with a suitable factor of safety of1.5 or greater. Design shall include anchor bolt design and SS (type 304)materials. Design shall be prepared and sealed by a State of Texas licensedstructural engineer. Submit such documentation for record.END OF SECTION13303-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4HYPOCHLORITESOLUTION MIXERSSection 13305HYPOCHLORITE SOLUTION MIXERSPART 1 G E N E R A L1.01 SECTION INCLUDESA. Electric motor driver, vertical shaft mixers capable of generating a G-Value of500 sec -1.1.02 MEASUREMENT AND PAYMENTA. Payment for (service) mixer is on a unit price basis for each mixer installed.B. Payment for standby mixer is on a unit price basis for each mixer provided,packaged for prolonged storage by owner.C. Price is to include all costs- labor, materials, and incidentals necessary tomeet the requirements of this section, complete in place.D. Refer to Section 01270- Measurement and Payment for unit price procedures.1.03 SUBMITTALSA. Submit following Section 01330 – Submittal Procedures.B. Submit manufacturer’s technical literature and test reports.1.04 QUALIFICATIONSA. Prepare shop drawings under direct supervision of a professional StructuralEngineer experienced in design of this work and licensed in the state ofTexas.PART 2 P R O D U C TS2.01 HYPOCHLORITE SOLUTION MIXERSA. CHLORINE CONTACT MIXER (2 REQUIRED)(One for service and one for storage)Drive: RAVEN 3850M. Series at Turkey Creek WWTPTo produce G-Value of 500 sec-1 in 8’x10’x15’ SWDeffective mixing zone @ 35 degrees F.Motor: 25 HP, TEFC, Premium Efficient, 1800 RPM, 460 VAC,60 Hz, 3 phaseShaft: 3.5” diameter, 316 Stainless SteelImpeller: Dual Pitch Bladed Turbines, 316 Stainless Steel13305-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4HYPOCHLORITESOLUTION MIXERSManufacturer: Philadelphia Mixing SolutionsB. CHLORINE CONTACT MIXER (2 REQUIRED)(One for service and one for storage)Drive: RAVEN 3850M. Series at Westway WWTPTo produce G-Value of 500 sec-1 in 3’x5’x12.3’ SWDeffective mixing zone @ 35 degrees F.Motor: 5 HP, TEFC, Premium Efficient, 1800 RPM, 460 VAC,60 Hz, 3 phaseShaft: 3.0” diameter, 316 Stainless SteelImpeller: Dual Pitch Bladed Turbines, 316 Stainless SteelManufacturer: Philadelphia Mixing SolutionsFor each installation, one mixer complete with motor drive, shaft, bladesand base plates shall be furnished suitably packed for storage as areplacement unit. Provide storage instructions.END OF SECTION13305-24-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED POLYMERSection 13306FIBERGLASS REINFORCED POLYMERPART 1 GENERAL1.01 RELATED DOCUMENTS:A. Drawings and general provisions of Contract, including General andSupplementary Conditions and Division-1 Specification Sections, apply to workof this section.1.02 SUMMARY:A. This section includes the following FRP Products & Fabrications:1. FRP Pultruded Gratings and Treads2. FRP Structural Shapes and Plate3. FRP Standard Railings4. FRP Ladders and Cages1.03 SCOPE OF WORK:A. Furnish all labor, materials, equipment and incidentals governed by thissection necessary to install the fiberglass reinforced polymer (FRP) productsas specified herein.1.04 QUALITY ASSURANCE:A. The material covered by these specifications shall be furnished by an ISO-9001:2008 certified manufacturer of proven ability who is regularly engaged inthe manufacture, fabrication and installation of FRP systems.B. Substitution of any component or modification of system shall be made onlywhen approved by the Architect or Design Engineer.C. Fabricator Qualifications: Firm experienced in successfully producing FRPfabrications similar to that indicated for this project, with sufficient productioncapacity to produce required units without causing delay in the work.D. In addition to requirements of these specifications, comply with manufacturer’sinstructions and recommendations for work.1.05 DESIGN CRITERIA:A. The design of FRP products including connections shall be in accordance withgoverning building codes and standards as applicable.13306-14-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-413306-24-3-2014FIBERGLASSREINFORCED POLYMERB. Design live loads of FRP gratings and floor panels shall not be less than 100PSF (4.79 kN/m) uniformly distributed unless specifically stated otherwise indrawings and/or supplementary conditions or in governing building code asapplicable. Grating and floor panel deflection at the center of a simple spannot to exceed 0.25” (6.4 mm).C. Structural members shall be designed to support all applied loads. Deflectionin any direction shall not be more than L/180 of span for structural membersunless specifically stated otherwise in drawings and/or supplementaryconditions. Connections shall be designed to transfer the loads.D. Temperature exposure is limited to 100°F (38°C) unless specifically statedotherwise in drawings and/or supplementary conditions.1.06 SUBMITTALS:A. Shop drawings of all fabricated pultruded gratings and treads, structuralshapes and plate, standard railings, ladders and cages, foam core buildingpanels, building panel systems, planks, molded gratings and treads andappurtenances shall be submitted to the Design Engineer for approval inaccordance with the requirements of Section 13306. Fabrication shall not startuntil receipt of Design Engineer’s approval marked “Approved As Submitted”or “Approved As Noted”.B. Manufacturer’s catalog data showing:1. Materials of construction2. Dimensions, spacings, and construction of grating, handrails and buildingpanels.C. Detail shop drawings showing:1. Dimensions2. Sectional assembly3. Location and identification mark4. Size and type of supporting frames requiredD. Samples of each type of product shall be submitted for approval in accordancewith the requirements of Section 13306.1.07 SHIPPING AND STORAGE INSTRUCTIONS:A. All systems, sub-systems and structures shall be shop fabricated andassembled into the largest practical size suitable for transporting.B. All materials and equipment necessary for the fabrication and installation ofpultruded gratings and treads, structural shapes and plate, standard railings,ladders and cages, foam core building panels, building panel systems, planks,molded gratings and treads and appurtenances shall be stored before, during,and after shipment in a manner to prevent cracking, twisting, bending,


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED POLYMERbreaking, chipping or damage of any kind to the materials or equipment,including damage due to over exposure to the sun. Any material which, in theopinion of the Design Engineer, has become damaged as to be unfit for use,shall be promptly removed from the site of work, and the Contractor shallreceive no compensation for the damaged material or its removal.C. Identify and match-mark all materials, items and fabrications for installationand field assembly.1.08 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 – PRODUCTS2.01 GENERAL:A. Materials used in the manufacture of the FRP products shall be raw materialsin conformance with the specification and certified as meeting themanufacturer’s approved list of raw materials.B. All raw materials shall be as specified by the contract.C. The visual quality of the pultruded shapes shall conform to ASTM D4385.D. With the exception of molded gratings and treads, all FRP products noted in1.02 shall be manufactured using a pultruded process utilizing vinyl ester resinwith flame retardant and ultraviolet (UV) inhibitor additives. A syntheticsurface veil fabric shall encase the glass reinforcement. FRP shapes shallachieve a flame spread rating of 25 or less in accordance with ASTM testmethod E-84, the flammability characteristics of UL 94 V0 and the selfextinguishingrequirements of ASTM D635. (Polyester resin is availablewithout flame retardant and UV inhibitor additives.)E. If required, after fabrication, all cut ends, holes and abrasions of FRP shapesshall be sealed with a compatible resin coating.F. FRP products exposed to weather shall contain an ultraviolet inhibitor. Shouldadditional ultraviolet protection be required, a one mil minimum UV coating canbe applied.G. All exposed surfaces shall be smooth and true to form, consistent with ASTMD4385.H. Manufacturers:1. StrongwellI. Pultruded FRP products shall be manufactured and fabricated in the USA.Manufacturer shall provide a written Certificate of Compliance.J. The materials covered by these specifications shall be furnished by an ISO-9001:2008 and ISO-14001 certified manufacturer.13306-34-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED POLYMER2.02 PULTRUDED GRATINGS AND TREADS:A. General1. Grating shall be shipped from the manufacturer, palletized andbanded with exposed edges protected to prevent damage inshipment.2. Each piece shall be clearly marked showing manufacturer’sapplicable drawing number.3. Grating shall be DURADEK or DURAGRID as manufactured byStrongwell.B. Design1. The panels shall be 1 1/2 inches deep and sustain a deflection ofno more than 0.25” (6.4 mm) under a uniform distributed load of100 PSF (4.79 kN/m) for the span lengths shown on the plans. SeeStrongwell’s Fiberglass Grating brochure for a list of availablesizes.2. The bearing bars shall be joined into panels by passing continuouslength fiberglass pultruded cross rods through the web of eachbearing bar. A continuous fiberglass pultruded bar shaped sectionshall be wedged between the two cross rod spacers mechanicallylocking the notches in the cross rod spacers to the web of thebearing bars. Continuous adhesive bonding shall be achievedbetween the cross rod spacers and the bearing web and betweenthe bar shaped wedge and the two cross rod spacers locking theentire panel together to give a panel that resists twist and preventsinternal movement of the bearing bars.3. Stair treads shall be capable of withstanding a uniform load of 100PSF (4.79 kN/m) or a concentrated load of 300 lbs. (1.33kN) on anarea of 4 sq. inches (2580.6 mm²) located in the center of the tread,whichever produces greater stress and deflect less than 0.25” (6.4mm).4. The top surface of all panels shall have a non-skid grit affixed to thesurface by an epoxy resin followed by a top coat of epoxy resin.5. Panels shall be fabricated to the sizes shown on the drawings.6. Hold down clamps shall be type 316L stainless steel clips. Use 2 ateach support with a minimum of 4 per panel.7. Color shall be high visibility yellow.8. All bearing bars that are to be exposed to UV shall be coated withpolyurethane coating of a minimum thickness of 1 mil.13306-44-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-413306-54-3-2014FIBERGLASSREINFORCED POLYMERC. Products1. The Pultruded FRP grating and stair treads shall be fabricated frombearing bars and cross rods manufactured by the pultrusionprocess.The glass fiber reinforcement for the bearing bars shall be a core ofcontinuous glass strand rovings wrapped with continuous strandglass mat. A synthetic surface veil fabric shall encase the glassreinforcement.2. Fiberglass Grating and Stair Treadsa) Fiberglass grating and stair treads shall be made from achemical resistant, fire retardant vinyl ester resin systemwith antimony trioxide added to meet the flame spread ratingof 25 or less in accordance with ASTM E-84 testing, theflammability characteristics of UL 94 V0 and satisfies theself-extinguishing requirements of ASTM D-635. UVinhibitors are added to the resin to reduce UV attack.3. Grating with SAFPLATE ®a) Grating shall be the same as described above in this section.b) SAFPLATE ® shall be made from EXTREN ® as manufacturedby Strongwell.c) SAFPLATE ® shall be manufactured using an isophthalicpolyester or vinyl ester resin with fire retardant additive tomeet Class 1 flame spread rating of 25 or less as tested byASTM E-84 and meet the self-extinguishing requirements ofASTM D-635. All plate shall contain a UV inhibitor.d) SAFPLATE ® shall be epoxy bonded to the grating, and anon-skid grit shall be affixed to the top surface of theassembly.4. If required, all cut and machined edges, holes and abrasions shallbe sealed with a resin or compatible coating with the resin matrixused in the bearing bars and cross rods.5. All panels shall be fabricated to the sizes shown on the approvedshop drawings.2.03 FRP STRUCTURAL SHAPES AND PLATE:A. Material1. Structural shapes and plate shall be made from vinyl ester resinwith fire retardant additives to meet a flame spread rating of lessthan 25 per ASTM E-84, the flammability characteristics of UL 94V0 and meet the self-extinguishing requirements of ASTM D-635.All structural shapes shall contain a UV inhibitor.


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED POLYMER2. Pultruded profiles shall satisfy the visual requirements of ASTMD4385.3. Structural shapes and plate shall be EXTREN as manufactured byStrongwell.B. Process1. Manufactured by the pultrusion process.2.04 Structural FRP members’ composition shall consist of a glass fiber reinforcedpolyester or vinyl ester resin matrix and glass reinforcements. A synthetic surfaceveil fabric shall encase the glass reinforcement. Glass strand rovings shall beused internally for longitudinal strength. Continuous strand glass mats orstitched reinforcements shall be used internally for transverse strength.3. Mechanical properties shall meet or exceed the values listed inTable 1.Table 1 – Fiberglass Pultruded Material PropertiesMinimum Ultimate Coupon Properties (UN)PROPERTIESMECHANICALASTMTESTMETHODUNITS/VALUESERIES500/525SHAPESSERIES625SHAPES1/8"3.175mmSERIES 500/525PLATE3/16” -3/8"4.76-6.35mm1/2"-1"9.5-25.4mmSERIES 625 PLATE1/8"3.175mm3/16"-1/4"4.76-6.35mm3/8"-1"9.5-25.4mmTensile Stress, LW D638 psi30,00030,000 20,000 20,000 20,000 20,000 20,000 20,000N/mm 2 207 207 138 138 138 138 138 138Tensile Stress, CW D638 psi 7,000 7,000 7,500 10,000 10,000 7,500 10,000 10,000N/mm 2 48.3 48.3 51.7 68.9 68.9 51.7 68.9 68.9Tensile Modulus, LW D638 10 6 psi 2.5 2.6 1.8 1.8 1.8 1.8 1.8 1.810 3 N/mm 2 17.2 17.9 12.4 12.4 12.4 12.4 12.4 12.4Tensile Modulus, CW D638 10 6 psi .8 .8 .7 .9 1 1 1 110 3 N/mm 2 5.52 5.52 4.83 6.21 6.89 6.89 6.89 6.89Compressive Stress,LW D695 psi30,00030,000 24,000 24,000 24,000 24,000 24,000 24,000N/mm 2 207 207 165 165 165 165 165 165Compressive Stress,CW D695 psi15,00016,000 15,500 16,500 20,000 16,500 17,500 17,500N/mm 2 103 110 107 114 138 114 121 121Compressive Modulus,LW D695 10 6 psi 2.5 2.6 1.8 1.8 1.8 1.8 1.8 1.810 3 N/m 17.2 17.9 12.4 12.4 12.4 12.4 12.4 12.413306-64-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4m 2FIBERGLASSREINFORCED POLYMERCompressive Modulus,CW D695 10 6 psi 0.8 0.8 0.7 0.9 1.0 1.0 1.010 3 N/mm 2 5.52 5.52 4.83 6.21 6.89 6.89 6.8930,00 30,00Flexural Stress, LW D790 psi 0 0 24,000 24,000 24,000 24,000 24,000N/mm 2 207 207 241 241 207 241 24110,00 10,00Flexural Stress, CW D790 psi 0 0 10,000 13,000 17,000 10,000 13,000N/mm 2 68.9 68.9 89.6 103 124 89.6 103Flexural Modulus,LW D790 10 6 psi 1.6 1.6 1.1 1.1 1.4 1.1 1.110 3 N/mm 2 11.0 11.0 7.58 7.58 9.65 7.58 7.58Flexural Modulus, CW D790 10 6 psi 0.8 0.8 0.8 0.8 1.3 0.8 0.910 3 N/mm 2 5.52 5.52 5.51 5.51 8.96 5.51 6.21Modulus of Elasticity full 10 6 psi 2.6 2.8section10 3 N/mm 2 17.9 19.3Modulus of Elasticity>4” full 10 6 psi 2.5 2.5sectio 10 3 N/m>102 mmn m 2 17.2 17.2Shear Modulus,LW — 10 6 psi .425 .42510 3 N/mm 2 2.93 2.93Short Beam Shear,LW D2344 psi 4,500 4,500N/mm 2 31.0 31.0Ultimate BearingStress, LW D953 psi30,00030,000 32,000 32,000 32,000 32,000 32,000N/mm 2 207 207 220.6 221 221 221 221Poisson's Ratio, LW D3039 in/in .33 .33 .31 .31 .31 .32 .32mm/mm .33 .33 .31 .31 .31 .32 .32Notched Izod Impact,LW D256 ft-lbs/in 25 25 15 10 10 15 10J/mm 1.33 1.33 .988 1.07 1.07 .988 1.07Notched Izod Impact,CW D256 ft-lbs/in 4 4 5 5 5 5 5J/mm .214 .214 .267 .267 .267 .267 .26713306-74-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4Table 1 – Fiberglass Pultruded Material PropertiesMinimum Ultimate Coupon Properties (UN) – cont’dFIBERGLASSREINFORCED POLYMERASTMTESTSERIE SERIE SERIES 500/525 PLATEUNITS/ 500/52 625 1/8" 3/16 -3/8" 1/2"-1"SERIES 625 PLATE1/8" 3/16"- 3/8"-1"PROPERTIES METH VALUE 5 SHAP 3.175 4.76–6.35 9.5-25.4 3.175 1/4" 9.5-25.4PHYSICALBarcolHardness D2583 — 45 45 40 40 40 40 40 4024 HR WaterAbsorption D570 % Max .6 .6 .6 .6 .6 .6 .6 .6by wt.070 .070 .068 .060-.068 .068 .068 .060-.068 .068.062- .062- .060-.060- .060-.060-Coefficient ofThermalD696Expansion, LW 10 -10 - 1.72-3 g/mm 3 1.941.72-1.94ThermalConductivity C177 BTU-in/ 4 4ft 2 /hr/ o FW (m *ºK) .58 .58ELECTRICALArc Resistance,1.66-1.88 1.66-1.881.66-1.881.66-1.88 1.66-1.881.66-1.8810 -6 in/in/ o F 7.0 7.0 8.0 8.0 8.0 8.0 8.0 8.05 mm/mm/ o C 1.2 1.2 1.45 1.45 1.45 1.45 1.45 1.45D495 seconds 120 120LWDielectricStrength, LW D149 KV/in 35 35 35 35 35 35 35 35KV/mm 1.38 1.38 1.38 1.38 1.38 1.38 1.38 1.38DielectricStrength, PFFLAMMABILITYTunnel Test 1/8”thicknessNBS SmokeChamber1/8” thicknessFlammability 1/8”thicknessD149 volts/mil 200 200 200 N.T. N.T. 250 N.T. N.T.E-84 25 MaxE-662 650-700(typical)UL 94V013306-84-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FlammabilityD635SelfExtinguishingFIBERGLASSREINFORCED POLYMERUL Thermal Index Generi 130co CBSBritish Fire Test476-7 Class 1All values are minimum ultimate properties from coupontests except as noted. This value is determined from full section simple beam bending ofEXTREN structural shapes. The Shear Modulus value has been determined from tests with full sectionsof EXTREN structural shapes.(See the Strongwell Design <strong>Manual</strong> for furtherinformation.) Plate compressive stress/modulus measured edgewise and flexuralstress/modulus measured flatwise. Values apply to Series 525and 625. Measured as a percentagemaximum by weight. Span to depth ratio of 3:1; EXTREN® angles will have a minimum value of 4,000 psi andthe I/W shapes are tested in the web. Typical values because these are shape and composite dependent tests. This is a typical value which varies with composite thickness.LW = LengthwiseCW = CrosswisePF = Perpendicular to laminatefaceN.T. = NotTested13306-94-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED POLYMER2.05 FRP STANDARD RAILINGS:A. Design1. The FRP standard railing system shall be designed to meet theconfiguration and loading requirements of OSHA, IBCO, or anygoverning building code as applicable, with a minimum factor ofsafety on loading of 2.0.B. Material1. The rails and posts shall be 2” (50.8 mm) x 2” (50.8 mm) x .156”(3.81 mm) square tube or 1.90” (48 mm) x 0.195” (5 mm) roundtube manufactured by the pultrusion process. If pickets arerequired, they are to be a minimum of 1” square or round tube.The pultruded parts shall be made with a fire retardant resin thatachieves a flame spread rating of 25 or less in accordance withASTM test method E84, flammability characteristics of UL 94 V0and meet the self-extinguishing requirement of ASTM D635. Theresin matrix shall be vinyl ester and shall contain a UV inhibitor.The parts shall be coated with an industrial grade polyurethanecoating for additional UV protection and wear resistance. The colorshall be chosen from manufacturer’s standard colors.2. Mechanical properties shall meet or exceed the values listed inTable 2.Table 2-Standard Railing Fiberglass Pultruded Material PropertiesMinimum Ultimate Coupon Properties (UN)TESTSQUARE ROUNDTUBE TUBEPROPERTIES METHOD UNITS VALUES VALUESTensile Stress, LW ASTM D638 psi 30,000 30,000N/mm 2 207 207Tensile Modulus, LW ASTM D638 10 6 psi 2.5 2.510 3 N/mm 2 17.2 17.2Compressive Stress, LW ASTM D695 psi 30,000 30,000N/mm 2 207 207Compressive Modulus, LW ASTM D695 10 6 psi 2.5 2.510 3 N/mm 2 17.2 17.2Flexural Stress, LW ASTM D790 psi 30,000 30,000N/mm 2 207 207Flexural Modulus, LW ASTM D790 10 6 psi 1.6 1.610 3 N/mm 2 11.0 11.0Short Beam Shear, LW ASTM D2344 psi 4,500 4,500N/mm 2 31 31Density ASTM D792 lbs/in 3 .060 - .070 .060 - .070N/mm 3 .0000163 - 0.0000163 -13306-104-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED POLYMER.0000193 0.0000124 hr. Water Absorption ASTM D570 % max by wt. .6 .6Coefficient Of Thermal7 7Expansion, ASTM D696 10 -6 in/in/ o FLW 10 -5 mm/mm/ o C 1.2 1.2 Measured as a percentage maximum by weight. Typical values because these are shape and compositedependent tests.C. Fabrication of Standard Railing System1. The fiberglass standard railing system shall be fabricated intofinished sections by fabricating and joining together the pultrudedsquare tube using molded or pultruded components; epoxy bondedand connected as shown in the fabrication details. Railing sectionsshall be fabricated to the size shown on the approved fabricationdrawings and shall be piece marked with a water proof tag.D. For Side Mount1. Post shall be constructed with a pultruded bottom plug. Lengthshall be sufficient to extend a minimum of 1” (25.4 mm) beyond theuppermost bolt hole to prevent crushing of post tubing. Bolt holesshall provide clearance of 1/16” (1.59 mm) for 1/2” (12.7 mm)diameter bolts/studs. On square tubes, holes shall be onlongitudinal center line of post, 1” (25.4 mm) from bottom of post(minimum) and not less than 3” (76.2 mm) apart on center. Postsshall be fastened with stainless steel anchor bolts or studs, 1/2”(12.7 mm) diameter.2. Post locations shall be no greater than 18” (457 mm), nor less than9” (229 mm) from horizontal or vertical change in handrail direction.For square tubes, post centers shall be no greater than 72” (1830mm) apart on any straight run or rail, or 48” (1220 mm) apart onany inclined rail section.E. Other Attachment Methods1. Base mount, embedded and removable are also types of mountingprocedures for railing pending design and approval by the DesignEngineer.F. Installation of Handrail Sections1. The fabricated railing sections shall be supplied complete withfittings by the FRP manufacturer. The components used to joinfabricated sections together may be shipped loose, to be epoxiedand riveted, if required, together, if required in the field by thecontractor.13306-114-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-413306-124-3-2014FIBERGLASSREINFORCED POLYMER2. The fabricated handrail sections shall be installed as shown on theapproved shop drawings. The handrail sections shall be accuratelylocated, erected plumb and level. The sections shall be fastened tothe structure as shown on the approved shop drawings.G. Approved Fabricators1. Strongwell2.05 FRP LADDERS AND CAGES:A. Performance Requirements1. Ladder and cage systems shall meet the requirements set forth inOSHA 1910.27.B. Materials1. The side rails and cage straps shall be fiberglass reinforcedpultruded polyester with OSHA safety yellow pigment. As anoption, an industrial grade polyurethane yellow coating may beapplied to the finished ladder and cage. Other colors are availableas an option.2. The side rails shall be 2” (50.8mm) square tube with a wallthickness of .156” (3.81mm) or greater. The rungs shall bepultruded 1.25” (31.8mm) diameter FRP fluted tube.3. Cage hoops shall be manufactured by the open mold hand lay-upprocess with a width of 3” (7.62mm) and thickness of 1/4” (6.4mm)minimum at the top and bottom and 2” (50.8mm) x 1/4” (6.4mm) atthe intermediate hoops. The cage shall be interconnected with 2”(50.8mm) x 3/16” (4.76mm) pultruded straps spaced 9” (229mm) oncenter around the hoop.4. Fiberglass pultruded rails, cage straps, fluted tube and cage hoopsto be manufactured by Strongwell.C. Fabrication Requirements1. If required, all joints and rungs shall be epoxied and riveted. Thehoops shall be attached to the rails in a manner which provideshand clearance throughout the length of the ladder.2. Ladders shall be shop assembled, and as an option may be predrilledand prepared for field attachments of standoff clips.3. The ladder cages shall be shipped assembled or as an option maybe shipped unassembled for field assembly using rivets or bolts.D. Workmanship1. If required, all cut or machined edges, holes and abrasions shall besealed with a resin compatible with the resin matrix used in thestructural shape.


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED POLYMERE. Approved Fabricators1. StrongwellF. Installation1. All FRP ladder sections shall be installed as shown on theapproved shop drawings.PART 3 – EXECUTION3.01 PREPARATION:A. Coordinate and furnish anchorages, setting drawings, diagrams,templates, instructions and directions for installation of anchorages,including concrete inserts, sleeves, anchor bolts and miscellaneous itemshaving integral anchors that are to be embedded in concrete or masonryconstruction. Coordinate delivery of such items to project site.B. Set sleeves in concrete with tops flush with finish surface elevations;protect sleeves from infiltration of water and debris.3.02 INSPECTION AND TESTING:A. The Design Engineer shall have the right to inspect and test all materialsto be furnished under these specifications prior to their shipment from thepoint of manufacture.B. All labor, power, materials, equipment and appurtenances required fortesting shall be furnished by the Contractor at no cost to the Owner.3.03 INSTALLATION, GENERAL:A. Fastening to in-place construction: Provide anchorage devices andfasteners where necessary for securing miscellaneous FRP fabrications toin-place construction; include threaded fasteners for concrete andmasonry inserts, toggle bolts, through-bolts, lag bolts and otherconnectors as determined by the Design Engineer.B. Cutting, fitting and placement: Perform cutting, drilling and fitting requiredfor installation of miscellaneous FRP fabrications. Set FRP fabricationaccurately in location, alignment and elevation; with edges and surfaceslevel, plumb, true and free of rack; measured from established lines andlevels.C. Provide temporary bracing or anchors in form work for items that are to bebuilt into concrete masonry or similar construction.13306-134-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4FIBERGLASSREINFORCED POLYMER3.04 ALL FRP INSTALLATION:A. If required, all field cut and drilled edges, holes and abrasions shall besealed with a catalyzed resin compatible with the original resin asrecommended by the manufacturer.B. Install items specified as indicated and in accordance with manufacturer’sinstructions.END OF SECTION13306-144-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MUD VALVESSECTION 13307MUD VALVESPART 1 GENERAL1.1 SCOPE OF WORKA. The contractor shall furnish all labor, materials, equipment and incidentalsrequired for installation of mud valves.1.2 QUALITY ASSURANCEA. The manufacturer shall have experience 10 years manufacturing mud valves andshall show evidence of satisfactory operation in at least 5 installations. For largefabricated valves, the manufacturer’s shop welds, welding procedures, andwelders shall be qualified and certified in accordance with the requirement of thelatest edition ASME, Section IX.1.3. SUBMITTALSThe manufacturer shall submit drawings showing critical dimensions, generalconstruction, and materials used in the valve.1.4 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 PRODUCTS2.1 GENERALA. The Mud Valve shall be of the heavy duty flanged type designed to provide apositive seal under both seating and unseating head conditions. The valves shallbe stem style as detailed on the schedule or the plans. The frame, plug,operating stem, and yoke shall be stainless steel. The plug seat shall be Vitonrubber for a positive seal.B. The valve shall be guaranteed against stem galling for the life of the plant (50years). Stems shall not be coated as coatings can wear off and eventually leadto galling.C. Valve stem shall be rolled and not cast as rolled threads provide more durabilityand strength.D. Plug stem shall have drain holes to prevent sediment from building up in the plugstem area.E. Plug base shall have no thru holes as to prevent any possible leak path.13307-14-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4MUD VALVESF. The valve shall be machined, assembled, and tested in the USA for qualityassurance.G. Where required, the manufacturer shall provide valve operating stems, floorstands, and stem guides as specified in the valve schedule or plans.H. Valve and accessories shall be manufactured by Troy Valve Model MVXR, orapproved equal.I. ScheduleNo. Valve Type Location Required Type Seat Size Stem Operator1 Mud Valve Chlorine 4 Rising Viton 12” Yes Hand wheelContactStemBasinPART 3 EXECUTION3.1 ExaminationA. Existing dimensions require verification and project site conditions must besuitable for installation. Unsatisfactory site conditions must be corrected beforeproduct installation.3.2 InstallationA. Products are to be installed as specified by the manufacturer, as shown incontract documents and in true and proper alignment.3.3 Adjust and CleanA. Surfaces to be cleaned according to manufacturer’s instructions.B. Remove excess materials of construction and trash to leave site in a cleancondition for subsequent operation.END OF SECTION13307-24-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PARSHALL FLUMESSection 13308PARSHALL FLUMESPART 1 GENERAL1.1 Section IncludesA. Parshall Flumes1.2 ReferencesA. ANSI / AWWA F101-07: American Water <strong>Works</strong> Association for ContactMolded Fiberglass Reinforced Plastic, Wash Water Troughs and Launders.B. ANSI: American National Standards Institute1. ASTM D-256; American Standard Test Methods for Determining thePendulum Impact Resistance of Notched Specimens of Plastics.2. ASTM D-570; American Standard Test Methods for Water Absorption ofPlastics3. ASTM D-618; American Standard Test Methods Practice for ConditioningPlastics and Electrical Insulating Materials for Testing4. ASTM D-638; American Standard Test Methods for Tensile Properties ofPlastics5. ASTM E 831; American Standard Test Methods for Coefficient of LinearThermal Expansion of Plastics Between –30 Deg C and 30 Deg C.6. ASTM D-790; American Standard Test Method for Flexural Properties ofUnreinforced and Reinforced Plastics and Electrical Insulating Materials7. ASTM D-2583; American Standard test Methods for Indentation Hardnessof Rigid Plastics by Means of a Barcol Impressor.1.3 SubmittalsA. Section 01300 submission provisions.B. Product property data generated from the fiberglass reinforced plastic contactmoldedlaminate.C. Shop Drawings Depict:1. Critical dimensions, jointing and connections, fasteners and anchors.2. Materials of constructions.3. Sizes, spacing, and locations of structural components, connectors,attachments, adjustments, openings, and fasteners.13308-14-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PARSHALL FLUMESD. Samples: Six (6) inch square sample of fiberglass reinforced plastic laminate atthe proper thickness and produced in the same manner as the fabricated Flume.E. Manufacturer’s installation instructions.1.4 Delivery, Storage, and HandlingA. Manufacturer will provide the product banded on skids or other suitablepackaging for ease of handling and minimize damage during shipping. At theproject site, store the product indoors out of the way of construction activities.1.5 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 PRODUCTS2.1 ManufacturerA. MFG Water Treatment Products Company, 55 Fourth Avenue, PO Box 458,Union City, Pennsylvania 16438.B. Requests for substitution will be considered in accordance with provisions inSection 01600.2.2 Parshall FlumesA. Material: Fiberglass reinforced isophthalic polyester resin contact-moldedcomposite laminate, thickness as per design requirements; inside surface shallhave a smooth gel-coat finish; outside surface gel-coat to seal exposed glassfibers; color molded-in with ultraviolet inhibitor. All cut edges shall be sealedwith polyester resin.1. Glass Type E, random chopped with chrome or silane finish, a bindercompatible with the resin, glass strand length one (1) inch minimum.2. Fiberglass fiber weight, nominal 30 percent.3. Physical Properties: Per AWWAa. Tensile Strength (ASTM D-638): 12,000 psi, minimumb. Flexural Strength (ASTM D-790): 19,000 psi, minimumc. Flexural Modulus (ASTM D-790): 900,000 psi, minimumd. Izod, Notched (ASTM D-256): 13 ft-lb/in, minimume. Barcol Hardness, ASTM D2583: 35, minimumf. Water Absorption, ASTM D 570: .20 percent, minimum4. Color: Marine White13308-24-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PARSHALL FLUMESB. Construction: One-piece fiberglass reinforced contact-molded compositestructure containing the necessary reinforcing to make the structure selfsupportingand no external structure supports required. Meet requirements ofANSI/AWWA F101-07.1. Flumes are being encased in concrete a temporary internal bracing in theopening for flow area must be used to prevent deflection during concreteplacement.2. Large sizes; 8-foot, 10-foot and 12-foot shipped in two pieces will be prefittedat the manufacturing site.3. Sizes: Indicated on drawings.4. Staff gauge integrally molded in flume side wall and a flush fit withgraduations in feet with 50 divisions per foot.C. Options:1. Inlet and outlet float well connections with – 2 inch NPT.2. Integral stilling well; diameter varies and of same materials as flume.PART 3 EXECUTION3.1 ExaminationA. Flume dimensions require verification and project site conditions must besuitable for installation. Unsatisfactory site conditions must be corrected beforeproduct installation.3.2 InstallationA. Products are to be installed as specified by the manufacturer, as shown incontract documents and in true and proper alignment.B. Position flume at elevation in accordance with drawings3.3 Adjust and CleanA. Surfaces to be cleaned according to manufacturer’s instructions.B. Remove excess materials of construction and trash to leave site in a cleancondition for subsequent operation.END OF SECTION13308-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4WEIR GATESSection 13309WEIR GATESPART 1 G E N E R A L1.01 SECTION INCLUDESA. Specifications for weir gates with rising stem.1.02 REFERENCESA. American Water <strong>Works</strong> Association:B. American Society for Testing and Materials:1. Frame, Leaf- ASTM B209, B308, Alloy 6061, 5052.2. Stem- ASTM A276 Type 304(L) or 316(L) Stainless Steel.3. Fasteners- ASTM A276 Type 304 or 316 Stainless Steel.4. Seals, Neoprene- ASTM D2000 50-60 Durometer.5. Handwheel- ASTM A126, Class B Cast Iron, A36 Steel.6. Hand Crank- ASTM A36 Steel1.03 SUBMITTALSA. Submit the following under provisions of Section 01330 – SubmittalProcedures:1. Product Data: Manufacturer's product literature and specificationsincluding dimensions, weights, certifications and instructions forhandling, storage and installation.2. Shop Drawings3. Manufacturer’s submittal shall include but not limited to gate materialspecification sheet, gate data summary sheet, calculation sheets, siteplan drawings and paint/coating data sheets. Calculation sheets shallcontain operator forces, tensile and buckling strength of stem,structural strength calculations and other calculations to verify that thedesign meets the specification requirements.1.04 DELIVERY, STORAGE AND HANDLINGA. Pack and crate devices to permit ease of handling and protect from damageduring shipping, handling and storage.1.05 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.13309-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4WEIR GATESPART 2 P R O D U C T S2.01 MANUFACTURERFabricated weir gates where shown in the plans and specifications and listed inthe gate schedule shall be as manufactured by Coldwell-Wilcox Technologies,LLC of Cincinnati, Ohio, or Engineer approved equal.Equipment provided shall be fabricated, assembled and placed in properoperating condition per the drawings, specifications, engineering data,instructions and recommendations of the gate manufacturer unless otherwisenoted by the engineer. Gates and operators shall be supplied with all parts andaccessories as specified within the site specifications and drawings and asrequired for a complete installation.Weir gates shall be the latest standard product in regular production by amanufacturer whose products have proven reliable in similar service. A singlemanufacturer shall supply slide gates.2.02 MATERIALS AND EQUIPMENTA. Standards: Except as modified or supplemented herein, all gates andoperators shall conform to the applicable AWWA standards.B. All materials shall comply with applicable provisions and recommendations ofthe following, except as otherwise shown or specified :1. Frame, Leaf- ASTM B209, B308, Alloy 6061, 5052.2. Stem- ASTM A276 Type 304(L) or 316(L) Stainless Steel.3. Fasteners- ASTM A276 Type 304 or 316 Stainless Steel.4. Seals- Neoprene, ASTM D2000 50-60 Durometer.5. Seats- UHMW6. Stem Cover- Clear Butyrate7. Handwheel- ASTM A126, Class B Cast Iron, A36 Steel.8. Hand Crank- ASTM A36 SteelC. Performance: Gates shall be designed and shop tested to the applicableAWWA governing standard. Design and operating heads shall be per the siteschedule and/or specificationsD. Components:1. Disc: Disc shall be constructed of 1/4” aluminum plate type 6061/5052reinforced with structural members to withstand maximum seatingheads and unseating heads as required by the schedule andspecification. Stem mounting clips or the thrust nut pocket shall bewelded to the disc. Deflection of the disc shall not exceed 1/720 of thespan under the design head.13309-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4WEIR GATES2. Frame: Gate frame shall be self-contained embedded, channel mountor surface mount type. Conventional frames shall be surface mounttype. Frame shall form guides consisting of 1/4” plate and or structuralaluminum type 6061/5052. Gate guides shall extend at least 1.5 timesor more past the disc height supporting the disc when fully open orclosed. Guides shall be designed and constructed to withstand thetotal thrust caused by water pressure. Guides shall be embedded inconcrete or surface mounted to concrete as shown on the plans.3. Stem: Operating stem shall be of Type 304(L) or 316(L) stainless steelminimum 1-1/4 inches diameter and attached to the disc by stemmounting clips or thrust nut and pocket. Stem shall be designed totransmit in compression at least 2-1/2 times the rated output of theoperating mechanism with a 40-pound maximum effort on the crank orhandwheel.Stems shall have a slenderness ration (L/R) of 200 or less. Thethreaded portion of the stem shall have machined cut 1/4” pitch by 1/4”lead left hand threads of the Acme type unless otherwise specified.Stainless steel or manganese bronze couplings threaded and keyed,or bored and pinned to the stems shall join stems of more than onesection. All threaded and keyed couplings of the same size shall beinterchangeable. Stems shall be provided with adjustable stop collarsto prevent over travel on manually operated gates.4. Stem Guides: Stem guides shall be UHMW or bronze bushed6061/5052 aluminum, 304/316 stainless steel, ductile iron or A36 steel.They shall be adjustable in two directions and will be spaced atsufficient intervals to adequately support the stem. Stem guidespacing shall not exceed 10 feet.5. Seals: Side and top seats/seals shall be compressible 50-60 durometerextruded neoprene with UHMW cover. Flush bottom seal shall becompressible 50-60 durometer neoprene flush across the invert forming acomplete seal for the entire width of the disc. Neoprene “J” seal can bebolted to the aluminum frame for additional sealing capabilities on theunseating side. Hardware shall be Type 304 or 316 stainless steel.6. Operator: A handwheel (horizontal mounted) type operator shall beprovided, with a 1:1 ratio. An acme threaded manganese bronze lift nutshall be provided to engage the operating stem. Anti-friction bearingsshall be provided to properly support both opening and closing thrusts.The hand wheel shall operate the gate under the specified operatingheads with not greater than a 40 pound rim pull approximately 36 inchesabove the operating floor. All components shall be totally enclosed in acast iron weatherproof housing. Hand wheel operator shall be benchstand (yoke) mounted or floor stand mounted with or without a wallbracket.13309-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4WEIR GATES7. Painting: Steel components such as the hand wheel and operatorbearing housing shall receive manufacturer's standard TNEMEC seriesN140-1255 pota-pox beige and TNEMEC series 69 pond 28BL finishprior to shipment. Total system shall be 12-16 mils DFT.PART 3 E X E C U T I O N3.01 EXAMINATIONA. Weir Gate dimensions require verification and project site conditions must besuitable for installation. Unsatisfactory site conditions must be correctedbefore product installation.3.02 SHOP TESTINGA. Each gate shall be fully assembled and shop-inspected in the vertical positionfor proper seating. The disc shall be fully opened and closed in its guidesystem to ensure that it operates freely and seals per the AWWA standard.3.03 INSTALLATIONA. Install products in accordance with manufacturer's instructions andrecommendations.B. Install plumb and level.C. Install anchor bolts in accordance with approved manufacturer’s drawings.3.04 ADJUSTING AND CLEANINGA. Surfaces to be cleaned according to manufacturer’s instructions.B. Remove excess materials of construction and trash to leave site in a cleancondition for subsequent operation3.05 START UP AND TESTINGA. Contractor shall make adjustments required to place system in properoperating condition.B. Contractor shall conduct functional field test of each weir gate in the presenceof the Owner's <strong>Project</strong> Representative to demonstrate that each part and allcomponents together function correctly.END OF SECTION13309-44-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMSection 13440PUMP STATION CONTROL SYSTEMPART 1 G E N E R A L1.01 SECTION INCLUDESA. Programmable logic controllers (PLCs), remote input/output (I/O) units,programmer, control switches, relays, and alarm panels.1.02 REFERENCESA. National Electrical Manufacturers Association (NEMA).1. NEMA ICS 1 - General Standards for Industrial Control and Systems.2. NEMA ICS 2 - Standards for Industrial Control Devices, Controllers andAssemblies.3. NEMA ICS 3 - Industrial Systems.4. NEMA ICS 6 - Enclosures for Industrial Controls and Systems.5. NEMA ST 1 - Standard for Specialty Transformers (Except GeneralPurpose Type).B. Instrument Society of America (ISA).C. Underwriters Laboratories, Inc. (UL).D. Factory Mutual (FM).E. Institute of Electrical and Electronic Engineers (IEEE).F. National Fire Protection Association (NFPA). ANSI/NFPA 70 - NationalElectrical Code (NEC).G. Joint Industrial Council (JIC).H. American National Standards Institute (ANSI).1.03 SUBMITTALSA. Submit product data, shop drawings and samples (if samples are requestedby the City Engineer) under provisions of Section 01330 - SubmittalProcedures.1. Submit in complete packages grouped to permit review of related itemsas outlined in these specifications.2. Bind submittals in three-ring binders with complete indexing and tabdividers. Completely tag and label equipment information to correspondwith Drawings.13440-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEM3. Review of Submittals will be for conformance to Contract Documentsand for application to specified functions.B. Product Data: Submit descriptive product literature including manufacturer'sspecifications for each component specified.C. Shop Drawings: Indicate layout and mounting of completed assemblies andsystems, interconnecting piping and cabling, dimensions, weights, externalpower and communication connections and programming information.1. Panel, Console and Cabinet Information.a. Layout drawings, including the following:1) Front, rear, end and plan views to scale.2) Dimensional information.3) Tag numbers and functional names of components mountedin and on panels, consoles or cabinets.4) Product information on panel components.5) Nameplate locations and legends, including text, letter sizesand colors to be used.6) Location of anchoring connections and holes.7) Location of external wiring and piping connections.8) Mounting and installation details.9) Proposed layouts and sizes of graphic display panels.b. Wiring and piping diagrams, including the following:1) Name of panel, console or cabinet.2) Wiring sizes and types.3) Piping and tubing sizes and types.4) Terminal strip numbers.5) Color coding for each wire and color coding legend.6) Functional name and manufacturer's designation ofcomponents to which wiring and piping are connected.c. Electrical control schematics in accordance with JIC standards.d. Plan showing equipment layout in each area.2. Field Wiring and Piping/Tubing Diagramsa. Wiring and piping/tubing sizes and types.b. Terminal strip, device terminal and wire numbers.c. Color coding.13440-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMd. Designation of conduits in which wiring is to be located.e. Location, functional name and manufacturer's designation of itemsto which wiring or piping are connected.f. Point-to-point wiring diagrams identifying every termination pointand connection.3. Instrumentation Diagramsa. Prepare instrument loop diagrams for analog and digital displays,and control and I/O loop diagrams, using ISA standard symbols inaccordance with ISA Standard S5.4. Drawings shall follow theformat in Attachment C and include the following:1) Instrument tag numbers.2) Functional name, manufacturer's name, product name andmodel or catalog number of each item.3) Location of each item.b. Submit loop diagrams, wiring diagrams, PLC and controlschematics on 4.7 GB DVD, formatted as AutoCAD files using thelatest release of AutoCAD current and available on bid date, or anysubsequent version. Identify diagrams, schematics and other fileswith computer-printed labels affixed to each diskette. Leave atleast 200,000 bytes free space available on each DVD.c. In addition, submit such diagrams and schematics laser-printed on8.5-inch x 11-inch paper. Use lettering and numerals of at least1/16-inch nominal height.4. Programmable Controller System I/O Loop Wiring Diagramsa. Prepare drawings on a module-by-module basis. Include thefollowing information:1) Rack numbers, module types and slot numbers, moduleterminal point numbers, and location and identification ofintermediate panel and field terminal block and strip numbersto which I/O wiring and power supply wiring is connected.Identify power supply circuit numbers and ratings.2) Wiring sizes, types, wire numbers and color coding.3) Designation of conduits in which field I/O wiring is to be run.4) Locations, functional names, tag numbers and manufacturer'snames and model numbers of panel and field devices andinstruments to which I/O wiring is connected. Label wiringand cables at both ends and within junction and terminalboxes.13440-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMUse sleeve-type plastic wire markers covered with clear heatshrinklabels, or machine-printed permanent ink heat-shrinklabels by Brady or approved equal.b. For each drawing, submit one reproducible hardcopy and one copyon 4.7 GB DVD, formatted as AutoCAD files using the latestrelease of AutoCAD current and available on bid date, or anysubsequent version. Identify diagrams, schematics and other fileswith computer-printed labels affixed to each diskette. Leave atleast 200,000 bytes free space available on each DVD.c. In addition, submit such diagrams and schematics laser-printed on11 x 17 inch paper. Use lettering and numerals of at least 1/16inch nominal height.5. System Programming Informationa. At least six weeks prior to substantial completion, submit detailedprogramming information consisting of ladder logic and proposedprogram code, complete input, output, relay, register and controlleridentification labels, memory allocation table, and writtendescription of program operation.b. Ladder logic diagrams shall contain a written descriptive note foreach line of program code describing the function and logic of thatline.c. Submit documents in hard copy and as computer-readable files4.7 GB DVD. Leave at least 200,000 bytes free space availableon each DVD. PLC, HMI, MOR, VFD and all other operationalinstallation and application related programs required necessaryby the City of Houston with the installation shall be submitted innative programming language files.D. Quality Control Submittals1. Factory Test Reports: If specified, submit 6 copies.2. Testing Procedures: Submit testing procedures proposed to verify input,output, loop and register operations, system logic verification, and sparememory capacity. Testing procedures shall detail, as a minimum,verification of required functions as follows:a. Verification of pump start, pump stop, and level alarm outputs bysimulation of analog signals representing level.b. Verification of each discrete input via external manually-operatedswitch.c. Verification of each analog input by connection of external analogindicator in input loop.13440-44-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMd. Verification of each analog output by connection of external analogindicators.e. Verification of communications system by hardwire connection viamodem and wiring to a similar unit. Demonstrate operation andstatus monitoring of each register specified for external monitoring.f. Verification of spare memory capacity by hard copy printout of fullmemory bit map after successfully demonstrating that system logic,inputs, outputs and communications features are fully installed andoperational.g. Test and verify system with external devices required to simulatefield connections connected simultaneously for a full system test.Reconnecting external devices to verify portions of the systems at atime is not acceptable.3. Certificates: Under provisions of Section 01450 - Contractor's QualityControl, submit manufacturers' certificates that equipment and systemsmeet or exceed specified requirements.4. Instructions: Submit manufacturer's installation instructions for eachcomponent specified.5. Field Reports: Submit 6 copies of Manufacturer's Installation Inspection,Field Calibration and Field Testing Reports.E. Operations and Maintenance (O&M) Data.1. Submit operation and maintenance data notebook in accordance withSpecification requirements.2. Information and drawings submitted must reflect the final installedcondition. Revise documents requiring updates following testing andstart-up.3. In addition, provide the following information:a. Name, address and telephone number of the control systemsupplier's local service representative.b. Complete list of supplied system hardware parts with full modelnumbers referred to system part designations, including spare partsand test equipment provided.c. Copy of approved submittal information and system shop drawingsas specified in Paragraph 1.3, Submittals, with corrections made toreflect actual system as tested, delivered and installed at the site.Provide half-size blackline reproductions of all shop drawings largerthan 11 inches x 17 inches.d. Complete up-to-date system software documentation.13440-54-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMe. Original copies of manufacturer's hardware, software, installation,assembly and operations manuals for the programmable controllerand data communication system, single loop and multi-loopcontrollers and other control system components. In addition tohard copy versions, provide all manuals in PDF format on 4.7 GBDVD.f. Instructions for PLC replacement adjustment, and preventivemaintenance procedures and materials.g. Control system description and system operation sequenceinstructions.h. For each major system/subsystem, in separate binders, submitPLC ladder logic programming documentation, PLC I/Oschematics, control and loop diagrams, electrical drawings, systemdescription, operation instructions and files on 650 MB 4.7 GBDVD.F. <strong>Project</strong> Record Documents1. Submit record documents as required by specifications.2. Revise system shop drawings, software documentation and othersubmittals to reflect system as installed. Accurately record locations ofcontroller cabinets and input and output devices connected to system.Include interconnection wiring and cabling information and terminal blocklayouts on rite in the rain all weather writing paper model 8511 in asuitable drawing pocket installed inside the controller cabinet door.3. Insert half-size blackline prints of wiring diagrams applicable to eachcontrol panel in a clear plastic envelope and store in a suitable printpocket or holder inside each control panel.1.04 QUALITY ASSURANCEA. Manufacturer's Qualifications: Manufacturer shall be a company specializing inmanufacturing products specified in this Section, having proven compatibilitywith the City's existing facilities and at least 3 years of documented experience.The company shall maintain service facilities within 100 miles of the City ofHouston.1.05 DELIVERY, STORAGE AND HANDLINGA. Deliver products to site in factory-sealed containers. Store and protectproducts as required.B. Check for damage upon receiving products on site.C. Store products in a clean, dry area; maintain temperature in accordance withNEMA ICS 1.1.06 ENVIRONMENTAL REQUIREMENTS13440-64-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMA. Maintain temperature above 32 degrees F and below 104 degrees F during andafter installation of products.B. Maintain area free of dirt and dust during and after installation of products.C. Provide temporary heating and air conditioning units and equipment required tomaintain environmental conditions specified for control and MCC panels.1.07 MAINTENANCE SERVICEA. Provide manufacturer's maintenance services for programmable logiccontrollers for one year from Date of Substantial Completion without additionalcost to the City.1.08 MEASUREMENT AND PAYMENTA. Payment for Pump Station Control System is on a lump sum basis for thecompleted system.B. Price is to include all costs- labor, materials, and incidentals necessary to meetthe requirements of this section, complete in place.C. Refer to Section 01270- Measurement and Payment for unit price procedures.PART 2 P R O D U C T S2.01 PROGRAMMABLE LOGIC CONTROLLER (PLC)A. Manufacturer and Product: Siemens Model S7-315-2PN/DP; (with integralEthernet, the latest version at the time of delivery), or approved equal, must belatest series model.B. Description: Modular Programmable Controller and Removable 2 MB MicroMemory Card.C. Service Conditions1. Temperature: 32 to 140 degrees F, horizontally installed.2. Humidity: 5 to 95 percent, non-condensing.3. Electromagnetic Compatibility: Noise suppression to EN 50082-2, Noiseemission to EN50081-2.4. Vibration: IEC 68, Part 2-6/10 to 58 Hz.5. Shock: IEC 68, Part 2-27/half-sine: 15 g peak, 11 milliseconds.D. Configuration1. Processor Rack: Include processor, power supply, micro memory card,communication modules, and input/output modules with front connectors.2. Expansion Unit: Include interface module, power supply, communicationmodule, input/output modules, front connectors and necessary connectioncables.13440-74-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEM3. Mounting Rail: Provide passive mounting rail for processor, power supply,communication, and input/output modules.E. Processor Unit1. Integrated Memory: Internal 256 KB minimum2. Execution Time, Bit Operations: 0.1 microseconds.3. Execution Time, Word Operations: 0.2 microseconds.4. Execution Time, Fixed Point Arithmetic: 2 microseconds.5. Execution Time, Floating Point Arithmetic: 3 microseconds.6. Ports: See 2.01.H7. Storage Memory: Micro Memory Card, minimum 2 MB.F. Power Supply1. Input: 85-132/170-264 VAC, switch-selectable.2. Output: 24 VDC, 5-amp.3. Mounting: On PLC Mounting Rail.4. Front Panel: Green status LED, On/Off Switch, Input Voltage Selector.5. Output Terminations: Screw terminations with connector to PLC CPU,plus additional terminations for wiring to other control system 24 VDCneeds.G. Input/Output Units1. Spare Input/Output Capacity: At least 25 percent spare capacity of eachI/O type installed.2. Discrete Input Characteristics: 16 points; 24 volts DC.3. Analog Input Characteristics: 8 channels for configurable in groups of 2,4to 20 milliamperes DC.4. Discrete Output Characteristics: 16 points; Relay.5. Analog Output Characteristics: 8 channels, 4 to 20 milliamperes DC.H. Communication Interfaces1. Profibus-DP: Integral to CPU, master/slave, capable up to 12 Mbit/sec,configured in standard PLC programming environment. SupportsProfibus-DP Master, Profibus-DP Slave, MPI with programmer, HMI andS7 communications.2. Ethernet Interface: Integral to CPU, 10/100 Mbps with automatic speeddetection, supports open TCP/IP, PLC programming, HMIcommunications, ST Communications, Profinet CBA and Pronet IO-Controller.13440-84-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEM3. Ethernet Switch (Local Wastewater Treatment Plant applications):Managed Industrial Ethernet Switch to be mounted in control panel andconnected to PLCs with Ethernet interface.a. Scalance X204-21) Manufacturer and Model: Siemens X204-22) Electrical Ports: Four RJ45, 10/100 Mbps, connectors latchto housing for strain relief.3) Optical Ports: Two female ST pairs, 100 Mbps4) Fiber Topology: Bus, Star, and ring5) Power: Redundant 24 VDC6) Mounting: Standard DIN rail, PLC Rail7) Diagnostic Leds: Power, Link Status, Communications8) Housing: MetalI. Ethernet Networking (Local Wastewater Treatment Plant applications)1. Industrial Ethernet Switch: Managed Industrial Ethernet Switch to bemounted in control panel and connected to PLCs with Ethernet interface.a. Fiber Optic Networks: SCALANCE X204-21) Manufacturer and Model: Siemens X204-22) Electrical Ports: Four RJ45, 10/100 Mbps, Connectors latchto housing for strain relief.3) Optical Ports: Two female ST pairs, 100 Mbps4) Fiber Topology: Bus, Star, and Ring5) Power: Redundant 24 VDC6) Mounting: Standard DIN rail, PLC Rail7) Diagnostic LEDs: Power, Link Status, Communications8) Housing: Metal Include C-Plug Configuration Plugb. Copper-Only Networks: SCALANCE X2081) Manufacturer and Model: Siemens X2082) Electrical Ports: Eight RJ45, 10/100 Mbps, Connectors latchto housing for strain relief.3) Power: Redundant 24 VDC4) Mounting: Standard DIN rail, PLC Rail5) Diagnostic LEDs: Power, Link Status, Communications6) Housing: Metal13440-94-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEM7) Include C-Plug Configuration Plug2. Industrial Ethernet Security Module for installation between ControlNetwork and IT Networka. Manufacturer and Model: Siemens S613b. Function: Firewall and VPN Networkingc. VPN Connections: Up to 128 simultaneous VPN Connections, Up to64 internal nodesd. Ethernet Ports: Two RJ45, 10/100 Mbps, Connectors latch tohousing for strain reliefe. Power: 24 VDCf. Mounting: Standard DIN rail, PLC Railg. Diagnostic LEDs: Power, Link Status, Communicationsh. Housing: Metali. Include C-Plug Configuration Plug3. Industrial Ethernet Cable, Copper, for Runs Outside Control Panelsa. Manufacturer and Model: Siemens Energy & Automation, 6XV1-840-2AH10b. Style: Industrial Ethernet Fast Connect (FC) Standard Cablec. Type: Four-wire, shieldedd. Jacketing: Green PVC Sheath, 6.5 +/- 0.4 mm ODe. Temperature: -40 to 70 deg. C operating, transport and storagef. Include Stripping Tool: Siemens Energy & Automation, 6GK1-901-1GA004. Industrial Ethernet Connectors, Coppera. Manufacturer and Model: Siemens Energy & Automation 6GK1-901-1BB10-2AA0 (straight) or 6GK1-902-1BB20-2AA0 (90-degree)b. Permissible Cable: Industrial Ethernet FastConnect Cablec. Installation: Insulation Displacement via simple cable insertion andhousing closured. Strain relief: Via quarter-turn locking mechanisme. Housing: Metal with metal spring clip5. Industrial Ethernet and Profibus Cable, Fiber Optica. Manufacturer and Model: Optical Cable Corp, AWC-FB06-Bxxxx(xxxx = ft)13440-104-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMb. Fibers: 6 multimode fibers minimum, 25% spare pairs minimum,62.5/125 graded indexc. Type: Tight-Buffered, Riser-Rated, Multi-fiber Breakout-GradeCabled. Jacketing: Indoor/outdoor PVC outer jacket, Color-coded subcablesprotected to permit direct field termination without patch boxes,jumpers, splices, etce. Primary Fiber Buffer: 500 micron acrylate buffer over each opticalfiberf. Secondary Fiber Buffer: 900 micron elastomeric tight buffer overeach optical fiberg. Connectors: ST, Factory-terminated or field-installed and testedh. Diameter: 9.5 mm (0.37 in)i. Tensile Load Rating: 270 lbs. long-term, 670 lbs. short-term(installation)j. Minimum Bend Radius: 3.7” under long-term tensile load, 7.4”under installation loadk. Temperature: -40 to 85 deg. C operating6. Industrial Ethernet and Profibus Fiber Optic Patch Panela. Manufacturer and Model: AWC PB-12ST-WM (up to 12 fibers) orPB-24ST-WM (up to 24 fibers)b. Design: Metal box with latching door covering two chambersc. Connectors: Populated 6-packs with ST connectorsd. Mounting: Wall mount7. Industrial Ethernet, Wireless Access Pointa. Manufacturer and Model: Siemens Energy & AutomationSCALANCE W788-1PRO or W788-2PROb. Radio Networks: Single (-1PRO) or Dual (-2PRO) depending onproject requirementsc. WLAN Standards: IEEE 802.11b/g, IEEE 802.11a/hd. Data Security: WEP, WPA2/IEEE 802.11i with AES and TKIP, EAP-TLS, EAP, TTLS, EAP-PEAP, EAP-MD5, EAP-MSChapv2, MACFilter, Admin Passworde. Degree of Protection: IP65f. Ethernet Interface: IE Hybrid Socket (IP65); RJ45 Connection13440-114-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMg. External Antenna Connections: Two (or four for Dual) R-SMA withincluded Omnidirectional Direct-Mounted Removable Antennash. External Antennas: As needed, Siemens ANT-79X selected fornecessary Antenna Gain at installed frequencyi. Lightning Protection: Include LP798-1PRO Lightning Protector oncable to external antennaj. Power: 24VDC, Redundantk. Operating Temperature: -20 to 60 deg Cl. Include C-Plug Configuration Plug8. Industrial Ethernet, Wireless Client Modulea. Manufacturer and Model: Siemens Energy & AutomationSCALANCE W740-1PROb. WLAN Standards: IEEE 802.11b/g, IEEE 802.11a/hc. Data Security: WEP, WPA2/IEEE 802.11i with AES and TKIP, EAP-TLS, EAP, TTLS, EAP-PEAP, EAP-MD5, EAP-MSChapv2, MACFilter, Admin Passwordd. Degree of Protection: IP65e. Ethernet Interface: IE Hybrid Socket (IP65); RJ45 Connectionf. External Antenna Connections: Two (or four for Dual) R-SMA withincluded Omnidirectional Direct-Mounted Removable Antennasg. External Antennas: As needed, Siemens ANT-79X selected fornecessary Antenna Gain at installed frequencyh. Lightning Protection: Include LP798-1PRO Lightning Protector oncable to external antennai. Power: 24VDC, Redundantj. Operating Temperature: -20 to 60 deg Ck. Include C-Plug Configuration PlugJ. Profibus Networking1. Profibus Cable, Coppera. Manufacturer and Model: Siemens Energy & Automation, 6XV1-830-0EH1b. Style: Profibus Fast Connect (FC) Standard Cablec. Type: Two-wire, shieldedd. Jacketing: Purple PVC Sheath, 8.0 +/- 0.4 mm OD13440-124-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMe. Include Stripping Tool: Siemens Energy & Automation, 6GK1-905-6AA002. Profibus Connector, Coppera. Manufacturer and Model: Siemens Energy & Automation, 6ES7-972-0BA50-0XA0b. Cable Outlet: 90-degree, dual cable pathc. Terminating Resistor: Integrator resistor combination, slide switchenabledd. Interfaces: DB9F connector and four insulation displacementterminalsK. Wireless I/O1. Wireless I/O Systema. Manufacturer and Model: Phoenix Contact RAD-ISM-900-XD-BUSb. Design: Modular, Expandable, DIN-Rail mounting, Multi-Point toPointc. I/O Capacity: Up to 33 analog or 66 discrete in one directiond. Module Capacity: Up to 8 I/O modules per master transceivere. Slave Capacity: Up to 8 Slave Transceivers per master transceiverf. Configuration: Rotary Switch on modules, No programming2. Wireless I/O Transceivera. Radio Signal: Frequency Hopping Spread Spectrum (FHSS) over902-928 KHz ISM band, License-free, 1Wb. Integral I/O: Two Discrete Inputs, Two Relay Outputs, One AnalogInput, One Analog Outputc. Signal Status: RF Link Status Relayd. Antenna Included: 3” ¼-wave Whip Antenna with 6-ft of RG174Cable, With L-Brackete. Antenna Connection: MCXf. Power: 9-30 VDC3. Wireless I/O Expansion Modulesa. 8-pt DC Discrete Input, RAD-IN-8Db. 8-pt Relay Output, RAD-OUT-8D-RELc. 4-pt Analog Input, RAD-IN-4A-Id. 4-pt Analog Output, RAD-OUT-4A-Ie. Combination, 2DI / 2RO / 1AI / 1AO, RAD-IN+OUT-2D-1A-I13440-134-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEM4. Wireless I/O Antennasa. External Antennas: As needed, Phoenix Contact antennas andcables selected for necessary Antenna Gainb. Lightning Protection: Include CN-UB-280DC-BB Lightning Protectoron cable to external antennaL. Programming, Software and Programming Equipment1. Configure system and program for operation as specified in this Section.2. System Software: Siemens Step 7 software will be loaned by City forutilization by contractor on this project. Contractor to supply any othersoftware or interfaces and cables needed to support equipment suppliedon this project.3. Control Program: Contractor shall provide necessary programmingmodifications and enter the required variable parameters to provide acomplete functional and integrated system. Contractor shall customizethe program to meet site-specific conditions such as control functions,actual pump quantities, and sequence options. The system shall be fullytested to be operational prior to substantial completion.4. Control Program Data Sheet: Contractor shall complete and submit DataSheet to Control Program Librarian designated by City of Houston.System I/O list shall be submitted with Data Sheet to the City of Houstontwo weeks prior to the 7-day test where communication can be verified bythe Control Center.5. Programmer (City of Houston Wastewater Plant applications only): HPEliteBook 8540w Mobile <strong>Works</strong>tation or equivalent current model, new,submitted in the original package including manuals having at least thefollowing features as minimum:a. Operating system: Genuine Windows 7 Professional 64b. Processor: Intel Core i7-620M Processor (2.66 GHz, 4MB L3cache)c. Memory: 8GB 1333 MHz DDR3 SDRAM.d. Hard drive: 500 GB 7200 rpm SATA IIe. Optical drive: DVD-ROM; DVD+-RW SuperMulti DL LightScribe;Blue-ray R/RE DVD+/-RW SuperMulti DLf. Display: 15.6 diagonal LED-backlight HD anti-glareg. Graphics: NVDIA Quadro FX 1800M graphics with 1 GB dedicatedGDDR5 video memory.13440-144-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMh. I/O Ports: External – 3USB 2.0, 2USB 3.0, 1eSATA, 1 externalVGA monitor, 1 Display Port, 1 1394a, 1 stereo microphone in, 1stereo headphone/line-out, 1 AC power, 1 RJ-11, 1 RJ-45, 1docking connector, 1 secondary battery connector.i. Slots: 1 Express Card/54, 1 Smart Card Reader, 1 Secure Digital.j. Network interface: Integrated Intel Gigabit Network Connection(10/100/1000 NIC).k. Wireless: HP Mobile Broad (powered by Gobi) with GPS; IntelCentrino Ultimate-N 6300 (3x3) 802.11 a/b/g/n; HP IntegratedModule with Bluetooth 2.1 Wireless Technology.l. Energy Efficiency: ENERGY STARm. Battery: HP Long Life 8-cell (68 WHr) Li-Ionn. Power supply: External 150-watt Smart AC adapter; External 120-watt Smart AC adapter; External 90-watt Smart AC adapter; HPFast Chargeo. Security management: Standard – Integrated Smart Card Reader,HP ProtectTools, TPM Embedded Security Chip 1.2, EnhancedPre-Book Security, HP Spare Key (require initial user setup), HPDisk Sanitizer, Enhanced Drive Lock, drive Encrption for HPProtectTools, Credential Manager for HP ProtectTools, FileSanitizer for HP Protect Toolsp. Warranty: HP services offers limited 3-year standard parts andlabor onsite, next business day warranty, and toll-free 7 x 24hardware technical phone support; 1-year limited warranty onprimary battery. On-site service and warranty upgrades are alsoavailable.q. Preinstalled Microsoft Windows in latest versions currently availablethat are compatible with HMI software.r. Programming cable and adapter for PLC programming.s. Compaq <strong>Works</strong>tation carrying case (overall size 18"x13"x5").M. Spare Capacity: Provide at least 25 percent spare rack space, and 25 percentspare I/O’s configured, wired, terminated, and identified as such, but not usedin program.N. Provide at least 25% of each PLC module furnished as spare parts. Minimumspare parts will include the following for each type furnished:1. One discrete input.2. One discrete output.3. One analog input.4. One analog output.13440-154-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEM5. One PLC power supply.6. One CPU with Profibus-DP and Ethernet ports.7. One Modbus Communication Processor.8. One of each Interface Module.9. One telephone modem.10. One Ethernet Switch11. One Ethernet Security Module12. One Operator PanelO. Connect PLC inputs/outputs including analog inputs through snap-on isolatedfused terminal blocks.P. Separate the AC and control signals from DC and loop signals by at least 6inches. Provide a barrier between AC and DC within the raceways.2.02 LOCAL WORK STATION (Not Applicable)2.03 CONTROL SWITCHES AND INDICATOR LIGHTSA. Manufacturers1. Automatic Timing and Controls Company.2. Cutler Hammer.3. Eagle Signal Company.4. General Electric Company.5. Square D Company.6. Allen Bradley.7. SiemensB. Substitutions: Comply with Section 01630 - Product Substitution Procedures.C. Control Switches1. Contacts: NEMA ICS 2; at least two Form C contact sets.2. Contact Ratings: NEMA ICS 2; 120V, 10 ampere inductive.3. Selector Switch Operators: NEMA ICS 2; heavy-duty, oil-tight, NEMA 4multi-position rotary selector switch.4. Push-button Operator: NEMA ICS 2; heavy-duty oil-tight NEMA 4unguarded and lockable type; black for start, red for stop.D. Indicator Lights: Red for run, amber or yellow for alarm, green for controlmode; LED, oil-tight, 100,000-hour rated life expectancy; rated voltageapproximately 125 percent of nominal 120 VAC operating voltage. To be pushto-testtype.13440-164-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEM2.04 CONTROL RELAYSA. Contacts: Three Form C contact sets (3PDT).B. Rating: 120 volt, 10 ampere inductive.C. Coil Voltage: 120 volt, 60 Hz AC.D. Socket: DIN Rail, Include hold-down clip.E. Features: 11-pin tube socket relay base, external color-coded test button,mechanical and electrical status indications, impact-resistant thermoplasticcase.F. Manufacturer: Turck, Siemens, or equal approved by end user.G. Spare Units: In addition to units installed, furnish 2 spare units.2.05 TIME DELAY RELAYSA. Contacts: Three Form C contact sets (3PDT).B. Contact Ratings: DPDT Class; 120 volt 10 ampere inductive.C. Coil Voltage: 120 volt 60 Hz AC.D. Socket: Turck S3B with coding system, label and label holder (11-pin).E. Description: Control relay as specified above in Paragraph 2.04, with addedTime Cube Module as manufactured by Turck, Inc.; series CT3, with on or offdelay, as indicated.F. Features: DIP switch-selectable timing ranges of 0.2 to 3 seconds, 0.8 to 12seconds, 0.1 to 1.5 minutes and 0.8 to 12 minutes; externally-adjustablegraduated time dial; solid-state digital timing system.G. Spare Units: In addition to units installed, furnish 2 spare units.PART 3 E X E C U T I O N3.01 SYSTEM DESCRIPTIONA. Level Measurement System: level measurement systems, each systemconsisting of a ultrasonic transducer and transmitter and associated cable andinstallation kits to provide a 4-20 mA loop signal proportional to well level andrecorder as indicated on the Drawings.B. Installation: Fabricate and install stilling well for each submersible transmitter.1. Support clamp: Semi-circle 12 inches in diameter stainless steel 316bracket, 1-1/4 inches wide by 1/4 thick installed every 4 feet; clamp 4” or6” Schedule 80 PVC inside support to guide each transmitter cable andcord.2. Support cable: 1/4 inch stainless steel 316 cable to support and holdtransmitter.13440-174-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEM3. Access manhole: Provide access manhole where the transmitter caneasily be removed, installed, and maintained.D. Primary Control1. PLC shall monitor the chemical residual of the effluent and control anisolated normally open (NO) contact which closes to start the pump andopens to stop the pump at adjustable residuals as indicated by theoperator. Accomplish specified primary control features via software inthe PLC.2. The primary control system shall monitor a NO contact which closes whenthe pump is running and shall totalize pump running time.3. PLC shall provide first-on first-off alternate sequencing of pump starts.4. Provide a numerical sequencer to sequence available pumps (whenHAND-OFF-AUTO switches are set in AUTO position). When threepumps are available (switches are in AUTO), local pump controller (LPC)shall select Pump No. 1 as lead pump, Pump No. 2 as lag pump, andPump No. 3 as lag 2 pump.5. The SE shall develop a single set point level control algorithm when avariable speed drive is used for controlling one or all the pumps. Thisalgorithm will provide the starting, stopping, alternation and load sharingfor all pumps.6. Stagger start times by 10 seconds between pump lead/lag stages toprevent pumps starting at the same time. It responses to a pump signal torun command not confirmed within 20 seconds (through auxiliaryfeedback, motor amperage report or flow indication) shall remove thatpump from service and the pump sequence, but transfer the commandsignal to the next available pump in the same sequence.7. Alarm conditions shall keep the pump out of service and shall only bereset through the control panel push-button switch. In power failurecondition, control shall automatically operate pumps in primary modewhen power is restored without local or remote alarm reset.8. If a period of 8 hours expires with no pump sequence rotation (one pumprunning and more than one pump available), the control shall stop the leadpump and rotate the sequence.9. Provide remote start, stop, and alarm reset capabilities.10. Low chemical tank level alarm shall cut all pumps off.11. The PLC shall test and select the functioning transmitter to control pumpsin the primary mode (PLC).E. Secondary Pump Control (Not Applicable)13440-184-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMF. Pump Status and Alarm Monitoring: PLC shall monitor NO contacts whichclose to indicate the following:1. Pump status for each pump.2. Auto status for each pump.3. Alarm for each pump.4. UPS alarm.G. Pump Controls: PLC shall provide an NO contact which closes and provides120VAC to drive the following discrete pump control outputs:1. Watchdog relay.2. PLC/backup control mode select.3. Start/stop Pump No. 1.4. Reset Pump No. 1.5. Start/stop Pump No. 2.6. Reset Pump No. 2.7. Start/stop Pump No. 3.8. Reset Pump No. 3.9. High/low level alarms.H. Monitoring: Arrange PLC to monitor both level transmitters to indicate alarmsor status.I. Communications: PLC shall be capable of full two-way communications withthe City of Houston Central Control facility. Communications shall have thecapability to transmit all station and pump status and alarms, levels, PLCstatus and additional information indicated in the Drawings, and shall receivepump start/stop Set points, alarm Set points and miscellaneous data via City ofHouston SCADA software package and protocol. Provide necessary hardwareand software required to implement the communications system as part ofpump station control system work. Programming and modifications required atthe City of Houston Central Control facility will be performed by the City ofHouston. The project SE shall be responsible for coordinating and performingthe communication testing.J. Modem Watchdog: On systems with modems, provide watchdog timer in PLCto confirm regular communication polls from SCADA. If no communications isdetected within 10 minutes, power down and restart the modem to reset.Power to modem shall be wired through an interposing relay connected to aPLC discrete output.3.02 INSTALLATIONA. Install in accordance with manufacturer's instructions and Drawings. Providesufficient clearance for calibration and maintenance access.13440-194-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMB. Do not install products until major construction is complete and building interioris enclosed and heated.C. Connect input and output devices as shown on Drawings.D. Provide complete programming, testing and verification of the programmablecontroller and associated inputs and outputs, including work required tointerface with the existing City of Houston system.3.03 MANUFACTURER'S FIELD SERVICESA. Prepare and start systems under City provisions.3.04 DEMONSTRATIONA. Provide systems demonstration under City provisionsB. Demonstrate operation and programming of controller. Provide 2 sessions of 4hours of instruction each for 4 persons, to be conducted at project site withmanufacturer's representative.C. System demonstration shall include the following:1. Complete verification of field wiring.2. Complete verification of system software.3. Demonstration of functionality of each discrete input and output bysimulation of actual field device action.4. Demonstration of functionality of each analog input and output by actualvariations in the process variable (e.g. level, etc.).5. Complete demonstration of each alarm by simulation of actual field deviceaction.6. Complete demonstration and verification (status/alarm points) of 2-waycommunication with City of Houston Central Monitoring Facility.3.05 TRAINING (City of Houston projects only.)A. Provide engineering and programming schools preferably at the Houstonoffices of the PLC manufacturer or distributor or at the manufacturer's factory,as specified below. This training shall be performed by fully-qualified andmanufacturer-certified training personnel who can clearly illustrate experiencein teaching previous courses. Obtain approval from the Owner’s representativefor training facility and course outline before scheduling training.B. If such training is provided somewhere other than Houston, then the systemsupplier shall provide coach airfare (weekday travel), motel expenses($95.00/day/person), rental cars ($50.00/day/2 people), and meal allowances$35.00/day/person) for selected City personnel for the duration of the schools.13440-204-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PUMP STATIONCONTROL SYSTEMC. Schedule classes at the City of Houston's convenience. The supplier shouldnot assume that the City's personnel will attend these courses in a continuousand sequential manner. When training is submitted in voucher form, it shall bevalid for a minimum of 2 years at no extra cost to the City.D. Training shall consist of the following as a minimum:1. PLC basic/advanced programming/maintenance (5 days): four people forWWTP on-site lift station.END OF SECTION13440-214-3-2014


E. Coli Compliance- Chlorination Systems for SCADA SOFTWARE ENGINEERINGTurkey Creek, Westway, Kingwood West WWTPs SECURITY AND QUALITYWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4REQUIREMENTSSection 13441SCADA SOFTWARE ENGINEERING SECURITY AND QUALITYREQUIREMENTSPART 1: GENERAL1.00 Purpose:A. The Wastewater Operations Automation and Electrical Support ServiceGroup maintains this document for the communication of therequirements of the SCADA software used for the control and monitoringof the wastewater facilities. These requirements are intended to addressthree related areas: 1) SCADA Homeland Security Requirements, 2)Texas <strong>Engineering</strong> Practice Act, 3) COH Wastewater SCADA systemquality requirements:1. According to the National Strategy for Homeland Securitywastewater treatment facilities are part of the nation's criticalinfrastructure and the government agencies that are responsibleshall take specific steps to improve SCADA security.a. Government agencies are required to "Establish policies tominimize the likelihood that organizational personnel willinadvertently disclose sensitive information regarding SCADAsystem design, operations, or security controls" and "Releasedata related to the SCADA network only on a strict, need-toknowbasis, and only to persons/entities explicitly authorizedto receive such information".b. In compliance with these Homeland Security requirements allSCADA related information is restricted to authorizedpersonnel.2. In compliance with Texas <strong>Engineering</strong> Practice Act (Article 3271a)and the recognition that SCADA software is an integral part of theelectrical control of the wastewater facilities and is therefore withinthe jurisdiction of the act:a. All SCADA software related work shall be performed by alicensed engineering firm meeting the qualifications asspecified in these requirements and referred to within as theSoftware Engineer (SE). The software produced for the13441 - 14-3-2014


E. Coli Compliance- Chlorination Systems for SCADA SOFTWARE ENGINEERINGTurkey Creek, Westway, Kingwood West WWTPs SECURITY AND QUALITYWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4REQUIREMENTSproject shall be stamped by SE in accordance with (Article3271a §137.33 Sealing Procedures for engineeringsoftware).3. Additionally, these requirements are to refine and perpetuatesoftware engineering and software quality standards that willbenefit the Wastewater Operation Branch in the areas of facilityoperations, maintenance, and facility construction projects:a. The requirements are intended to benefit facilityoperations through encouraging SCADA standards ofconsistency in facility functionality and operation,improved process visibility, improved efficiency andcontrol, lower operating costs and reduced potentialpermit violations. The SCADA standardization alsoaddresses improved technical support and ease ofmaintenance.b. These requirements specify SCADA relatedissues in construction, deliverables andqualifications that will help ensure the availabilityand quality of SCADA system integration.c. SCADA related software integration activities havebeen identified as a key point of quality control forconstruction projects. The SE shall subcontract directlyto the general contractor and shall perform anindependent assessment of the SCADA related work ofthe other subcontractors and equipment suppliers toensure complete system and software integration withinthe facility per the construction specification andwastewater SCADA design guidelines.PART2: SCOPE2.00 The requirements defmed in this document apply to wastewaterfacility SCADA software including system control, monitoringand integration. The scope includes new and existing facilityconstruction projects where new SCADA software is required orwhere the existing SCADA software is modified.A. SCADA software activities shall be performed only by the pre-13441 - 24-3-2014


E. Coli Compliance- Chlorination Systems for SCADA SOFTWARE ENGINEERINGTurkey Creek, Westway, Kingwood West WWTPs SECURITY AND QUALITYWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4REQUIREMENTSapproved SE and include: PLC programming, HMI configurationand graphics development, historical logging software applicationand report generation, network configuration and programming.B. Manufactured packaged subsystems with pre-engineered softwaremay be specifically excluded if specified in that subsystemequipment specification, that the system shall be shipped with thesoftware as a fully functional unit. The system PLC and HMIhardware and software application shall meet the requirements forSCADA integration and software documentation. The packagedsystem provider shall deliver all software to SE as soon as possiblefor the purpose of review and integration.C. These requirements apply to all SCADA security relatedactivities including configuration of servers, workstationsand network equipment.PART 3: SOFTWARE ENGINEERING REQUIREMENTS3.00 The SE shall perform the software engineering functions as requiredwithin the scope section meeting the requirements within.A. The SE shall use the wastewater standards for SCADA softwareengineering and Homeland Security in all work performed.1. The SE shall identify and communicate omissions and requiredmodifications to these standards.2. Details on these standards are restricted to authorized personnelonly according to the Homeland Security requirements and are notincluded in these requirements. The pre-approved SE is authorizedfor access to these standards.3.01 The SE shall provide the SCADA related submittals as defmed in thesubmittals section.A. The SE shall perform the work required to complete the requiredSCADA software submittals.B. The SE shall review and report on the SCADA related submittals ofthe project subcontractors and equipment providers.3.02 The SE shall assist the project team including; the engineer, thewastewater operations and equipment suppliers with the SCADAintegration issues.A. The SE shall attend project meetings as required by the project team. B.The SE shall assist the project team with functional test of the system.1. This may include providing project related process data from the13441 - 34-3-2014


E. Coli Compliance- Chlorination Systems for SCADA SOFTWARE ENGINEERINGTurkey Creek, Westway, Kingwood West WWTPs SECURITY AND QUALITYWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4REQUIREMENTSSCADA system.PART4: SUBMITTALS4.00 Within 30 days of the notice to proceed the SE shall submit a letter ofSE qualifications specifically addressing each item of qualification asdefmed in these requirements.A. Include the SE professional engineering firm licensed number and date ofissuance.B. Include a statement addressing the awareness of the Homeland Securityconcerns and intention to restrict the dissemination of security sensitiveSCADA network information to those who are authorized by the COH andrequire the information in the support of this project.4.01 Within 90 days of the notice to proceed the SE will submit the Software<strong>Engineering</strong> <strong>Manual</strong> (Preliminary Report).A. Include the software conventions for the use in the HMI development.B. Include diagrams and schedules for all network devices associated withthe process control and monitoring for the facility/facilities.C. Include the interfaces for the City SCADA network.D. Identify every network component (new and existing).E. The Software <strong>Engineering</strong> <strong>Manual</strong> will be updated for the fmal O&M.4.02 The SE will submit letters of software and network integrationcompatibility to be included in all the control related submittals.A. Included but not limited to: PLCs, network devices, computers,HMI devices.B. Include deviations from City standards and the construction specificationsfor electrical control drawings and tag naming conventions.C. Include deviations from the submitted Software <strong>Engineering</strong> PreliminaryReport. D. Include the manufacturer supplied package systems withcontrol panels.D. The SE shall distribute monthly a Software <strong>Engineering</strong> IntegrationSchedule highlighting software and system integration progress andissues.4.03 Factory demonstration test confirmation reportA. After the required factory demonstration test the SE shall submit a reportconfirming the related software and network compatibility.13441 - 44-3-2014


E. Coli Compliance- Chlorination Systems for SCADA SOFTWARE ENGINEERINGTurkey Creek, Westway, Kingwood West WWTPs SECURITY AND QUALITYWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4REQUIREMENTS4.04 Field Acceptance Functional TestA. Shall be completed prior to performance and reliability testing.B. Field Acceptance Functional Test Submittals shall include:1. Field Acceptance Functional Test Plan Submittal.2. Description of plan for testing field devices.3. Description of plan for function test and system integration of eachsubsystem.4. Field Acceptance Functional Test Schedule shall besubmitted after the acceptance of the test plan submittal.5. Field Acceptance Functional Test plan completion report shall besubmitted.4.05 Updated Software <strong>Engineering</strong> <strong>Manual</strong> (Final Version)A. Update and submit a singled CD with all related SCADAsoftware.B. Control and network components.C. Inventory of software components.D. Network device configuration documentation.E. Software <strong>Engineering</strong> documentation.F. PLC and HMI software shall be documented using the productdevelopment tool.G. Software shall be stamped as required in Texas <strong>Engineering</strong> Practice Act(Article 3271a §137.33 Sealing Procedures) with the date, the engineersname, the PE designation with license number.H. The SE will collect and submit all software and network deviceconfiguration programs and data developed for the project.PART 5: SOFTWARE ENGINEER (SE) QUALIFICATIONS5.00 The Wastewater Operations Automation and Electrical Support Servicesgroup has set forth these qualifications for performing all SCADA relatedsoftware activities for the wastewater facilities as defmed in theserequirements.5.01 The SE shall be pre-approved by Automation and Electrical SupportServices section for Wastewater Operations no later than seven (7) daysprior to the project bid opening date for construction projects.5.02 Specific qualifications for pre-approved SE:A. The SE shall be a Texas Registered Professional <strong>Engineering</strong> firm with a13441 - 54-3-2014


E. Coli Compliance- Chlorination Systems for SCADA SOFTWARE ENGINEERINGTurkey Creek, Westway, Kingwood West WWTPs SECURITY AND QUALITYWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4REQUIREMENTSminimum of five (5) years oflicensed history with the software engineeringof the control systems for advanced wastewater treatment processes.B. The SE shall be experienced with the software application developmentpackages which are used as standards for Wastewater Operationsincluding a minimum five (5) years of software engineering experience withWonderware Archestra and G.E. IFIX HMI application developmentpackages and Siemens PLCs.C. The SE shall demonstrate a minimum of five (5) years of continuousCiscoAdvanced Security expertise. This ensures the SE has the requiredexpertise to configure, secure and maintain the SCADA system networkfor applicable projects (excluding stand-alone control system at the liftstations and small plants where only a single PLC is installed).D. The SE shall have errors and omissions insurance with coverage in theamount of $1,000,000.00 (aggregate).E. The SE shall have an existing office, within the City of Houston, andshall maintain that office for the duration of the warranty andextended software service requirement.F. To ensure effectiveness and objectivity in the review and reporting ofSCADA related integration issues, the SE shall be an independententity and provide only software engineering services for theconstruction projects. Additional scope of automationand electrical services may be provided as required by the owner. Theservices may include, but not limited to network diagram development,efficiency and optimization program and application implementation, datadictionary design guideline development.END OF SECTION13441 - 64-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRIMARYINSTRUMENTATION DEVICESSection 13446PRIMARY INSTRUMENTATION DEVICESPART 1 G E N E R A L1.01 SECTION INCLUDESA. Telephone modems, transmitters, level recorder, power meter, control powertransformers, phase/voltage monitor relay, terminal blocks, surge protections,and accessories for use control instrumentation.1.02 REFERENCES AND STANDARDSA. NEMA ICS 1 - General Standards for Industrial Controls and Systems.B. NEMA ICS 2 - Standards for Industrial Control Devices, Controllers andAssemblies.C. NEMA ICS 3 - Industrial Systems.D. NEMA ICS 6 - Enclosures for Industrial Controls and Systems.E. NFPA 70 - National Electrical Code (NEC).F. Underwriters Laboratories, Inc. (UL).G. ANSI B40.1 - Gauges, Pressure Indicating Dial Type Elastic Element.1.03 SUBMITTALSA. Comply with Section 01330 - Submittal Procedures.B. Submit shop drawings indicating layout of completed assemblies,interconnecting cabling, dimensions, weights and external powerrequirements.C. Submit product data for each component specified.D. Submit manufacturer's certificate that all equipment meets or exceedsspecified requirements.E. Submit manufacturer's installation instructions.1.04 PROJECT RECORD DOCUMENTSA. Submit record documents under City provisions.B. Accurately record actual locations of controller cabinets and input and outputdevices connected to system. Include interconnection piping, wiring andcabling information, and terminal block layouts in controller cabinets.C. During drawing submittal phase, submit detailed programming informationconsisting of ladder logic and line code of proposed program, and completeinput, output, relay, register and controller identification labels.13446-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRIMARYINSTRUMENTATION DEVICESD. Submit factory testing procedures proposed to verify input, output, loop andregister operations, system logic verification, and spare memory capacity.1.05 OPERATION AND MAINTENANCE DATAA. Submit operation in accordance with Specifications.1.06 QUALIFICATIONSA. Manufacturer: A company specializing in manufacturing the productsspecified in this Section having at least 3 years documented experiencemaintaining service facilities within 100 miles of project and having provencompatibility with existing City wastewater facilities. Like devices shall be ofthe same Manufacturer.1.07 REGULATORY REQUIREMENTSA. Conform to requirements of ANSI/NFPA 70 (NEC).B. Furnish products listed and classified by Underwriters Laboratories, Inc., assuitable for the purpose specified and shown; install in accordance with ULrequirements.1.08 DELIVERY, STORAGE AND HANDLINGA. Deliver products in factory-sealed containers.B. Upon delivery, inspect products for damage.C. Store products in clean, dry area; maintain temperature in compliance withNEMA ICS 1.1.09 ENVIRONMENTAL REQUIREMENTSA. Maintain temperature above 32 degrees F and below 104 degrees F duringand after installation of products.B. Maintain area free of dirt and dust during and after installation of products.1.10 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 TELEPHONE/ETHERNET MODEMSA. Manufacturer and Model:a. Spectrum Controls, Webport 2005, WP26204.b. Cisco 891 series integrated services router.c. Approved equal.13446-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRIMARYINSTRUMENTATION DEVICESB. Integrated V.92 analog modemOperating Modes: Dial-up Modem, 2-wire Half/Full Duplex TransmissionSpeed: 300 baud to 56 kbaud.C. Integrated IP Router.D. Integrated Ethernet switch with a minimum of 4 Ethernet Ports: RJ45,Shielded, 10/100 Mbps.E. Minimum of 1 Telephone Port: RJ12, Shielded.F. Power: 24 VDC (10.8-30VDC) or 120 VAC.G. Mounting: Standard DIN Rail or desk top.2.02 PUMP CONTROLLERS (Not Applicable)2.03 SUBMERSIBLE PRESSURE TRANSMITTERS (Not Applicable)2.04 LEVEL RECORDER (Not Applicable)2.05 POWER MONITOR (City of Houston plant on-site lift station only or as needfor large capacity site.)A. Manufacturer: Siemens Energy & Automation PAC4200, or approved equal.B. Measurements: Voltage (L-L, L-N, 3-ph Avg), Current (Per Phase, 3-ph Avg),Apparent Power, Active Power, Power Factor, Frequency, 6 Limit Values.C. Harmonics Monitoring: 3 rd to 31 stD. Load Curve Recording: 40 days with 15-minute measuring period, Fixedblock or rolling blockE. Event Recording: At least 4000 events with priority control and selectablewarning levelsF. Clock: Real-time clock with calendarG. Display: Backlit LCD.H. Configuration: Via front panel or with Sentron PowerConfig Software suppliedwith unitI. Communications: Profibus-DP to PLC via Expansion Module.J. Digital Inputs and Outputs: One multifunctional input, One multifunctionaloutput.K. Certifications: cULus, CE, C-Tick, GOST.L. Temperature Ratings: -10 to 55 deg. C operating.M. Power: 95 to 240 VAC13446-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRIMARYINSTRUMENTATION DEVICES2.06 CONTROL POWER TRANSFORMERSA. Transformer: NEMA ST 1 machine tool transformer with isolated secondarywinding.B. Power Rating: 250 VA or 200 percent power requirement, whichever isgreater.C. Voltage Rating: 480/240 volt primary, 120 volt secondary, single phase.2.07 PHASE/VOLTAGE MONITOR RELAYA. Manufacturer, Product: Diversified Electronics Inc.; Model PBD Series orapproved equal.B. Description: All three phases monitored individually for preselected underand over voltage limit phase loss, phase unbalance, phase reversal,frequency shift and phase shift. Automatic reset after adjustable releasedelay when line conditions return to normal.C. Indicators: LED indicators for under and over voltage limit.D. Output Rating: DPDT, 3 amps resistive at 600 VAC.E. Phase Sequence: ABC.F. Sampling Time: 2 seconds.G. Spare Unit: In addition to the unit installed, furnish one spare phase/voltagemonitor relay.2.08 TERMINAL BLOCKSA. Manufacturers1. Bussmann.2. Phoenix Contact.3. General Electric Company.4. Weidmuller.5. Allen Bradley.B. Substitutions: Comply with Section 01630 - Product Substitution Procedures.C. Terminal Blocks: Provide isolated fused snap-on type terminal blocks.D. Power Terminals: Unit construction type with closed back and tubularpressure screw connectors, rated 600 volts.E. Signal and Control Terminals: Modular construction type suitable for channelmounting with tubular pressure screw connectors; 300 volt rating.F. Provide color-coded (green/yellow) ground bus terminal block, with eachconnector bonded to enclosure.13446-44-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRIMARYINSTRUMENTATION DEVICES2.09 SURGE PROTECTION AND SUPPRESSION DEVICESA. Definitions1. TVSS: Transient Voltage Surge Suppressor2. SPD: Surge Protection DevicesB. Codes and Reference Standards1. The TVSS / SPD shall comply with the following standards:a. UL Listed or recognized to UL 1449, 2nd editionb. Application Guide A and IEEE C62.41.1-2002 Category C areac. IEC 61024/ Application Guide Ad. National Electrical Codee. IEC 61643-1C. General1. The TVSS / SPD shall be available in a non enclosed Din rail mountedversion or mounted in a suitable enclosure.2. The TVSS / SPD components can be either a self contained wired inunit or a modular unit with field replacement capability without theremoval of any wires.3. TVSS/ SPD for 4-20ma shall be available in either series or parallelconnection depending on the application.4. The TVSS/ SPD shall be capable of supporting local and or remotealarming for failure notification.D. Main Power Panel Requirements1. Facility incoming voltage of 3 phase 480/277 AC or 3 phase 120/240AC will require TVSS/ SPD protection with the following requirements:a. 50 KA per IEC 61024 or 100 KA each phase per ANSI/IEEEC62.41b. MOV, Arc Chute or Hybrid technology is acceptablec. Response time: 1< nanosecond or di/dt rise for lighting strikesd. Din Rail mounted or suitable enclosuree. Multi-modes of protection (minimum L, N, and G)2. Manufacturera. Surge Suppression Incorporated, Advantage SHDLA-3Y2b. Dehn, Dehnguard P-R Seriesc. Phoenix Contact, Combo Trab SYS FT+CT-VAL 480,277 rail kit13446-54-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRIMARYINSTRUMENTATION DEVICESd. Or City of Houston approved equivalentE. Secondary Power Panel Requirements1. Secondary power panels supplying power to single phase 120/ 240 VACor 120 VAC systems will require TVSS/ SPD protection with thefollowing requirements:a. 40 KA each leg per ANSI/ IEEEb. MOV or Hybrid technology is acceptablec. Response time:


E. Coli Compliance-Chlorination Systems forTurkey Creek Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRIMARYINSTRUMENTATION DEVICESb. Phoenix Contact PT2-TELE Plug and Basec. Equivalent approved by userH. Testing Requirement1. Vendor shall provide verifiable third party test results of the statedspecification of TVSS/ SPDI. Warranty1. 25 Year unlimited, free replacement unit or replacement parts for allMalfunctioning TVSS/ SPD devicesJ. Listed manufacturers or approved equal1. Dehn2. Phoenix Contact3. Surge Suppression Inc.2.10 ACCESSORIESA. Plastic Raceway: Plastic slotted wireway with snap-on locking covers.B. Manufacturer1. Anixter Bros., Inc.2. Delaware Industries, Inc.3. Panduit Corp.4. IbocoPART 3 E X E C U T I O N3.01 INSTALLATIONA. Furnish complete enclosure, factory tested and ready for installation and fieldtermination.B. Terminate wiring with spade lugs at terminal strips corresponding todesignations on Drawings.C. When not installed in plastic wireways, such as along back of door, neatlybundle and support air tubing and internal panel wiring with self-adhesivenylon clips. Provide adequate slack for proper door operation withoutdamage to wiring or tubing.D. Identification: Identify system components in accordance with Section 16195- Wiring and Conduit Identification.1. Identify conductors and termination points (device and relay terminals).2. Identify transmitters, switches and devices with stainless steel tags.13446-74-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4PRIMARYINSTRUMENTATION DEVICES3. Provide nameplates for panel-mounted devices and instruments asshown on Drawings.3.02 SYSTEM TESTINGA. Perform system testing as required by individual component Sections.Calibrate and adjust components for proper operation. Submit 6 copies ofManufacturer’s Installation Inspection, Field Calibration and Field TestingReports. Replace components found to be defective.END OF SECTION13446-84-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRONIC ANALYZERSSection 13448ELECTRONIC ANALYZERSPART 1 G E N E R A L1.01 SECTION INCLUDESA. Specifications for Field Analyzers for I&C system.1.02 SUBMITTALSA. Submit all products covered under all sections for Engineer’s approval. Anyitems not submitted are the total responsibility of the Contractor. If it is notsubmitted, it is not approved. Requirements of this section apply to all otherelectrical instrumentation and control related specifications for this project.See Section 16012 – “Electrical Work” for additional requirements.B. Where submittals for a particular equipment, device or material item vary fromthat specified or shown on plan drawings, and where that item is notspecifically noted as acceptable and, where installation of submitted itemresults in improper or undesirable operation of the system, Contractor shall beliable for removal and/or replacement of that item with the item specified orshown on plan drawings at no additional cost to Owner. Such itemssubmitted as substitutions shall be listed separately and clearly noted as“Substituted Item”.C. Where various equipments interface or have wiring inter-connections,submittals for all of the equipment shall be made simultaneously. Forexample MCC and controls, telemetry and controls, etc. No sections,equipment or devices shall be omitted. This includes field wiring in duct banksor conduit and local wiring. Submittals not complying shall be returned,unchecked, marked “Rejected”.D. Submittals of electronic equipment and devices shop drawings will require aminimum of two (2) weeks for review from time of receipt by ElectricalEngineer. Contractor shall submit all shop drawings in time to account for thisperiod of review.E. Provide CAD files of diagrams, equipment views, and material & deviceschedules on CD and include with submittals. Only one (1) copy required forElectrical Engineer.F. With each submittal, include a copy of the applicable specification(s) page(s)for the item submitted and mark “Complies” or “Non-Compliance” or“Exception” adjacent to the applicable paragraph. Identify applicable drawingsheet number and specification section on front of each submittal cover.13448-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRONIC ANALYZERSG. Contractor is fully responsible for submitting correct operating voltage andphase requirements of all equipment furnished and installed under thiscontract. Shop drawing review by Engineer does not remove thisresponsibility. Incorrect submittal information is at risk of Contractor and at noadditional cost to Owner.H. All submittals for electronic equipment and devices must contain statement ofUL certification. All submittals without this information will be rejected. Anyequipment installed without UL listing will be replaced at cost of Contractor.I. Submittals shall contain statement that all controls for this project have beencoordinated. List each system and name of vendor for each system who wascontacted for coordination.J. All equipment shop drawings shall indicate changes or modifications as aresult of previous submittal variances. No shop drawings shall be submittedthat have not been coordinated as required by this specification. Anysubmittals not coordinated as such will be at Contractor’s risk and at noadditional cost to Owner for required changes necessary for a completeoperating system as intended by the plans and specifications for this project.K. Provide detailed sketch of all unistrut racks and other type mountingassemblies for Engineer’s review before starting work. Items not submittedand not determined as acceptable after construction shall be replaced at noadditional cost to Owner.1.03 TRAININGA. The Contractor shall provide services of his Engineer or a factory trainedtechnician to instruct plant operating personnel for a period of at least 40hours after completion of the contract work.B. O&M manuals shall be used as reference material during training.1.04 SPARE PARTSA. Spares and Expendables Recommendations: The Contractor shall providethe following spare parts under this contract:1. One (1) spare interconnecting cables of each type, with connectors.2. One (1) spare power supply.3. One (1) spare sensor unit complete with elements, includingmembranes and solutions.1.05 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.13448-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-413448-34-3-2014ELECTRONIC ANALYZERSPART 2 P R O D U C T S2.01 CHLORINE ANALYZER/MONITORA. General: On-line chlorine monitors shall be provided to continuously measureresidual, free and/or total chlorine in sample stream from water supply lines.Each chlorine monitor shall consist of an in-line direct measuring chlorinesensor with holder module, flow meter and interconnecting cable, and anelectronic monitor housed in a panel mount NEMA 4X polymer enclosure forsurface mounting. The submersible chlorine sensor shall be suppliedcomplete with mounting hardware for mounting the sensor as shown onPlans. The unit shall be supplied with a constant head overflow assembly forpumped sample use.B. Sensor:1. The chlorine sensor shall provide continuous measurement of residualchlorine concentration without use of any reagents in the samplestream.2. The residual chlorine measuring range shall be 0.01 to 5.0 mg/L fortotal chlorine as required by application. Measurement accuracy shallbe better than plus/minus 3 percent of the sensor signal. Responsetime to 90 percent of measured value shall be better than 2 minutes.Drift shall be less than 2 percent per month.3. The sensor shall include automatic temperature compensation. Thesignal to the monitor shall be powered through via mV two (2) wiretechnology and converted to a 4-20 mA signal. The sensor shallfeature a terminal block with watertight cable gland for field connectionof any length cable to the monitor.C. Sensor Holder:1. The sensor holder shall be transparent PVC material with integral flowcontrol valve and rotameter for setting the sample flow rate at 8 gph.2. The flow shall be directed at the sensor membrane to providecontinuous cleaning action.3. Mounting brackets for wall mounting shall be included. The sampleline connections shall be ¼ inch MNPT unions or ½ inch x 3/8 inchtube fittings.D. Monitor:1. The monitor shall be microprocessor based, with illuminated LCDdisplay of measured value, status and error annunciation. Unit shallfeature non-volatile memory to retain settings in the event of powerfailure; menu driven calibration, limit settings; sensor monitoring toalarm upon sensor failure or loss of sensitivity; programmable accesscode allowing calibration but not unauthorized adjustment of limits andoutput.


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRONIC ANALYZERS2. Mounting shall be in a NEMA 4X plastic enclosures with removablewall mount bracket.3. Electronically isolated active analog 4-20 mA output, with 600 ohmmaximum load, shall be proportional to the measured chlorine valueand spannable within the measuring range.E. Manufacturer and Model of Chlorine Analyzer shall be determined by City ofHouston personnel. Coordinate with City.PART 3 E X E C U T I O N3.01 INSTALLATIONA. Install in accordance with manufacturer's written instructions and approvedsubmittals.B. Prior to purchase and submittal, Instrumentation Equipment Manufacturershall observe installation plans and specifications and shall verify that unitspecified and supplied will function properly and accurately as intended wheninstalled as shown on plans. Provide Manufacturer’s statement in submittals.C. Where instrument sensor is suspended in path of moving or rotating arms,provide automatic raining mechanism. Interlock with other equipmentcontrols to prevent danger in event of failures. Provide SCADA inputs forRun, Alarm, Fail, and other significant status information.D. Instrument set up, calibration and testing shall be performed byManufacturer’s factory trained Technician.3.02 FIELD QUALITY CONTROLA. Acceptance Testing:1. Equipment is subject to on-site acceptance test prior to acceptance ofequipment.2. Test each unit separately. Set up, calibration and testing shall beperformed by Manufacturer’s factory trained Technician. A certifiedtest report shall be provided for Engineer’s review.3. Contractor will conduct acceptance test in presence of Owner and/orEngineer utilizing Contractor’s personnel and testing facilities. Exceptas noted otherwise, sampling, laboratory analysis, and data reductionof acceptance test by Contractor will be at Contractor’s expense.4. Test for each device will consist of total of 30 calendar days. Minimumcomparison frequency will be comparison for each test meter perweek. Owner and/or Engineer is to witness sampling and laboratoryanalysis. Laboratory analysis results shall be final and binding.5. Units failing acceptance test shall be removed and replaced with newunits at no cost to Owner.13448-44-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRONIC ANALYZERS6. Replacement units shall be subject to acceptance test as specifiedherein prior to acceptance of equipment by Owner and/or Engineer.Owner's laboratory cost for retesting shall be at Contractor's expense.7. Laboratory data from previous week of testing shall be available forreview by Owner and/or Engineer during normal working hours.B. Calibration and Maintenance:1. Respective portion of wastewater plant shall be in normal operationprior to start of test.2. Notify Owner and Engineer in writing when unit ready for testing.a. Owner and/or Engineer will respond within 5 working days andpresent projected testing schedule unless portion of plant to betested is not ready.3. Manufacturer or Representative’s factory trained Technician shallcalibrate each device within 3 days of start of acceptance test.4. Maintenance during test period in accordance with manufacturer'spublished O&M data.5. Notify Owner and receive written acknowledgment prior to performingpreventive maintenance.6. Notify Owner verbally and in writing of corrective maintenanceincluding parts replacement or recalibration.7. Owner will be allowed to witness maintenance.8. Recalibration in excess of once every 7 days shall be grounds forfailure of unit. Immediately prior to start of test, test Analyzer shall becalibrated utilizing reference Analyzer as standard. Reference shall belaboratory-calibrated.C. Sampling and Laboratory Procedures:1. Take sample at same point of unit's sampling/analysis point.2. Output signal of unit as read at indicator of unit's transmitter at time ofcomparison will be first basis for comparison.3. Second basis for comparison will be output signal of reference residualchlorine test.D. Acceptance/Failure Criteria:1. Percent error of each device shall be less than 2% of full scale forgreater than 95% of total comparison data points.2. Device will be considered failed if device mechanism or electronicsrequire replacement during test.13448-54-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRONIC ANALYZERS3.03 WARRANTYA. In addition to labor, equipment, devices, hardware, software and materialswarranty, Contractor shall provide full two (2) year service warranty on overallinstallation. This warranty shall begin at date of written final acceptance ofelectrical systems. Contractors warranty shall guarantee 24-hour serviceresponse time and shall provide whatever labor, work, or materials needed tomaintain plant operation when replacement parts are on order. In no caseshall plant electrical systems be out of service for over 24 hours from timeOwner calls for warranty. This shall be at no additional cost to Owner. Allmaterials andequipment installed shall have full warranty from manufacturerthat guarantees equipment is rated for the harsh IndustrialElectrical/Mechanical environment in which it is installed. Warranty shall befor a two (2) year period after date of written acceptance by the Owner andEngineer and shall include all labor, equipment and materials. Wheremanufacturer’s products fail prematurely, manufacturer shall be fullyresponsible for replacement and shall not have option of declaring thatfailures were caused by environment and its effect on the product. Contractoris fully responsible for assuring that product manufacturers are aware of thiscondition and that warranty statement is included in shop drawings. Failure todo so will be at full expense of Contractor and at no additional cost to Owner.Where warranty requirements are shown in other sections, the morestringent requirement shall have precedence.3.04 TRAININGA. Provide minimum of 16 hours Operator training by Manufacturers factorytrained Representative familiar with complete calibrating, operation andservice of each specific analyzer and equipment.END OF SECTION13448-64-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4POLYVINYL CHLORIDEPLASTIC PIPING SYSTEMSection 15064POLYVINYL CHLORIDE PLASTIC PIPING SYSTEMPART 1 G E N E R A L1.01 SUMMARYA. This Section includes furnishing all plant, labor, materials, equipment,supplies, supervision and tools for furnishing installation and testing ofPolyvinyl Chloride (PVC) piping systems or parts thereof.1.02 REFERENCESA. The publications listed below form a part of this spe4cifications to the extentreferenced. The publications are referred to in the text by basic designationonly.AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM)ASTM D1784 Standard Specification for Rigid PolyVinyl Chloride (PVC)Compounds and Chlorinated PolyVinyl Chloride (CPVC)CompoundsASTM D1785 Standard Specification for PolyVinyl Chloride(PVC) Plastic Pipe, Schedules 40, 80, and 1201.03 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component partPART 2 P R O D U C TS2.01 MANUFACTURER(S)A. Thread Lubricant, Tape: DuPont, Manning, Maxwell and Moore.B. Hangers and Supports: PHS or Grinnell.2.02 MATERIALS AND/OR EQUIPMENTA. PVC Pipe. Note: All chemical piping shall be Schedule 80.1. Pipe: PVC plastic pipe, PVC 1120 per ASTM D1785, Schedule 802. Fittings and Flanges: Injection – molded PVC threaded or socket-typeflanges and fittings of Class 12454-B PVC per ASTM D1784.3. Expansion Joints: Type I PVC (6-inch through 12-inch) piston-typejoints with Teflon-impregnated seal rings for service other than chlorinesolution.4. Bolting: SS Type 304 machine bolts and standard hexagon nuts withN.C. threads unless otherwise designated on PLANS.15064-14-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4POLYVINYL CHLORIDEPLASTIC PIPING SYSTEM5. Gaskets: Full faced, factory cut, Viton.6. Joint Solvent: Use fast-drying solvent for 1-1/2 inch sizes and smaller.Use heavy slow-drying type for 2-inch and larger sizes. Solvent to befurnished by manufacturer of pipe used.7. Thread Lubricant, Liquid: Teflon base liquid in plastic squeeze bottles.Use liquid lubricant on permanent joints.8. Thread Lubricant, tape: Teflon base tape as manufactured by DuPont,Manning, Maxwell & Moore, or equal. Use tape on all joints for valvesor joints that may be disconnected often.9. For suction and discharge piping at the chemical pumps, and the pumppriming discharge lines, PVC flex braided tubing shall be used.B. Valves1. Ball Valves: Chemtrol TU Series, or GF Type 342, Class 12454 – BPVC body per ASTM D1784.2. Check Valves: Chemtrol BC Series or GF Type 360, Class 12454 – BPVC body per ASTM D1784.3. Diaphragm Valves: Rigid unplasticized PVC body with Vitondiaphragms for chloride service unless otherwise designated onPLANS.PART 3 E X E C U T I O N3.01 ERECTION/INSTALLATION/APPLICATION AND/OR CONSTRUCTIONA. PVC Pipe1. Cut and fit pipe accurately to measurements established at the site.Use only methods of cutting, welding, and threading as recommendedin instruction manuals published by the manufacturer of the materialsbeing used. Use only strap wrenches for tightening threaded joints.2. Provide unions or flanges to permit removal of all valves, equipment,and any section of pipe without cutting the installed pipe.3. Provide expansion joints for temperature variations exceeding 30degrees F or with straight runs longer than 50 feet.4. Provide valved vent connections at high point and drain connections atlow point of each section of the system such that all fluid or air may beremoved from the piping.5. Do not spring or force pipe in place.B. Hangers and Supports1. Use only commercial non-metallic hangers and supports except for15064-24-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4POLYVINYL CHLORIDEPLASTIC PIPING SYSTEMhangers and supports detailed on the PLANS. All hangers to be nonmetallicunless otherwise designated on PLANS or within buildings orabove the containment wall top.2. Pitch all horizontal runs of piping to drain or vent, as required.3. Use spring hangers on vertical runs or piping when necessary toprovide for expansion.4. Use roller and sliding, guided supports on horizontal runs of pipingwhen necessary to provide for expansion.5. Anchor and brace pipe at expansion joints to force expansion andcontraction within joint without buckling. Follow manufacturer’spublished instructions.6. Minimum span to be as shown on the PLANS or as recommended inthe published manuals of the pipe manufacturer for the sizes andweights being used. Use 90 degree F for inside piping and 110degrees F for outside piping when selecting span dimensions. Span tobe the shortest required or recommended in any case of conflictbetween PLANS and published data.3.02 FIELD QUALITY CONTROLA. Test all piping systems for 100 psi hydrostatic (not air). All equipment,gauges, pumps and leak detectors to be provided by CONTRACTOR. Alltests to be witnessed and approved.END OF SECTION15064-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BASIC ELECTRICALREQUIREMENTSSection 16010BASIC ELECTRICAL REQUIREMENTSPART 1 G E N E R A L1.01 SECTION INCLUDESA. Basic requirements specifically applicable to the work of Division 16 -Electrical Requirements.B. The Contractor shall furnish equipment, materials, and labor for assembly andinstallation plus check-out and start-up of the complete electrical system asshown on the Drawings and stipulated in the Specifications.1.02 REFERENCESA. As a minimum requirement, the electrical system shall be constructed inaccordance with:1. American National Standards Institute/National Fire ProtectionAssociation (ANSI/NFPA), No. 70 - National Electrical Code (NEC).2. City of Houston Building Code.3. Other applicable Codes and Standards as referenced in other MasterSpecifications.B. Comply with local, county, state and federal regulations and codes in effect asof date of purchase.C. Equipment of foreign manufacture must meet U.S. codes and standards.D. Equipment and materials shall conform to requirements of specification and tothe criteria provided in data sheets for the project.1.03 QUALITY ASSURANCEA. Product Conformance Certificate and Quality Assurance Release. Submit anoverall conformance certificate for electrical components signed by theperson responsible for product quality. Specifically identify the purchasedmaterial or equipment by project name and location, purchase order number,supplements, and item number where applicable, including materials andservices provided by others. Indicate that all requirements have been metand identify any approved deviations.B. Field Inspection1. Electrical work shall be inspected and approved by the local codeinspectors, the wastewater inspectors, and the <strong>Project</strong> Manager priorto starting the 7-day test or scheduling training.16010-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BASIC ELECTRICALREQUIREMENTS2. Contractor shall give a minimum of two days notice to the Inspectorsthat the installation is ready for inspection and two days notice to the<strong>Project</strong> Manager.3. Concealed work shall be inspected and approved by code inspectorsand wastewater inspectors before it is covered:a. Conduit with stub-ups, underground in duct banks before concreteis poured.b. Conduit in slabs, walls and ceilings, complete with boxes.4. Electrical equipment and materials shall be inspected upon arrival bythe <strong>Project</strong> Manager for compliance with specifications.1.04 SITE CONDITIONSA. Take the following site conditions into consideration when fabricating,erecting, installing and wiring electrical equipment under this contract:1. Plant Location (various)Houston, Texas2. Plant Type and Size3. Plant Site Elevation4. Seismic Zone Zone 05. Wind Velocity 90 mph6. Temperature, Min./Max.: Coldest Winter Month High 60 degrees F Low 41degrees F Warmest Summer Month High 94 degrees F Low 73degrees F Lowest Expected 11 degrees F Highest Expected107 degrees F7. Rainfall: Annual45 inches Design3.4 inches/hour, 8.4 inches/24 hours8. Design Relative Humidity: 98%16010-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BASIC ELECTRICALREQUIREMENTS9. Station Barometric Pressure: Average Annual 29.5 inches Hg Absolute.1.05 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 COMPONENT DESIGNA. Components utilized in the construction of the material or equipment shall beof the latest proven design, new and in current production. Do not useobsolete components or components to be phased out of production.2.02 FACTORY INSPECTIONA. Provide free access with prior notice for the <strong>Project</strong> Manager at all times tothe shop where the material or equipment is being fabricated or tested.Provide reasonable facilities for inspection, witnessing tests, and examiningrecords. Give 7-days notice prior to starting tests which are scheduled forfactory inspection.PART 3 E X E C U T I O N3.01 PREPARATIONA. Verify dimensions and ratings of equipment and materials to ensure proper fitand performance.3.02 INSTALLATIONA. Install equipment and materials in accordance with the Drawings andmanufacturer's written instructions. If field conditions necessitate changes inelectrical installation, obtain approval from the City Engineer.B. Conductor voltage drop shall not exceed 2 percent for feeders and 3 percentfor branch circuits.3.03 DEMONSTRATIONA. Test the electrical system to specification requirements and to demonstratecorrect installation and operation of equipment. O & M <strong>Manual</strong> shall befurnished prior to testing for reference during testing and corrections for finalO & M.B. Before 7-days test, demonstrate the system to the wastewater inspectors andthe <strong>Project</strong> Manager. Show the system to be fully operational. All alarms,safeties, and communication points to central and locally must operate in bothfull-automatic and back-up modes. Use fresh water in the test medium.16010-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4BASIC ELECTRICALREQUIREMENTSC. Operate the system continuously for a period of 7 days in full automatic,without failure, to qualify as acceptable. "Failure" is considered any problemthat requires correction by maintenance personnel, such as: high or low waterlevel, any motor alarm, power failure, phase failure, communication failure,PLC failure, transducer failure, or UPS failure. This would exclude conditionsnot under the control of Contractor, such as: evident lightning strikes, 25-yearrains, local power utility power failure longer than the specified duration ofservice from UPS. Failures due to uncontrollable situations would allow the 7-day test to continue, as soon as test conditions are restored and the CityEngineer is notified.D. The existing station shall remain in service during this test.END OF SECTION16010-44-3-2014


E. Coli Compliance – Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONDUIT,FITTINGS, AND BODIESSection 16111CONDUIT, FITTINGS, AND BODIESPART 1 G E N E R A L1.01 SECTION INCLUDESA. Conduit, fittings, and bodies.1.02 REFERENCESA. American National Standards Institute (ANSI):1. ANSI C 80.1 - Rigid Steel Conduit - Zinc Coated.2. ANSI C 80.4 - Fittings for Rigid Metal Conduit.B. Federal Specifications:1. W-C-58 C - Conduit Outlet Boxes, Bodies Aluminum and MalleableIron.2. W-C-1094 - Conduit and Conduit Fittings Plastic, Rigid.3. WW-C-566 C - Flexible Metal Conduit.4. WW-C-581 D - Coatings on Steel Conduit.C. National Electrical Manufacturers Association (NEMA):1. NEMA RN 1 - Polyvinyl-Chloride Externally Coated Galvanized RigidSteel Conduit and Electrical Metallic Tubing.2. NEMA TC 2 - Electrical Plastic Tubing (EPT) and Conduit (EPC-40 andEPC-80).3. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing.D. National Fire Protection Association (NFPA), ANSI/NFPA 70 - NationalElectrical Code (NEC).E. Underwriters' Laboratories (UL):1. UL 1 - Flexible Metal Electrical Conduit.2. UL 6 - Rigid Metal Electrical Conduit.3. UL 514 B - Fittings for Conduit and Outlet Boxes.4. UL 651 - Schedule 80 Rigid PVC Conduit.5. UL 651 A - Type EB and A Rigid PVC Conduit and HDPE Conduit.6. UL 886 - Electrical Outlet Boxes and Fittings for Use in HazardousLocations.16111-14-3-2014


E. Coli Compliance – Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-416111-24-3-2014CONDUIT,FITTINGS, AND BODIESF. City of Houston Electrical Code.1.03 SUBMITTALSA. Make submittals following Section 01330 - Submittal Procedures:1. Manufacturer's cut sheets, catalog data.2. Installation, terminating and splicing procedure.3. Instruction for handling and storage.4. Dimensions and weight of products.5. Code compliance certificate.6. Conformance certificate.1.04 QUALITY ASSURANCEA. Rigid steel conduit shall pass the bending, ductility, and thickness of zinccoating tests described by ANSI C 80.1.B. Flexible conduit shall pass the tension, flexibility, impact, and zinc coating testdescribed by UL 1.C. Nonmetallic conduit and fittings shall pass the test requirements of NEMATC 2, UL 651 and 651 A and Federal Specification W-C-1094 A.1.05 DELIVERY STORAGE AND HANDLINGA. Package conduit in 10-foot bundles maximum with conduit and couplingthread protectors suitable for indoor and outdoor storage. Package fittings inmanufacturer's standard quantities and packaging suitable for indoor storage.Package plastic-coated rigid conduit, fittings, and bodies in such a manner asto protect the coating from damage during shipment and storage.B. Store conduit above ground on racks to prevent corrosion and entrance ofdebris.C. Protect plastic conduit from sunlight.1.06 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 ACCEPTABLE MANUFACTURERSA. Rigid Steel Conduit:1. Allied Tube and Conduit.2. Triangle Wire and Cable, Inc.3. Wheatland Tube Company.B. PVC Coated Steel Conduit:


E. Coli Compliance – Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-416111-34-3-2014CONDUIT,FITTINGS, AND BODIES1. Occidental Coating Company (O-Cal Blue).2. Robroy Industries, Inc.a. Rob-Roy Redb. Plasti-Bond Redc. Perma-Cote GreenC. PVC Rigid Conduit:1. Cantex.2. Carlon Industries, Inc.D. Conduit Fittings and Bodies:1. Appleton Electric.2. Crouse-Hinds.3. Killark Electric Manufacturing Company.4. O-Z/Gedney.E. Liquidtight Flexible Conduit:1. Anamet, Inc.2. Electriflex Company.3. Triangle Wire and Cable, Inc.2.02 MATERIALS AND EQUIPMENTA. Design Conditions. Use electrical conduit, fittings, and bodies designed forservice in areas as specified in Section 16010 - Basic Electrical Requirementsand this section to form a continuous support system for power, control, andinstrument cables or any combination thereof.B. Conduit and Fittings:1. Rigid Steel Conduit and Fittings.a. Rigid steel conduit and rigid steel conduit bends, nipples, andbodies shall be hot-dipped galvanized and shall comply with thelatest ANSI C 80.1, UL 6, Federal Specification WW-C-581 D,and NEC Article 346-15.b. Mild steel tubing shall be used for conduit, nipples, andcouplings, and shall be free of defects on both the inner andouter surfaces.c. Fittings and bodies and covers for rigid steel conduit shall besteel or cast-iron and shall comply with ANSI C 80.4, UL 514 B,and Federal Specification W-C-58 C.2. PVC-Coated Rigid Steel Conduit and Fittings


E. Coli Compliance – Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONDUIT,FITTINGS, AND BODIESa. PVC-coated conduit, fittings, bodies, and covers shall conformto NEMA RN 1 (Type A). Rigid steel galvanized conduit andfittings shall conform to Federal Specifications WW-C-581 Dand ANSI C 80.1. PVC-coated rigid metal conduit must be ULlisted with PVC as the primary corrosion protection. Conduitbodies shall conform to UL 514 B and Federal SpecificationW-C-58 C. PVC-coated fittings for general service locationsmust be UL listed with the PVC as the primary corrosionprotection. Provide sufficient coating for touch-up afterinstallation.b. PVC-coated couplings shall be of the ribbed type.c. Condulet covers shall have encapsulated stainless steel thumbscrews.d. Condulets and covers shall be of malleable iron or ferroalloymaterial before coating.e. Urethane coating shall be a minimum of 2 mil thickness on theinterior of the conduit and the interior of fittings, condulets,covers, and bodies.3. Liquidtight Flexible Metal Conduit and Fittingsa. Use liquidtight flexible metal conduit manufactured in accordancewith UL 1 and Federal specification WW-C-566 C.b. Fittings used with liquidtight flexible metal conduit shall be thePVC-coated type. Thoroughly ground the conduit to the fittingsand through the fittings to the box or enclosure to which it isattached.c. Couplings and fittings for use in hazardous areas shall complywith UL 886, NEC Article 501-4 (a&b), and Federal SpecificationW-C-586 C.4. PVC Conduit and Fittings. Use PVC conduit, bends, and fittings, whichcomply with NEMA TC 2, W-C-A, and NBC Article 347-17 for aboveground and underground installation. Conduit shall be Schedule 80.PART 3 E X E C U T I O N3.01 PREPARATIONA. Ensure that the conduit system to be installed is sized properly for the cableand wire requirements.B. Verify the actual physical conduit route from the conduit plan drawings andprepare the conduit support system.C. Verify the equipment locations to which the conduit will be connected anddetermine detail requirements for connections.16111-44-3-2014


E. Coli Compliance – Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONDUIT,FITTINGS, AND BODIES3.02 INSTALLATIONA. Install PVC-coated conduits in all outdoor locations, inside valve vaults andwet wells, lift station drypits, areas that are not air-conditioned, and in all othercorrosive and wet environments.Install PVC-coated conduit in strict accordance with manufacturer’sinstructions. Use installers certified by the manufacturer.B. Install rigid galvanized steel (RGS) conduits in dry, inside, air-conditionedlocations only.C. Install PVC conduits in reinforced duct banks or encased in concrete slabs.For stub-ups, use PVC coated rigid steel elbows as required in Section16402.D. Run exposed conduit parallel or perpendicular to walls, ceilings or mainstructural members. Group multiple conduits together where possible.Conduit shall not interfere with the use of passageways, doorways, overheadcranes, monorails, equipment removal areas or working areas. In no caseshall conduit routing present a safety hazard, trip hazard, or interfere withnormal plant operating and maintenance procedures. A minimum overheadclearance of 8 feet shall be maintained in passageways. All conduits installedacross walkways shall have concrete or aluminum trip plates installed.E. Installation and support of conduit shall be from steel or concrete structures inaccordance with the standard detail drawings. Furnish necessary conduitstraps, clamps, fittings and support for the conduit in accordance with thestandard details.F. Identify conduit at termination points like MCC, light fixtures, control panels,receptacles, panels, and junction boxes.G. Not more than 3 equivalent 90 degree bends will be permitted betweenoutlets. Provide bonded expansion fittings at building expansion joints.H. Install conduit runs so that they are mechanically secure, mechanicallyprotected from physical harm, electrically continuous, and neat inappearance. The interiors of conduit shall provide clean, smooth racewaysthrough which conductors may be drawn without damage to the insulation.Make threaded connections wrench tight.I. Cut conduit square with a power saw or a rotary type conduit cutter designedto leave a flat face. Do not use plumbing pipe cutters for cutting conduit.Ream the cut ends of conduit with a reamer, designed for the purpose toeliminate rough edges and burrs. Threads shall be cut with standard conduitdies providing 3/4-inch taper per foot, allowing the proper length so that jointsand terminals may be made up tight and the ends of the conduit notdeformed. Keep dies sharp and use a good quality threading oil continuouslyduring the threading operation.16111-54-3-2014


E. Coli Compliance – Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONDUIT,FITTINGS, AND BODIESRemove metal cuttings and oil from the conduit ends after the threads are cutand paint threads before connections are made. Use non-corrosiveCarbozinc No. 11 as manufactured by the Carboline Company, coal tarenamel or zinc rich epoxy primer on the threads of steel conduit beforeconnections are made.J. Use strap wrenches only to tighten joints in plastic coated rigid steel conduit.Replace all conduit and fittings with damage to the plastic coating, such ascuts, nicks and threader chuck jaw marks. Use a solvent, or the samepatching material to seal around the edges of conduit fitting covers.K. Make changes in direction of conduit using elbows or fittings. Do not use pullboxes to make direction changes unless specifically designated otherwise.L. Field fabricated bends shall be free of indentations or elliptical sections. Theradius of the bend shall not be less than 6 times the smallest diameter of theraceway.M. Protect all conduit terminations from mechanical injury. Prevent the entry ofmoisture and foreign matter into the conduit system by properly cappingterminations.N. Avoid trapped runs of conduit, if possible. When they are necessary, providedrainage using a "tee" condulet equipped with a drain. Conduit is likely topass through areas with a temperature differential of 20 F or more. Sealpenetrations with a proper seal fitting at the wall or barrier between suchareas. For conduit passing through walls separating pressurized areas fromnon-pressurized areas, install sealing fittings at the wall on the nonpressurizedside.O. Fit all conduit crossing building or structure expansion joints with approvedexpansion fittings, except that fittings will not be required when conduitcrossing an expansion joint is supported on trapeze hangers in such a waythat at no time will the conduit be under stress due to expansion. Unlessotherwise indicated on Drawings, install expansion fittings every 300 feetwithin a straight conduit run and where conduit crosses building expansionjoints, using bonding straps to ensure ground continuity. Bonding strapconnections shall be protected by minimum 40 mils PVC coating.P. Where rigid galvanized conduit terminates in sheet metal enclosures, fit theconduit with double locknuts and bushings. Sheet metal enclosures made ofstainless steel or aluminum located outside or in any other wet, damp, orcorrosive areas shall be furnished with PVC-coated threaded hubs.Restrict side penetrations to the lower one third of the enclosure. WherePVC-coated rigid conduit is used, PVC-coated rigid threaded hubs will beused.Q. Provide flexible Liquidtight metallic conduit where necessary to allow formovement or to localize sound or vibration, at transformers, at motors and16111-64-3-2014


E. Coli Compliance – Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONDUIT,FITTINGS, AND BODIESany other rotating equipment. Flexible metal conduit shall be used as fixturewhips only.R. Seal all openings or holes where conduits pass through walls or floors. Whenpassing through a firewall or floor, use a fire-rated seal per the typical detailincluded in the Drawings. Certain walls, as indicated on the drawings, requireenvironmental (air-tight) seals; seal as indicated on the Drawings.S. Install explosion-proof seals in conduit runs crossing or entering a hazardousclassified area (as shown on Drawings). Install type CSBE removable sealingfittings to seal pump cables between wet well and first junction box. If ajunction box is not used, install the CSBE seals at the wet well and the controlpanel.T. All transitions in PVC-coated conduit size shall be accomplished with PVCcoatedRECs or manufactured reducing condulets. RE bushings shall not beused.U. Parallel runs of conduit may be supported by structural steel racks. Whentwo or more racks are arranged one above the other, provide verticalseparation of not less than 12 inches between racks, unless otherwiseindicated on Drawings. Space conduits on the racks at least enough toprovide 1/4-inch clearance between hubs on adjacent conduits atterminations and to allow room for fittings.V. Fill conduit racks no more than 75 percent of their capacity, providing usablespace for future conduit. To ensure this, conduits leaving the rackhorizontally shall be offset up or down so that future conduits may be installedin the space remaining. Construct conduit racks to permit access for wire orcable pulling at all pull points, even when future conduits are added to fill theracks.W. Where conduit racks are supported on rods from beam clamps or by someother non-rigid suspension system, install rigid supports at no more than 50-foot intervals to give lateral stability to the rack.X. Conduit racks or hangers must in no way interfere with machinery (or itsoperation), piping, structural members, process equipment, or access toanticipated future equipment. Refer to architectural, structural, equipmentlayout and piping drawings to ensure that this requirement is met.Label high voltage conduit with the circuit phase-to-phase voltage by meansof a firmly attached tag or label of approved design at each conduittermination, on each side of walls or barriers pierced and at intervals notexceeding 200 feet along the entire length of the conduit.16111-74-3-2014


E. Coli Compliance – Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CONDUIT,FITTINGS, AND BODIESY. Support conduit sizes 2 inches and larger at spacings not exceeding 10 feetand conduit sizes 1-1/2 inches and smaller at spacings not exceeding 8 feet.Z. The means of fastening conduit to supports shall be: by one hole malleableiron conduit straps secured by wood screws to wood and by bolts withexpansion anchors to concrete or masonry; by "Korn" clamps or U-bolts toother surfaces. Use "clamp backs" when strapping conduits to walls, columnfaces, or other such surfaces.AA. Support conduit runs with conduit clamps, hangers, straps and metal framingchannel attached to structural steel members. Conduits of 1-1/2 inch size orless may be supported by one-hole conduit straps on concrete, tile or steelwork, but for larger size conduit, 2-hole straps shall be used.Use clamps of galvanized malleable iron for rigid galvanized conduit andstainless steel for PVC-coated conduit. Metal framing channel straps used forPVC-coated conduit shall be type 316 stainless steel.BB. Install conduits supported form building walls with at least 1/4-inch clearancefrom the wall to prevent the accumulation of dirt and moisture behind conduit.CC. All Conduits embedded in concrete lift station deck shall be PVC-coated rigid.END OF SECTION16111-84-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4600-VOLT BUILDINGWIRE AND CABLESection 16120600-VOLT BUILDING WIRE AND CABLEPART 1 G E N E R A L1.01 SECTION INCLUDESA. Specifications for 600-volt building wire and cable.1.02 REFERENCESA. American National Standards Institute/National Fire Protection Association(ANSI/NFPA), NFPA 70 - National Electrical Code (NEC), Article 310 - Conductorsfor General WiringB. Underwriter's Laboratories (UL)1. UL 83: Thermoplastic Insulated Wires and Cables2. UL 1063: Machine Tool Wires and CablesC. American Society for Testing and Materials (ASTM)1. ASTM B 3: Soft or Annealed Copper Wires2. ASTM B 8: Concentric-Lay-Stranded Copper Conductors, Hard, MediumHard, SoftD. Insulated Cable Engineers Association (ICEA), ICEA S-61-402: Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of ElectricalEnergy (NEMA WC-5)E. City of Houston Electrical Code1.03 SUBMITTALSA. Make submittals following Section 01330 - Submittal Procedures.1. Manufacturer's cut sheets, catalog data2. Instruction for handling and storage3. Dimensions and weight4. Conformance certificate1.04 QUALITY ASSURANCEA. Tests. Cable shall meet all the requirements of Part 6 of ICEA S-61-402.B. Conformance Certificate and Quality Assurance Release: Submit a conformancecertificate signed by the person responsible for product quality. The certificate shallspecifically identify the purchased material or equipment; such as by the projectname and location, purchase order number, supplements, and item number whereapplicable, including materials and services provided by others. The certificate shallindicate that requirements have been met and identify any approved deviations.16120-14-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4600-VOLT BUILDINGWIRE AND CABLE1.05 DELIVERY, STORAGE AND HANDLINGA. Ship wire and cable on manufacturer's standard reel sizes unless otherwisespecified. Where cut lengths are specified, mark reel footage accordingly. Eachreel shall contain one continuous length of cable. Provide impact protection by woodlagging or suitable barrier across the traverse of the reel. Provide moistureprotection by using manufacturer's standard procedure or heat shrinkable selfsealingend caps applied to both ends of the cable.1.06 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section. Includepayment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 ACCEPTABLE MANUFACTURERSA. American Insulated Wire CorporationB. Carol Cable Company, Inc.C. General Cable CompanyD. Okonite CompanyE. Rome Cable CompanyF. Triangle Wire and Cable, Inc.2.02 MATERIALS AND EQUIPMENTA. Design. Provide cable designated as THWN/THHN stranded single conductor typeand UL 83 and UL 1063 listed, rated 600 volts and certified for continuous operationat maximum conductor temperature of 90 C in dry locations and 75 C in wetlocations in conduit. MTW stranded will be used in control panels.B. Conductors. Provide conductors which are Class B, concentric stranded, annealeduncoated copper with physical and electrical properties complying with ASTM B 3and ASTM B 8 and Part 2 of ICEA S-61-402.C. Insulation. Each conductor shall be PVC insulated and nylon jacketed to meet therequirements of Part 3 of ICEA S-61-402. The insulation thickness shall match thedimensions listed in Table 310-13 of the National Electrical Code (NEC) for typeTHHN and THWN wire.D. Wire Marking1. Wire marking shall be in accordance with National Electrical Code (NEC)Article 310-11 and shall be printed on the wire insulation at 2-foot intervals.2. The printing method used shall be permanent and the color shall sharplycontrast with the jacket color.16120-24-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4E. The single conductor color coding shall be as follows:System VoltageA ............... B ................ C .............. Neutral120/208 Volt 3Ph/4w Black ......... Red............ Blue ......... White120/240 Volt 3Ph/4w Black ......... Orange ...... Blue ......... White277/480 Volt 3Ph/4w Brown ........ Purple ........ Yellow ...... Grey600-VOLT BUILDINGWIRE AND CABLEMotor ControlGroundPART 3 E X E C U T I O N3.01 PREPARATION1 ................ Black2 ................ Red3 ................ Blue.................. GreenA. Complete the cable raceway systems and underground duct banks before installingcables.B. Verify sizing of raceways and pullboxes to ensure proper accommodation for thecables.C. Check the length of the cable raceway system against the length of cable on theselected reel.D. Clean conduits of foreign matter before cables are pulled.3.02 INSTALLATIONA. Wiring Methods1. Use wiring methods indicated on Drawings.2. In general, use THHN/THWN stranded building wire for lighting, power andcontrol wiring where conductors are enclosed in raceways like in aboveground conduit system or in underground duct banks, or inside control panels.3. Do not use solid conductors.4. Use conductors not smaller than No. 12 AWG stranded for general lightingcircuits.5. Use conductors not smaller than No. 14 AWG stranded for control circuits,except when part of a multiconductor cable or internal panel wiring.6. In general, do not splice conductors unless approved by the City Engineer.7. Splices associated with taps for lighting and control circuits are allowedwithout approval.8. Make splices in accessible junction boxes.B. Single Conductor in Conduit and Ductbank16120-34-3-2014


E. Coli Compliance Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4600-VOLT BUILDINGWIRE AND CABLE1. Install cables in accordance with the manufacturer's instructions and theNational Electrical Code (NEC), Chapter 3- Wiring Methods and Materials.Do not exceed maximum wire tension, maximum insulation pressure andminimum bending radius.2. Pull cables into conduits using wire pulling compounds approved by cablemanufacturers to reduce friction. Lubricants must not be harmful to theconductor insulation. Mixtures containing soap or detergent shall not beused.C. Single Conductor in Cable Tray1. Do not install single conductor building wire and cable in cable tray.2. For single conductor tray installation, see Section 16122 - 600 Volt PowerCable.D. Preparation for Termination1. Make 600-volt power cable terminations and splices with heat shrinkablesleeves and seals.2. Terminal lugs and connectors for all sizes of conductors shall be crimp-on type.3. For size 1/0 AWG and larger, crimp-on lugs shall have the long barrel with 2-hole tongues except in places where termination space is limited.E. Tests1. In general, test insulation integrity of the wiring system before terminating.2. Make sure to disconnect sensitive electronic equipment before testinginsulation.3. Use a 500 VDC megohmmeter and perform the wire system insulation test inaccordance with the operating instructions.F. Termination. After the 600-volt wiring system has been tested with satisfactoryresults, reconnect wire.END OF SECTION16120-44-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4INSTRUMENTATION CABLESection 16126INSTRUMENTATION CABLEPART 1 G E N E R A L1.01 SECTION INCLUDESA. Specifications for instrumentation cable.1.02 REFERENCESA. American Society for Testing and Materials (ASTM).1. ASTM B3: Soft or Annealed Copper Wires.2. ASTM B8: Concentric-Lay-Stranded Copper Conductors, Hard,Medium Hard, Soft.3. ASTM B33: Tinned Soft or Annealed Copper Wire for ElectricalPurposes.B. Institute of Electrical and Electronics Engineers (IEEE), IEEE 383-2.5: IEEEStandard for Type Test of Class IE Electric Cables, Field Splices, andConnections for Nuclear Power Generating Stations.C. Insulated Cable Engineers Association (ICEA).1. ICEA S-61-402: Thermoplastic-Insulated Wire and Cable for theTransmission and Distribution of Electrical Energy (NEMA WC-5).2. ICEA S-66-524: Cross-Linked-Thermosetting-Polyethylene-InsulatedWire and Cable for the Transmission and Distribution of ElectricalEnergy (NEMA WC-7).3. ICEA S-68-516: Ethylene-Propylene-Rubber-Insulated Wire and Cablefor the Transmission and Distribution of Electrical Energy (NEMA WC-8).D. Underwriters' Laboratories (UL).1. UL 44: Rubber Insulated Wires and Cables.2. UL 83: Thermoplastic Insulated Wire and Cables.E. American National Standards Institute/National Fire Protection Association(ANSI/NFPA), NFPA No. 70 - National Electrical Code (NEC), Chapter No. 3 -Wiring Methods and Materials, Article 725 - Class 1, Class 2, and Class 3Remote Control, Signaling, and Power-Limited Circuits.16126-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4INSTRUMENTATION CABLE1.03 SUBMITTALSA. Submit the following under the provisions of Section 01330 – SubmittalProcedures:1. Completed engineer's data sheets from this specification ormanufacturer's data sheets, cut sheets, and catalog data.2. Installation, terminating and splicing procedure (including bendingradius and pulling tension data).3. Instruction for handling and storage.4. Dimensions and weight.1.04 QUALITY ASSURANCEA. Tests1. Cable shall be tested at the factory to confirm that the cable complieswith requirements of ICEA Section 7.7.9 of S-66-524 or 7.5.9 of S-68-516. Refer to data sheet for additional test requirements.2. Where applicable, the cable shall meet the requirements of the verticaltray flame test as described in IEEE 383-2.5.1.05 DELIVERY, STORAGE AND HANDLINGA. Ship cable on manufacturer's standard reel sizes unless otherwise specified.Where cut lengths are specified, mark reel footage accordingly. Each reelshall contain one continuous length of cable. Reels shall be of the typespecified on the data sheets. Provide impact protection by wood lagging orsuitable barrier across the traverse of the reel. Provide moisture protection bymanufacturer's standard procedure or heat shrinkable self-sealing end capsapplied to both ends of the cable.1.06 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 MANUFACTURERS1. Alpha Wire Corporation2. Belden Division, Cooper Industries, Inc.3. Cablec Continental Cables Company4. General Cable Company5. Manhattan Electric Cable Corporation6. Okonite Company16126-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4INSTRUMENTATION CABLE2.02 MATERIALS AND EQUIPMENTA. Design. Provide cable with the following design characteristics. The cableshall consist of multiple conductors. The cable assembly shall be UL listed,flame, oil and sunlight resistant, and certified for continuous operation at thetemperature specified on the Instrumentation Cable Data Sheets in wet or drylocations while installed in underground duct, conduit, or cable tray. Thenumber and size of conductors supplied in each cable shall correspond to thequantities specified on the Instrumentation Cable Data Sheets.Each conductor shall be individually insulated. Pairs and triads shall haveconductors which are twisted together with a drain wire, shielded, andcovered with a jacket.Multi-pair/triad cables shall consist of the required number of electricallyisolated, shielded pairs or triads, which are bundled together and covered byan overall jacket as specified on the Instrumentation Cable Data Sheets.B. Conductors. Provide conductors which are Class B, concentric stranded,annealed tinned copper whose physical and electrical properties comply withASTM B3, B8 or B33 and Part 2 of ICEA S-61-402, S-66-524, or S-68-516,unless otherwise specified on the Instrumentation Cable Data Sheets.C. Insulation. Each conductor shall be insulated as specified on theInstrumentation Cable Data Sheets in compliance the requirements of Part 3of ICEA S-61-402, S-66-524, or S-68-516. The average insulation thicknessshall not be less than the dimensions shown in Table 7-32 or 7.5.1 of ICEA S-66-524 or S-68-516 for 600-volt insulation unless otherwise specified on theInstrumentation Cable Data Sheets. The minimum insulation thickness shallnot be less than 90 percent of the value given in the table.D. Drain Wire. Provide drain wire which is Class B, seven-stranded, tin-coatedcopper in accordance with ASTM B3, B8, or B33 and as specified on theInstrumentation Cable Data Sheets. The drain wire shall not be less than twoAWG sizes smaller than the insulated conductor's size, except for multiplepair triad drain wires, which shall not be less than the insulated conductorsize.E. Shielding. Provide shielding consisting of laminated, nonburning, mylarbackedaluminum tape applied helically around a twisted pair or triad with thealuminum side in continuous contact with the drain wire unless otherwisespecified on the Instrumentation Cable Data Sheet. Wrap the tape aroundeach twisted pair or triad with a 25 percent minimum overlap unless otherwisespecified on the Instrumentation Cable Data Sheets.F. Jacket. The physical and electrical properties of the jacket used to coversingle or multi-pair or triad cables shall meet the requirements of section 7.7.7or ICEA S-66-524 or section 7.5.6 of ICEA S-68-516. Jacket material isspecified on the Instrumentation Cable Data Sheets. The jacket thicknessshall be equal to the dimensions shown in Table 7-33 or 7.5.2 of ICEA S-66-524 or S-68-516.16126-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4INSTRUMENTATION CABLEThe jacket material is specified on the Instrumentation Cable Data Sheets.The jacket thickness shall be equal to the dimensions shown in Table 7-33 or7.5.2 of ICEA S-66-524 or S-68-516.G. Armor. Where requested, use instrumentation cables protected by aninterlocked metal tape armor coating made of galvanized steel which meetsthe requirements of paragraph 4.5 of ICEA S-68-516 or S-66-524, unlessotherwise specified on the Instrumentation Cable Data Sheets.H. Conductor Identification. Use individual conductors in single-pair and singletriadcables which are color coded black and white; and black, white and red,respectively. Multi-pair-triad cables shall have one conductor in each pair ortriad colored white, and all other conductors are color coded in sequenceaccording to Table L-2 of Appendix 2 of ICEA S-66-524, and as specified onthe Instrumentation Cable Data Sheets.I. Cable Marking. Print cable marking information on the jacket of each cable at2-foot intervals. Use a permanent printing method with color sharplycontrasting the jacket color. See the Instrumentation Cable Data Sheets forthe minimum information required.PART 3 E X E C U T I O N3.01 PREPARATIONA. Complete cable raceway systems, underground duct banks and cable supportsystems before installing cables.B. Verify sizing of raceways and pullboxes to ensure proper accommodation forthe cables.C. Check the length of the cable raceway system against the length of cable onthe selected reel.D. Do not install or work on PVC insulated or jacketed cables in temperaturesbelow 32 degrees F.E. Clean conduits of foreign matter before cables are pulled.F. Provide at least 30 percent spare conductors or pairs.3.02 INSTALLATIONA. Cable in Conduit and Ductbank1. Install cables in accordance with the manufacturer's instructions andNEC Article 725 - Class 1, Class 2, and Class 3 Remote Control,Signaling and Power Limited Circuits. Do not exceed maximum wiretension, maximum insulation pressure and minimum bending radius.2. Pull cables into conduits using adequate lubrication to reduce friction.Lubricants must not be harmful to the conductor insulation or cablejacket.16126-44-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4INSTRUMENTATION CABLE3. Conduits carrying low level signal cables shall be PVC-coated rigidsteel.B. Cable in Tray. Install instrument and signal cable in cable tray only when thetray is dedicated for this type cable and cables are approved for trayinstallation.C. Termination1. Do not splice conductors. For termination use crimp-on type ringtongue non-insulated tin plated copper lugs.2. For shielded control cable, terminate the shield and ground it at oneend only, preferably at the control panel end for instrument andcommunication cable and at the supply end for electronic powercables.3. If splicing is required, maintain shield continuity by jumpering theground shield across connection point where it is broken at junctionboxes, or other splice points. Insulate these points from ground.4. Mark wiring on both ends with circuit numbers or loop tag numbers.Heat shrink wire markers after the ring tongue terminal has beeninstalled. Extend the marker over the crimp or base of the terminal.D. Tests1. Before connecting the cables, test insulation integrity and conductorcontinuity.2. Use a 500 VDC megohmmeter and perform the cable insulation test inaccordance with the operating instructions.E. Termination. After the 600-volt cable has been tested with satisfactoryresults, the cable can be terminated at both ends to their designated terminalpoints.END OF SECTION16126-54-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4DEVICE, PULLAND JUNCTION BOXESSection 16131DEVICE, PULL AND JUNCTION BOXESPART 1 G E N E R A L1.01 SECTION INCLUDESA. Specifications for device, pull, and junction boxes.1.02 REFERENCESA. American National Standards Institute/National Electrical ManufacturersAssociation (ANSI/NEMA).1. FB1 - Fittings and Support for Conduits and Cable Assemblies2. 250 - Enclosures for Electrical Equipment (1000 volts maximum)B. American National Standards Institute/National Fire Protection Association(ANSI/NFPA), NFPA70 - National Electrical Code (NEC) - Article 314 - OutletDevice, Pull and Junction Boxes, Conduit Bodies and Fittings.C. Underwriters Laboratories (UL):1. 50 - Safety Cabinets and Boxes2. 508 - Safety Industrial Control Equipment3. 514B - Safety Fittings for Conduit and Outlet Boxes4. 886 - Safety Outlet Boxes and Fittings for Use in Hazardous Areas1.03 SUBMITTALSA. Submit the following under provisions of Section 01330 – SubmittalProcedures:1. Manufacturer's cut sheets, catalog data2. Instruction for handling and storage3. Installation instructions4. Dimensions and weights1.04 DELIVERY, STORAGE AND HANDLINGA. Pack and crate boxes to permit ease of handling and to provide protectionfrom damage during shipping, handling and storage.1.05 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.16131-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4DEVICE, PULLAND JUNCTION BOXESPART 2 P R O D U C T S2.01 ACCEPTABLE MANUFACTURERSA. Sheet Metal Boxes1. Hoffman Industrial Products2. Pauluhn Electric Manufacturing Company3. Hennessy4. Tanco5. Tejas6. Circle A.W.B. Cast Device Boxes1. Appleton Electric Company2. Crouse-Hinds, Division of Cooper Industries3. Killark Electric Manufacturing Company2.02 MATERIALS AND EQUIPMENTA. Sheet Metal Boxes1. Provide UL-approved junction boxes and pull boxes manufactured fromstainless steel sheet metal and meeting requirements of NEMA 4X forcorrosive and wet area, NEMA 250 and NEC Article 314.2. Provide boxes with a stainless steel continuous hinge, closure haspsand all- stainless steel hardware. Junction boxes shall be mounted sothe door opens to the right or to the left.3. Furnish the door with neoprene gasket and provision for padlock.B. Device Boxes1. Provide UL-approved boxes designed and manufactured to houseelectrical devices like receptacles and switches, and in conformancewith NEMA FB1 and NEC Article 314.2. Supply boxes that are hot-dip galvanized on cast iron suitable forcorrosive and wet atmosphere.C. Hardware1. Mounting Hardware: Stainless steel2. Conduit Connectors: Watertight as manufactured by Myers Hubs, orequal.16131-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4DEVICE, PULLAND JUNCTION BOXESPART 3 E X E C U T I O N3.01 PREPARATIONA. Review the drawings and determine how many boxes of each kind arerequired and check if supplied quantity is sufficient.3.02 INSTALLATIONA. Boxes described in this specification shall be used both in dry and wet,corrosive areas, both inside and outside locations.B. Install boxes in accordance with NEC Article 314 in locations indicated on theDrawings. Junction boxes shall be mounted so the door opens to the right orto the left.C. Install junction and pull boxes in readily accessible places to facilitate wirepulls, maintenance and repair. Junction boxes shall be sized for the numberand size of conduits that enter the junction box.D. Plug unused conduit openings.E. Make conduit connections to sheet metal boxes with watertight conduitconnectors.F. Label boxes with phenolic nameplates as required in Section 16195.END OF SECTION16131-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4WIRING DEVICESSection 16140WIRING DEVICESPART 1 G E N E R A L1.01 SECTION INCLUDESA. Specifications for wiring devices including:1. Receptacles.2. Wall switches.3. Wall plates and cover plates.1.02 REFERENCESA. American National Standards Institute/National Electrical ManufacturersAssociation (ANSI/NEMA):1. NEMA WD1 - General Purpose Wiring Devices.2. NEMA WD6 - Dimensional Requirements.B. Federal Specifications (WC-596F).C. American National Standards Institute/National Fire Protection Association(NFPA):1. NFPA No. 70 - National Electrical Code (NEC), Articles 210 BranchCircuits, 250 Grounding and 410, Paragraphs 56, 57 and 58.1.03 SUBMITTALSA. Submit the following under provisions of Section 01330 – SubmittalProcedures:1. Product Data: Manufacturer's product literature and specificationsincluding dimensions, weights, certifications and instructions forhandling, storage and installation.1.04 DELIVERY, STORAGE AND HANDLINGA. Pack and crate devices to permit ease of handling and protect from damageduring shipping, handling and storage.1.05 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part16140-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4WIRING DEVICESPART 2 P R O D U C T S2.01 ACCEPTABLE MANUFACTURERSA. Bryant ElectricB. Crouse-Hinds, Arrow Hart DivisionC. Hubbel Inc. Wiring Devices DivisionD. Leviton Manufacturing CompanyE. Pass & Seymour/Legrand.2.02 MATERIALS AND EQUIPMENTA. Standards: Conform to NEMA WD1 for general requirements and NEMAWD6 for dimensional requirements.B. Manufacture devices to heavy-duty industrial specification grade with brownnylon bodies (orange for isolated-ground receptacles) back and side wiringprovisions and green-colored grounding screws.C. Receptacles:1. Duplex-type receptacles: Rated 20 amps at 120 volts.2. Contacts: Brass or phosphor bronze.3. Receptacle grounding system: Extend to the mounting strap unlessisolated ground is indicated or required.4. GFI or GFCI (ground fault circuit interrupter) receptacles: Providefeed-through type with test and reset button.D. Wall Switches:1. Toggle switches: Rated 20 amps at 120/277 volts AC rated for bothresistive and inductive loads.2. Contacts: Silver cadmium oxide construction to prevent sticking,welding and excessive pitting.E. Cover Plates:1. In outdoor, corrosive and wet areas, provide cover plates of heavy dutyplastic, gasketed with hinged covers that remain waterproof while stillin use and stainless steel hardware.2. All other plates: Type 302 stainless steel.PART 3 E X E C U T I O N3.01 PREPARATIONA. Verify that device boxes are correctly placed.B. Verify that the correct quantity, size and type of wires are pulled to eachdevice box.16140-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWIRING DEVICESC. Verify that wiring has been checked at both ends.D. Prepare wire ends for connection to devices.E. Inspect each wiring device for defects.3.02 INSTALLATIONA. Install products in accordance with manufacturer's instructions.B. Install devices plumb and level.C. Install switches with OFF position down.D. Install receptacles with grounding pole on top.E. Connect wiring device grounding terminal to outlet box with bonding jumper.F. Connect wiring devices by wrapping conductors clockwise around screwterminals.G. Install cover plates on switch, receptacle and blank outlets in finished areas.H. Energize and test devices for proper operation.END OF SECTION16140-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CABINETS AND ENCLOSURESSection 16160CABINETS AND ENCLOSURESPART 1 G E N E R A L1.01 SECTION INCLUDESA. Specifications for cabinets and enclosures for housing of control panels andmotor controls.1.02 REFERENCESA. National Electrical Manufacturers Association (NEMA).1. 250 - Enclosures for Electrical Equipment (1000 volts maximum).a. NEMA 3 - Enclosures for outdoor use primarily to provide a degreeof protection against wind-blown dust, rain, and sleet; undamagedby formation of ice on the enclosure.b. NEMA 12 - Enclosures for indoor use primarily to provide a degreeof protection against dust, falling dirt, and dripping non-corrosiveliquids.B. American National Standards Institute/National Fire Protection Association(ANSI/NFPA), NFPA 70 - National Electrical Code (NEC), Article 312 -Cabinets, Cutout Box, and Meter Socket Enclosures.C. Underwriters Laboratories (UL), UL 50 - Safety for Cabinets and Boxes.1.03 SUBMITTALSA. Submit the following under provisions of Section 01330 – SubmittalProcedures:1. Manufacturer's cut sheets and catalog data2. Instruction for handling and storage3. Installation instructions4. Dimensions and weights1.04 DELIVERY, STORAGE AND HANDLINGA. Have cabinets and enclosures packed and crated to permit ease of handlingand to provide protection from damage during shipping, handling and storage.1.05 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S16160-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CABINETS AND ENCLOSURES2.01 ACCEPTABLE MANUFACTURERSA. The EMF CompanyB. Hennessey Products, Inc.C. Hoffman Industrial ProductsD. Pauluhn Electric Manufacturing CompanyE. Weigman CompanyF. Rose EnclosureG. N.E.M.A. Enclosure Mfg. Co.H. Rittal2.02 MATERIALS AND EQUIPMENTA. Sheet Metal Boxes1. Provide enclosures manufactured in accordance with NEMA 250 andNEC Article 312. Fabricate outdoor NEMA 3 panels from 0.125- inchthick type 5052 H32 aluminum or 14 gauge, 316 stainless steel forinstallation in areas that are not air conditioned. NEMA 12 indoor panelsfor installation in air conditioned areas shall be painted steel.2. Dimensions and special features are shown on the Drawings.3. Construct outdoor enclosures with continuously welded seams groundsmooth.4. Additional material thickness and bracing requirements shall bedetermined by the manufacturer to provide the strength required by thestandard listed. The bracing shall be provided in such a way as tominimize the protrusion into the wiring and the equipment spaces.5. Install the door with a stainless steel continuous hinge, stainless steelpadlock handle with gasket and stainless steel hardware. Junction boxesshall be mounted so the door opens to the right or to the left.6. Furnish the door with oil-resistant neoprene gasket attached with oilresistantadhesive and held in place with aluminum retaining strips.7. Use a single, 3/4-inch minimum, door handle that provides a 3-pointlatching through latch rods with rollers. Provide rollers with at least 3/4-inch diameter8. Gasketed overlapping doors may be used instead of a center post.9. Provide heavy duty lifting eyes of suitable material.10. Fabricate the enclosure with a stud-mounted panel inside. Make panelsfrom 12-gauge steel painted with white enamel finish.16160-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CABINETS AND ENCLOSURES11. Equip both NEMA 12 and NEMA 3 enclosures with thermostaticallycontrolled space heaters and corrosion inhibitors. Provide heatersrated for 240V for 120V operation.12. Weld mounting feet to the enclosure if called for on the Drawing.13. Include a high impact plastic data pocket in the enclosure.14. Provide ground connections on the enclosures to enable grounding ofthe enclosure with a No. 2 AWG conductor.15. Equip free-standing outdoor cabinets with inner and outer doorrestraint bars to prevent door swing during windy conditions.16. Supply indoor enclosures with filtered passive air intake and exhaustopenings, 4-inch square in the side near the top and near the bottom ofthe adjacent side panel.B. Hardware1. Mounting Hardware: Stainless steel2. Conduit Connectors: Watertight as manufactured by Myers Hubs, orequal.2.03 TESTINGA. Test cabinets and enclosures in accordance with UL 50 so unit qualifies for aUL label.PART 3 E X E C U T I O N3.01 PREPARATIONA. Review Drawings and determine how many enclosures of each kind arerequired and check if supplied quantity is sufficient.B. Check the mounting pads or foundations for proper mounting dimensions andfeatures, including grounding conductor stub-up.3.02 INSTALLATIONA. Use enclosures described in this specification only above grade.B. Install enclosures in accordance with NEC Article 312 in locations asindicated on the Drawings.C. Install enclosures in readily accessible locations to facilitate generaloperations, wire pulls, maintenance and repair.D. Plug unused conduit openings.E. Make conduit connections to the enclosures with watertight conduitconnectors.F. Identify all components in cabinets with phenolic nameplates as required inSection 16195.16160-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4CABINETS AND ENCLOSURESG. Use pre-printed tubular heat-shrink type wire and cable markers to label eachend of all conductors.END OF SECTION16160-44-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4GROUNDING AND BONDINGSection 16170GROUNDING AND BONDINGPART 1 G E N E R A L1.01 SECTION INCLUDESA. Grounding electrodes and conductorsB. Equipment grounding conductorsC. BondingD. Power system groundingE. Communication system groundingF. Electrical equipment and raceway grounding and bondingG. Control equipment grounding1.02 REFERENCESA. American Society for Testing and Materials (ASTM)1. ASTM B3: Soft or Annealed Copper Wires2. ASTM B8: Concentric-Lay-Stranded Copper Conductors, Hard, MediumHard, Soft3. ASTM B33: Tinned Soft or Annealed Copper Wire for Electrical PurposesB. Institute of Electrical and Electronics Engineers (IEEE)1. IEEE 142-82: Recommended Practice for Grounding of Industrial andCommercial Power Systems2. IEEE 383-2.5: IEEE Standard for Type Test of Class IE Electric Cables,Field Splices, and Connections for Nuclear Power Generating Stations.C. Underwriters' Laboratories (UL)1. UL 83: Thermoplastic Insulated Wire and Cables2. UL 467: Grounding and Bonding EquipmentD. National Fire Protection Association (NFPA), NFPA No. 70 - National ElectricalCode (NEC), Article No. 250 - Grounding.1.03 SUBMITTALSA. Submit the following under the provisions of Section 01330 – SubmittalProcedures:1. Manufacturer's cut sheets and catalog data2. Installation, terminating and splicing procedure16170-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-416170-24-3-2014GROUNDING AND BONDING3. Instruction for handling and storage4. Dimensions and weight1.04 QUALITY ASSURANCEA. Tests1. Use insulated cable conforming to requirements of the vertical tray flame testas described in IEEE 383-2.5.2. Test grounding system in the field in accordance with procedures outlined inPart 3 - Execution.1.05 DELIVERY, STORAGE AND HANDLINGA. Ship grounding cable on manufacturer's standard reel sizes unless otherwisespecified. Where cut lengths are specified, mark reel footage accordingly. Eachreel shall contain one continuous length of cable. Provide impact protection bywood lagging or suitable barrier across the traverse of the reel. Pack and crateother materials specified to withstand normal abuse during shipping, handlingand storage.1.06 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 ACCEPTABLE MANUFACTURERSA. Cable1. American Insulated Wire Company2. Cablec Continental Cables Company3. General Cable Company4. Okonite Company5. Pirelli Cable Corporation6. Rome Cable Corporation7. Triangle Wire and Cable, Inc.B. Ground Rods and Connectors:1. Blackburn2. Copperweld3. Thomas & BettsC. Exothermic Connections:1. Burndy Corporation (Therm-O-Weld)2. Erico Products (Cadweld)


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4GROUNDING AND BONDINGD. Grounding Connectors:1. Burndy Corporation2. O.Z. Gedney3. Thomas & Betts2.02 MATERIALS AND EQUIPMENTA. Design. Provide grounding cable and materials with the followingcharacteristics:1. Use a grounding system designed in accordance with NEC Article No. 250 -Grounding, and the IEEE 142-82 - Recommended Practice for Grounding ofIndustrial and Commercial Power Systems.B. Materials1. Use grounding conductors, bare or insulated, which are manufactured andtested in accordance with applicable standards ASTM B3, ASTM B8 andASTM B33.2. Provide a main ground loop of No. 4/0 AWG, Class C stranded, bare coppercable. Small groups of isolated equipment may be grounded by a No. 2AWG minimum insulated conductor connected to the main loop. Generally,taps shall be sized as follows:a. Main ground loop or grid #4/0 minimumb. Switchgear, motor control centers andpower transformers #4/0c. Motors 200 hp and above #4/0d. Power panels - AC and DC #2/0e. Control panels and consoles #2f. Building columns #4/0g. Fencing posts #2/03. Where single conductor insulated grounding conductors are called for, use600-volt insulation. Use ground conductors identified with green insulationor green tape marking.4. Supply identifying ribbon which is PVC tape, 3 inches wide, red color,permanently imprinted with "CAUTION BURIED ELECTRIC LINE BELOW"in black letters as specified in Section 16195, Electrical Identification.5. Utilize flexible copper braid across hinged chain link or fence gates to bondthe movable portion to the grounded fence post.16170-34-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4GROUNDING AND BONDINGPART 3 E X E C U T I O N3.01 PREPARATIONA. Complete site preparation and soil compaction before trenching and drivingground rods for the underground grid.B. Verify from Drawings the exact location of stub-up points for grounding ofequipment, fences and building or steel structures.3.02 CONSTRUCTION CRITERIAA. The main ground loop at a depth of at least 30 inches below earth surface.Connect the ground loop to ground rods and to tap connections to form acomplete system as indicated on the electrical Drawings. The Contractor shallgive special attention to the grounding of service equipment, structures andfences to comply with the NEC, local authorities and the serving utility company.B. Electrical equipment, buildings, tanks, and other structures and equipment shallbe grounded as indicated on the Drawings. Where ground rods are required,the rods shall be 10 feet long, 3/4 inch diameter, copper-clad steel ground rods.Rods shall be driven vertically, and the top of the rods shall be a minimum of 18inches below finished grade, or as specified on the Drawings. Ground wells willbe provided for all driven rods.C. Local pushbutton and selector switch stations, two-wire control devices,disconnect switches, lighting transformers, panelboards, operator panels,benchboards, and the enclosures of other electrical apparatus shall be groundedthrough and equipment grounding conductor run with the power supply orcontrol circuit conductors or shall be grounded as shown on the Drawings.D. Ground medium voltage motors, in addition to the grounding conductors in themotor feeder cable, with a separate No. 4/0 AWG cable to motor frame.E. Motors having power supplied by multiconductor cable shall be grounded by aseparate grounding conductor in the cable and where supplied by singleconductor cable in conduit by a grounding conductor pulled in the conduit.Connect ground conductors to the ground bus in the motor control center and tothe ground terminal provided in the motor conduit box.F. Do not ground the insulated bearing pedestals of large motors.G. Connect ladder-type cable trays to the grounding electrode system.H. Install a warning ribbon approximately 12 inches below finished grade directlyabove the ground grid.I. Connect fence posts of chain link and metal fences to the main ground loop atleast every 50 feet. Install bonding straps to gates.3.03 INSTALLATIONA. Equipment Grounding16170-44-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4GROUNDING AND BONDING1. Make grounding connections to surfaces which are dry and cleaned of paint,rust, oxides, scales, grease and dirt to ensure good conductivity.Clean copper and galvanized steel to remove oxide before making welds orconnections.2. Use the exothermic welding process for below-grade grounding connections,except at ground rods. Use mechanical connectors or thermal connectionsfor above-grade grounding connections as shown on the Drawings.3. Make grounding connections to electrical equipment, vessels, mechanicalequipment and ground rods in accordance with the Drawings.4. Ground tanks and vessels by making connections to integral structuralsupports or to existing grounding lugs or pads, and not to the body of thetank or vessel.5. Leave ground connections to equipment visible for inspection. Protect themwith PVC non-metallic conduit as indicated on the Drawings.6. Make connections to motor frames and ground buses with lugs attached tothe equipment by means of bolts. Do not use motor anchor bolts orequipment housing for fastening lugs of grounding cable.7. Where the wiring for lighting systems consists of single conductor cables inconduit, provide each conduit with an equipment grounding conductor. Usea grounding conductor with green colored insulation and ground equipmentin the lighting system.B. Raceway and Support Systems Grounding1. Install raceway, cable rack or tray and conduit so that it is bonded togetherand permanently grounded to the equipment ground bus, according to theDrawings. Connection to conduit may be grounding bushing or groundclamp.2. Install raceway at low voltage motor control centers or other low voltagecontrol equipment so that it is bonded and grounded, except that any conduitwhich is effectively grounded to the sheet metal enclosure by bondingbushing or hubs need not be otherwise bonded.3. Where a grounding conductor is run in or on a cable tray, bond thegrounding conductor to each section of cable tray with a cable tray groundclamp.4. Where only grounding conductor is installed in a metal conduit, bond bothends of the conduit to the grounding conductor.5. Provide flexible "jumpers" around raceway expansion joints. Use copperbonding straps for steel conduit. Install jumpers across cable tray jointswhich have been parted to allow for expansion and any hinged cable trayconnections.16170-54-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4GROUNDING AND BONDINGC. Fences and Gates. Ground fences, fence posts and gates to the undergroundgrid as shown on the Drawings.D. Power System Grounding1. Solidly ground the secondary neutral of the main power supply transformereither to the ground grid or through an impedance. See Drawings for details.2. Solidly ground the neutral of lighting, instrument and control transformers.E. Cable Armor and Shields1. For shielded control cable, terminate and ground the shield at one end only,preferably at the control panel end for instrument and communication cableand at the supply end for electronic power cables.Maintain shield continuity by jumpering the ground shield across connectionpoint where it is broken at junction boxes, or other splice points. Insulatethese points from ground.2. Connect the ground wire in power cable assemblies at each terminal point toa ground bus, if available, or to the equipment enclosure. Do not carry theseground wires through a "doughnut" current transformer (CT) used for groundfault relaying; do carry ground leads from stress cones through CTs. Groundpower cable armor and shield at each terminal point.F. Test Wells1. Provide access (test wells) for testing the ground grid system at one orseveral ground rod locations. Make test wells of a pipe surrounding the rodand connections with a cover placed on top at grade level. See Drawings fordetails.2. Install a test well at the service entrance pole to serve as the serviceentrance grounding electrode.G. Test1. Perform ground resistance tests after underground installation andconnections to building steel are complete, unless otherwise noted onapplicable Drawings.2. Make tests at each ground test well using a "fall of potential" test method.Each ground test well shall not exceed a maximum resistance of 5 ohms.Where measured values exceed this figure, install additional ground rods asrequired to reduce the resistance to the specified limit.H. Inspection. Inspection of the grounding system by the <strong>Project</strong> Manager and thelocal Code Inspector must take place before the grid trenches are backfilled.END OF SECTION16170-64-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4LOW VOLTAGEVARIABLE FREQUENCY DRIVESSection 16175LOW VOLTAGE VARIABLE FREQUENCY DRIVESPART 1 G E N E R A L1.01 SECTION INCLUDESA. This section covers AC voltage source, Pulse Width Modulated (PWM) typeVariable Frequency Drives (VFDs) for general or high performance constant orvariable torque loads as shown on the project drawings or noted in project motorlist.1.02 REFERENCES STANDARDSA. Each variable frequency drive shall be designed, constructed, and tested inaccordance with the applicable standards listed below.1. Institute of Electrical and Electronic <strong>Engineering</strong> (IEEE). Standard 51-1992,IEEE Guide for Harmonic Content and Control.2. Underwriters Laboratories (UL). UL5083. National Electrical Manufacture’s Association (NEMA). ISC 6, Enclosuresfor Industrial Controls and Systems.4. International Electrotechnical Commission (IEC). IEC 801-2, 801-4, 255-4.5. National Fire Protection Association (NFPA 70), National Electrical Code(NEC).1.03 RELATED DOCUMENTS.A. <strong>Project</strong> motor list to contain application description, environmental descriptionsfor variable frequency drive, and motor information (if available). Drawings forthe project are provided if applicable.1.04 SUBMITTALSA. Submit product data, shop drawings and samples (if samples are requested bythe City Engineer) under provisions of Section 01330 - Submittal Procedures.1. Submit in complete packages grouped to permit review of related items asoutlined in these specifications.2. Bind submittals in three-ring binders with complete indexing and tabdividers. Completely tag and label equipment information to correspondwith Drawings.3. Review of Submittals will be for conformance to Contract Documents andfor application to specified functions.B. Product Data: Submit descriptive product literature including manufacturer'sspecifications for each component specified.16175-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-416175-24-3-2014LOW VOLTAGEVARIABLE FREQUENCY DRIVESC. Drawings1. Name of manufacturer.2. Types and model numbers.3. Rated drive power.4. Percent efficiency at 100 percent speed and 100 percent load.5. Front and side views with overall dimensions and weights shown; andnameplate legends.6. Schematics, including interlocks.7. Parameter list.8. Minimum operating speed per motor.9. Wiring diagrams, including all internal and external devices and terminalblocks.10. List of diagnostic indicators.11. List of spare drives and/or parts to be furnished.D. Quality Control Submittals1. Factory Test Reports: Drives supplier to provide typical factory testdescription. Drives are to be 100% tested at the factory prior to shipment.All drives are to be powered with a motor load.2. Field Reports: Drives commissioned in the field by the contractor ormanufacturers are to include start-up report. The report will includeinstallation overview, application description, drive wiring description, andparameter settings as programmed for the application. Comments on driveperformance as commissioned shall be also noted in the field report.E. Operations and Maintenance (O&M) Data.1. Submit operation and maintenance data notebook in accordance withSection 01782 - Operations and Maintenance Data.2. Information and drawings submitted must reflect the final installed condition.Revise documents requiring updates following testing and start-up.3. In addition to the content specified in Section 01782 - Operation andMaintenance Data, provide the following information:a. Name, address and telephone number of the VFD supplier's localservice representative.b. Complete list of supplied system hardware parts with full modelnumbers referred to system part designations, including spare parts andtest equipment provided.c. Copy of approved submittal information and system shop drawings asspecified in Paragraph 1.3, Submittals, with corrections made to reflectactual system as tested, delivered and installed at the site.


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-416175-34-3-2014LOW VOLTAGEVARIABLE FREQUENCY DRIVESProvide half-size blackline reproductions of all shop drawings largerthan 11 inches x 17 inches.d. Start-up software.e. Parameter list and drive software configuration file.f. Manufacturer's hardware, software, installation, assembly andoperations manuals for the VFD. Provide all manuals in PDF formatDVD-RW.F. <strong>Project</strong> Record Documents1. Submit record documents under provisions of Section 01785 - <strong>Project</strong>Record Documents.2. Insert half-size blackline prints of wiring diagrams and parameter listsapplicable to each drive unit in a clear plastic envelope and store in asuitable print pocket or holder inside each drive panel.1.05 QUALITY ASSURANCEA. Manufacturer's Qualifications: The VFD shall be designed and manufactured toa quality management system in according with ISO 9001 and ISO 14001. TheVFD shall be supplied by a manufacturer who has considerable experience inthe design and manufacturing of VFD of the ratings specified for a period of atleast ten (10) years.1.06 DELIVERY, STORAGE AND HANDLINGA. The construction/installation manager is to protect the inverter against physicalshocks and vibration during transport or storage. The equipment shall also beprotected against water (rainfall) and excessive temperatures. Installation aftera prolonged period of storage may require reform of the capacitors in theinverter. Consult manufacturer for details.B. Check for damage upon receiving products on site.C. Store products in a clean, dry area; maintain temperature in accordance withNEMA ICS 1.1.07 ENVIRONMENTAL REQUIREMENTSA. Maintain area free of dirt and dust during and after installation of products.B. Provide temporary heating and air conditioning units and equipment required tomaintain environmental conditions specified for VFDs.1.08 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 VARIABLE FREQUENCY DRIVE (VFD)A. Manufacturer and Model: Siemens Energy & Automation model MicroMasterMM440; ABB model ACS550, or approved equal.


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-416175-44-3-2014LOW VOLTAGEVARIABLE FREQUENCY DRIVESB. Service Ratings: Provide variable frequency controllers suitable for operatingvariable or constant torque loads. Controllers shall be sized for at least 10%larger than the motor. Controllers shall meet or exceed the ratings listed below:1. Rated input voltage: 200 – 240 volts, 400-500, or 500-600 volts plus orminus 10 percent, three phase. Rated frequency: 60 hertz plus or minus 2percent.2. Drives must comply with IEEE 519 by means of either active front endtechnology or use of multiphase 18 pulse technology.3. VFD power range to be available from 1 to 600HP where VFD sharescommon programming, human interface, and options. Product family to beavailable in 8 mechanical sizes as follows:4. Motor nameplate voltage: 230, 460, or 575 volts, three phase 60 hertz (asspecified on motor list).5. Displacement power factor: between 1.0 and 0.95, lagging, over entirerange of operating speed and load.6. Operating ambient temperature: 32 to 122 degrees F or 0 to 50 degrees C.Provide HVAC system to keep drives functional within the listed temperatureranges.7. Minimum efficiency at full load: 96 - 97 percent.C. Configuration1. Variable frequency drive to have modular construction to allow for maximumconfiguration flexibility.2. Inputs and outputs for the VFD to shall be a minimum of six programmabledigital inputs. Two fully programmable analog outputs, and three fullyprogrammable relay outputs.3. Drive shall be capable of switching frequencies of 4, 8 and 12 kHz.”4. Complete inverter and motor protection.5. Product to provide simple commissioning macro to program the VFD for theapplication, motor data, and control information. In addition, the drive toprovide automatic calibrate routine to optimize motor electricalcharacteristics within the VFD.D. Features and Performance1. Latest IGBT technology and Digital microprocessor control.2. PID control loop for process control shall be provided with automatic tuningroutine.3. Fast, repeatable digital input response time with NPN/PNP Source-Sinkcontrol adaptability. As a minimum, the drive shall provide at least threeprogrammable digital inputs for control of these typical inverter functions:a. On Fwd


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4LOW VOLTAGEVARIABLE FREQUENCY DRIVESb. Fault resetc. Direction4. As a minimum, the drive shall provide three digital outputs for signalindication of any one of these functions:a. Inverter runningb. Inverter frequency 0.0 hertz.c. Motor direction in reversed. Fault indication5. PC interface port with all required hardware and software for configurationand monitoring.6. Programmable acceleration/ deceleration, 0 s to 650s with Multi-curve,adjustable ramp smoothing.7. Flying restart.8. Automatic restart following power failure or fault.9. Fast current limit (FCL) for trip free operation.10. Provide the following short circuit and input protective features:a. Solid-state instantaneous over-current trip set at minimum 265 percent.b. Under voltage protection.c. Transient surge protection.d. Transistor over temperature and over current protection.e. Current limit circuit to automatically phase back output current andfrequency to prevent excessive currents from damaging motorinsulation (frequency output rollback).f. Microprocessor fault/memory chip error.g. DC bus over voltage trip.11. Provide the following output protective features:a. Inverse time motor overload protection, UL approved for motorprotection, (I squared T trip).b. Thermal sensor detection, thermistor or thermostat for motorovertemperature.c. Protection against opening or shorting of motor leads.d. Critical frequency avoidance circuit. Minimum three (3) set pointsselective from 0 to maximum frequency. Bandwidth of set points to beadjustable.16175-54-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-416175-64-3-2014LOW VOLTAGEVARIABLE FREQUENCY DRIVES12. RS485 communications interface is to provide monitoring and setting of alloperating and fault parameters within the VFD. In addition, the RS485interface shall be capable of monitoring digital input status of the VFD whileproviding direct access to the relay outputs and the analog outputs of thedrive.13. The following conditions shall cause an orderly drive shutdown and lockout:a. Overcurrent at start-upb. Instantaneous over currentc. Over temperature of VFD or external faultd. Motor over temperaturee. Ground fault in motor output circuitf. Over voltage during shut downg. Motor I squared T trip14. The drive shall record and display the last four (4) faults that occurred in thedrive. The drive shall also display the last warning message experienced bythe inverter.15. The drive shall provide two 0 to 20-milliamp analog output signalsproportional to the output frequency, output current, frequency setpoint,motor RPM, bus voltage.16. The drive shall have the capability to perform an automatic motor calibrationtest and adjust its internal settings automatically without any special tools orinstruments.17. The drive shall have the capability to be reset to factory conditions viaparameter change.2.02 Advanced Operator PanelA. Manufacturer and Model: Siemens Energy & Automation MicroMaster AOP; orapproved equal.B. The manufacturer of the VFD to provide digital keypad/display capable ofcontrolling the drive and setting the drive parameters. The digital display willhave a minimum of 4 line by 16-character LCD panel that is backlit for easyreadability. The LCD device for the VFD will be capable of bus master operationwith multiple AC drives of the same family. Broadcast messages shall bepossible. The operator panel shall have the capability to store up to 3 differentparameter sets. A minimum of 5 languages to include English as one of optionthat will be available in the device. The panel can normally display:1. Frequency in hertz.2. Drive status.3. Output voltage.4. Motor speed.


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4LOW VOLTAGEVARIABLE FREQUENCY DRIVES5. Output current.C. The digital keypad shall allow operators to enter exact numerical settings inEnglish engineering units. These parameters shall be adjustable for specificproject application requirements on site. All setup operations and adjustmentswill be digital, stored in non-volatile (EEPROM) memory. As a standard feature,these variables shall be protected from unauthorized tampering, revision, oradjustment by password code. The digital keyboard shall have six keys toprovide easy programming of the drive. These keys shall include:D. Up and down arrow keys to increase or decrease output frequency or datavalues.1. Run and stop keys for starting and stopping in the manual mode.2. Program key to enter the program mode and adjust parameters.3. Programmable Maintenance Assist Application4. Protocol Assist ApplicationE. Include Operator Panel Door Mounting Kit if door mounting is specified.2.03 Profibus Networking InterfaceA. Profibus-DP Network Communication Module to be mounted on front of VFD.2.04 Programming InterfaceA. PC connection kit with drive module and communication cable to be provided.PART 3 E X E C U T I O N3.01 INSTALLATIONA. Verify that mounting surface is suitable for controller installation.B. Do not install controller until building environment can be maintained within theservice conditions required by the manufacturer.3.02 RELATED INSTALLATION REQUIREMENTSA. Inspect completed installation for physical damage, proper alignment,anchorage, and grounding.B. The manufacturer shall have the capability and personnel to assist in the startup,training, service and maintenance of the equipment.C. Provide bypass contactor to perform emergency operation when drive is notfunctional.END OF SECTION16175-74-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL IDENTIFICATIONSection 16195ELECTRICAL IDENTIFICATIONPART 1 G E N E R A L1.01 SECTION INCLUDESA. Specification for electrical identification including:1. Nameplates and labels2. Wire and cable markers3. Conduit markers4. Cable tray markers5. Underground warning tape6. Warning labels1.02 REFERENCESA. American National Standards Institute/National Fire Protection Association(ANSI/NFPA)1. No. 70 - National Electrical Code (NEC)a. Article 110 - Requirements for Electrical Installationb. Article 430 - Transformers and Transformer VaultsB. City of Houston Building CodeC. Other applicable Codes and Standards as referenced in other Sections.D. Underwriters Laboratories. U.L. Standards No. 224 - Extruded Insulated Tubing1.03 SUBMITTALSA. Submit the following under the provisions of Section 01330 Submittal Procedure:1. Manufacturer's cut sheets and catalog data2. Description of materials used3. Label or nameplate dimensions4. Engraving or imprint legends5. Instruction for handling and storage6. Installation instructions1.04 DELIVERY, STORAGE AND HANDLINGA. Pack materials to permit ease of handling and to provide protection fromdamage during shipping, handling and storage.16195-14-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL IDENTIFICATION1.05 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 ACCEPTABLE MANUFACTURERSA. Almetek Industries IncorporatedB. Brady U.S.A. IncorporatedC. Ideal Electric CompanyD. Raychem CorporatioE. 3M Electrical Products DivisionF. Thomas & BettsG. Tyton Corporation2.02 MATERIALS AND EQUIPMENTA. Nameplates and Labels1. Provide an identification tag for each item of electrical and instrumentationequipment showing its item number and service or application. Use thedescription shown on the electrical Drawings.2. For nameplates, use 3-ply phenolic material engraved to show black letteringon a white background. Size the nameplates approximately 1 inch wide and3 inches long for 3 lines of 3/16 inch - 16 letters with a 0.8 condensed factor.3. Generally, provide large pieces of equipment with engraved nameplates;provide additional nameplates at pushbuttons and other local devices; asdetailed. Provide identification for all other electrical and instrumentationequipment, devices, or enclosures, such as MCC’s, panelboards, disconnectswitches, capacitors, relays, and dedicated receptacles not furnished withreadily noticeable tag, nameplates, or other means of identification.4. Install nameplates on the front cover of transformers stating the transformerservice location number or identification number, the panelboard or deviceserved, and main breaker feeding the transformer (MCC No. andcompartment), and the drawing number on which the transformer schematicis shown.5. Furnish equipment, such as motor starters, safety switches, weldingreceptacles and circuit breakers, with 1" x 3" plastic nameplates statingdescription of item served.6. Provide nameplates for motors giving the driven equipment description, theservice location number, and the MCC number with compartment numberwhen applicable. Nameplates will normally be mounted adjacent to themotor at the motor pushbutton when one is furnished.16195-24-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL IDENTIFICATION7. Install nameplates on the outside and inside of doors to circuit breakerpanelboards (i.e., lighting, instrument or receptacle panels).State the panelboard name, the drawing number on which the panelboardschedule shows, and the main breaker feeding the panel (MCC No. andcompartment).8. Type panelboard directories and insert them inside the panelboard doors.9. Place a large nameplate no less than 3"x5" on control panels, relay panels,junction boxes, or enclosures with electrical devices mounted inside or onthe outside of the enclosure indicating the purpose of the cabinet.10. Provide a nameplate on MCC motor starter doors duplicating motornameplate data.B. Wire and Cable Markers1. Use pre-printed tubular heat-shrink type wire and cable markers at each endof all conductors.2. Select markers manufactured so that the heat-shrink process makes theimprint permanent and solvent-resistant.3. Use markers that are self-extinguishing, conforming to U.L. Standard No.224 for print performance, heat shock, and flammability.4. Provide marker material that is flexible, radiation cross-linked polyolefin with3 to 1 shrink ratio, rated 600 volts, and white in color.C. Conduit Markers1. Provide conduit markers made of stainless steel tags approximately 2 inchesx 1 inch x 19 gage.2. Stamp the caption on the tag and have it black filled.3. Punch tags for tie fasteners. Fasten tags to the conduits with stainless steelbraided wire.D. Cable Tray Markers1. For high visibility and contrast, use cable tray markers that are yellow withblack legend.2. Use markers made of vinyl impregnated cloth, suitable for exposure tocorrosive, wet, and abrasive environment.3. Make markers of pre-cut individual letters or numbers with pressure sensitiveadhesive backing.4. Size legend characters to 4 inches high on a total marker height ofapproximately 5 inches, suitable for applying to 6-inch side rails of a cabletray.16195-34-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL IDENTIFICATIONE. Underground Warning Tape1. Provide warning tape made of 4 mil thick polyolefin film, 3 inches wide,suitable for direct burial and resistant to alkalis, acids, and other common soilsubstances.2. Use red tape with black legend printed in permanent ink.F. Warning Labels1. Place OSHA safety labels on enclosures and boxes 100 cubic inches ormore containing electrical equipment or terminations.2. Provide OSHA color codes for the labels. Use labels made from 4 mil vinylwith pressure sensitive adhesive backing.3. The warning label caption is DANGER - 480 VOLTS or as indicated on thedrawings4. Size labels either 5 inches x 3-1/2 inches or 10 inches x 7 inches, asindicated on the Drawings.PART 3 E X E C U T I O N3.01 PREPARATIONA. Degrease and clean surfaces where adhesive labels will be applied.B. Drill holes for nameplates to be fastened with stainless screws.C. Prepare the cable ends for termination and conductor markings.D. Identify conduits at terminating points and select tags accordingly.3.02 INSTALLATIONA. Install nameplates and labels in accordance with the manufacturer's instructionsand the Drawings.B. Apply wire and cable markers in accordance with manufacturer's instructionsusing a heat gun with properly sized nozzle for the application. Tag the wires atboth ends with the same notation.C. Tag conduits at junction boxes, pull boxes, and at other termination points.D. Identify cable trays at the time of installation with the alphanumeric numbershown on the Drawings. Label cable trays on the outside rail. Place the trayidentifier at each point where the tray designation changes and at 200 footintervals in between, but not less than two per run.E. Identify underground conduits, cables, or duct banks using the undergroundwarning tape. The underground grounding grid, including the laterals. Also useunderground warning tape. Install one tape per trench at 12 inches below gradeor as indicated on the Drawings. For wide trenches or duct banks, install onewarning tape per 24 inch width.16195-44-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL IDENTIFICATIONF. Apply the 5 inches by 3-1/2 inches warning labels to disconnect switches,panelboards, terminal boxes, and similar devices in accordance withmanufacturer's instruction and the Drawings. Apply the 10 inches x 7 incheswarning labels to larger control panel enclosures, motor control centers, and toentrance doors to buildings containing electrical power and control equipment.END OF SECTION16195-54-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4UNDERGROUND DUCTBANKSSection 16402UNDERGROUND DUCTBANKSPART 1 G E N E R A L1.01 SECTION INCLUDESA. Underground electrical duct banks.1.02 REFERENCESA. National Fire Protection Association (NFPA): No. 70 - National Electrical Code(NEC) Appendix B.1.03 SUBMITTALSA. Catalog cut sheets of the ducts and spacers.1.04 DELIVERY, STORAGE AND HANDLINGA. Have duct spacers and associated hardware packed and crated to avoiddamage during shipment and handling.B. Clearly mark packages or crates stating that the material is for electrical ductbanks only.1.05 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.PART 2 P R O D U C T S2.01 ACCEPTABLE MANUFACTURERSA. Thomas and Betts.B. Underground Devices Inc.C. Walker Division, Butler Manufacturing Company.2.02 MATERIALS AND EQUIPMENTA. Conduit. Construct ducts using schedule 80 rigid PVC conduit. Refer toSection 16111 - Conduit, Fittings and Bodies.B. Spacers. Secure conduit with non-magnetic, universal, interlocking-typespacers for both horizontal and vertical duct arrangements.C. Concrete. Use steel reinforced, red concrete as duct encasement. Refer toSection 03100 Concrete Formwork.16402-14-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4UNDERGROUND DUCTBANKSPART 3 E X E C U T I O N3.01 PREPARATIONA. Verify from Drawings and field survey that the location of ductbanks does notinterfere with any existing or new underground facilities.B. Verify that materials are on site in proper condition and that sufficient quantityis on hand for the work.C. Verify that trenches are in the correct places and prepared with sufficient depthand width to accommodate the duct banks, reinforcing rod, and concrete.D. Be prepared for inspection of the duct banks before reinforcing rod is installed.E. Before pouring concrete, verify that the ducts are free of debris and properlyinstalled in the support and spacer systems and that the ducts are properlyfitted together and firmly held in place by the hold down hardware.F. Provide 24-hour notice to <strong>Project</strong> Manager, Wastewater Inspectors and theLocal Code Inspector for cover-up inspection before pouring electrical conduitductbanks.3.02 INSTALLATIONA. Use the size and types of conduit as indicated on the Drawings for the variousduct banks required for the project.B. Make duct bank installations and penetrations through foundation wallswatertight.C. Assemble duct banks using non-magnetic saddles, spacers and separators.Position separators to provide 2-inch minimum concrete separation betweenthe outer surfaces of the conduits.D. Provide a 3-inch minimum concrete covering on both sides, top and bottom ofconcrete envelopes around conduits. Add red dye at the rate of 10 pounds percubic yard to concrete used for envelopes for easy identification duringsubsequent excavation.E. Firmly fix ducts in place during pouring of concrete. Carefully spade andvibrate the concrete to ensure filling of spaces between ducts.F. Make bends with sweeps of radius not less than 6 times the smallest diameterof the raceway.G. Make a transition from non-metallic to pvc-coated metallic rigid conduit whereduct banks enter structures or turn upward for continuation above grade.H. Make bends of 30 degrees or more using rigid galvanized steel.I. Reinforce duct banks throughout, where indicated on the Drawings.1. Unless otherwise noted on the Drawings, reinforce with No. 5 longitudinalsteel bars placed at each corner and along each face at a maximum16402-24-3-2014


E. Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPsWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4UNDERGROUND DUCTBANKSparallel spacing of 12 inches on centers, and No. 5 tie-bars transverselyplaced at 18-inch maximum longitudinal intervals.2. Maintain a maximum clearance of 2 inches from bars to the edge of theconcrete encasement.J. Where ducts enter structures such as handholes, manholes, pullboxes, orbuildings, terminate the ducts in suitable end bells, insulated L-bushings,Meyers hubs or couplings on steel conduits.Tag conduit entering pull boxes with stamped, stainless steel tags. Identify asdesignated in cable and conduit schedule.K. Do not backfill with material containing large rock, paving materials, cinders,large or sharply angular substances, corrosive material, or other materialswhich can damage or contribute to corrosion of ducts or prevent adequatecompaction of fill.L. Install a bare stranded copper duct bank ground in each duct bank envelope.Make ground electrically continuous throughout the entire duct bank system.Connect ground to switchgear and MCC ground buses and to steel conduitextensions of the underground duct system.M. After completion of the duct bank and prior to pulling cable, pull a mandrel, notless than 12 inches long and with a cross section approximately one-fourthinch less than the inside cross section of the duct, through each duct. Thenpull a rag swab or sponge through to remove any particles of earth, sand orgravel that may have been left in the duct. Repull the rag or sponge swab untilthe swab emerges clean.N. Use hemp rope to pull conductors into PVC conduit. Do not use nylon or wirecable for this purpose.O. Install a warning ribbon approximately 12 inches below finished grade overunderground duct banks. Refer to Section 16195 - Electrical Identification.P. For manholes and pull boxes below grade, install wire racks to support cablesproperly around the perimeter and keep them dry.Q. For manholes and pull boxes below grade, construct a french drain, or otherdrainage as detailed on the Drawings.END OF SECTION16402-34-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL VALVEACTUATORSSection 16944ELECTRICAL VALVE ACTUATORSPART 1 G E N E R A L1.00 CONDITIONSA. Contractor shall contact local Factory Representative to verify all equipmentpurchased conforms to the requirements of this project. Failure to do so mayresult in equipment removal and replacement at Contractor’s expense.1.01 SECTION INCLUDESA. This section provides for furnishing and installing electric actuators for MotorOperated Stem Sluice Gate Valve.1.02 SUBMITTALSA. Submit all products covered under this section for Engineer’s approval.B. Where submittals for a particular equipment, device or material item vary fromthat specified or shown on plan drawings, and where that item is notspecifically noted as acceptable and, where installation of submitted itemresults in improper or undesirable operation of the system, Contractor shall beliable for removal and/or replacement of that item with the item specified orshown on plan drawings at no additional cost to Owner.C. With each submittal, include a copy of the applicable specification(s) page(s)for the item submitted and mark “Complies” or “Non-Compliance” or“Exception” adjacent to the applicable paragraph. Identify applicable drawingsheet number and specification section on front of each submittal cover.D. Provide calculations that show electric actuator can provide the necessarytorque required to operate the related valve under normal operatingconditions. Coordinate torque requirements with valve vendor.1.03 ACCEPTABLE MANUFACTURERSA. Provide electric actuators as manufactured by EIM Company; Missouri City,Texas, or pre-approved equal.1.04 MEASUREMENT AND PAYMENTA. No separate payment will be made for work performed under this Section.Include payment in lump sum bid for work of which this is a component part.16944-14-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL VALVEACTUATORSPART 2 P R O D U C T S2.01 GENERALA. Electric actuator shall include the electric motor, integrated motor circuitbreaker, reduction gearing, valve stem drive nut/bushing, position limitswitches, mechanical overload torque switches, ductile iron gear case andautomatic declutchable handwheel.2.02 GEARS:A. Motor speed reduction shall be by means of a gear train consisting ofhardened steel spur gears and self-locking worm and worm gear set. Theworm shall be heat treated alloy steel and have worm threaded surface rolledor ground. The worm gear shall be bronze. Non-metallic gears in the powertrain are not acceptable.2.03 ROTATING COMPONENTS:A. All gearing and shafting shall be supported on anti-friction bearings. All thrustcomponents shall be supported by use of tapered roller bearings.2.04 HANDWHEEL DRIVE:A. The actuator shall be furnished with a handwheel located in a 90 degreeplane from the actuator output drive, with a maximum rim pull requirement of60 pounds for valve travel loads. An external manual declutch lever shall beincluded to place actuator in the manual mode. The level shall not requiremore than a 10 pound force to engage even when the valve has been tightlyseated. The lever is to be padlockable in either handwheel or motor mode.Operation by motor shall not cause the handwheel to rotate, or operation ofthe handwheel shall not cause the motor to rotate. Handwheel shall operatein the clockwise direction to close.2.05 LUBRICATION:A. All gearing and bearings shall be grease lubricated and suitable for yearroundservice based on prevailing ambient temperature conditions.2.06 ELECTRIC MOTORS:A. Electric motors shall be specifically designed for valve actuator service, andshall be totally enclosed, non-ventilated. The enclosure shall meet NEMA 4Xrequirements.Motor shall be suitable for 460V, 3 phase, 60 Hz power and shall be capableof operating the valve from full open to full close and vice versa inapproximately 12”/minute under maximum specified loads when the voltageto the motor is +/- 10% of nominal voltage. Motor shall have a Class Finsulation with thermal overload sensors imbedded in the motor windings.16944-24-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL VALVEACTUATORS2.07 LIMIT SWITCHES:A. Limit switches shall be geared to the drive mechanism and in step with actualvalve position at all times, whether operation is in power or manual mode.Switches shall be activated by a rotor type design. Contacts shall be silverand have a rating of 10 amps at 120 VAC, a minimum of (3) N.O. and (3) N.C.contacts shall be provided for each direction of travel. The limit switch gearmechanism shall be enclosed to prevent entrance of foreign matter or wireentanglement. Use of cams or screws to set switches, or designs requiringbattery back-up methods to ensure position control in the event of a powerfailure, are unacceptable.2.08 TORQUE SWITCHES:A. The actuator shall include an adjustable torque switch to interrupt the motorpower circuit when an obstruction is encountered in either direction of travelor when torque seating of valves is required for tight shut off. The torqueswitch shall have a calibrated dial for adjustment and have a means to ensuremaximum actuator rating is not exceeded. Contacts shall have the sameconstruction and rating as the limit switch. Mechanical torque springs for loadcontrol shall be field replaceable without need of actuator dismantling orremoval of the worn assembly. Torque control designs which do not employmechanical torque springs, are unacceptable.2.09 Electrical Controls:A. As a minimum, the actuator shall be furnished with power and control terminalstrips, an integrated circuit breaker for short circuit protection, space heater(25 watt), limit switches, and torque switches, all housed in a controlcompartment meeting NEMA 4X requirements. The rectangular enclosureshall have a bonded O-ring seal and a hinged cover. Cover bolting shall becaptive stainless hex head screws. Built in controls shall be integrated andbe of a modular type package, completely wired and shall be easily removedor replace as a complete package by removal of four (4) captive screws.Motor leads and power supply leads will be terminated to the terminal stripslocated on the modular control package. Power supply terminals (5 pointsminimum) and control supply terminals (48 points minimum) shall bephysically isolated from each other to protect against transient voltages.The terminal strips shall be completely shrouded with a high impact plastic toavoid accidental terminal contact by personnel.The module is to include a snubber circuit to provide control voltageprotection for switches and electronic modules from voltage surges. Allelectrical components of the modular package, such as reversing contactor,transformer, etc., shall be unidirectional plug connected to provide easyremoval and replacement without concerns for proper wiring connections.16944-34-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL VALVEACTUATORS2.10 OPEN – CLOSE SERVICE CONTROLS:A. Shall include as a minimum:1. Reversing Contactor Control voltage shall be 120 VAC, 60hz. N.O.Seal-in contacts for momentary contact push-button control and N.C.contacts for electrical interlocks shall be supplied. The contactor shallbe electrically and mechanically interlocked. It shall be completely wiredas an assembly, and plug connected to the modular package.2. Control Power Transformer The transformer assembly shall provide120, 18, and 12 VAC. It shall be epoxy impregnated and encapsulatedto prevent moisture incursion and shall be completely wired as anassembly, and plug connected to the modular package.2.11 PUSH-BUTTONS:A. Each actuator shall be supplied with open-stop-close push-buttons furnishedintegrally mounted. Push-buttons shall be double O-ring sealed and include aprotective silicon boot. Seal materials shall be resistant to ozone andultraviolet light. As integrally mounted push-buttons are specified, the designshall permit operation of the push-buttons when the electrical enclosure dooris open.2.12 INDICATING LIGHTS:A. The actuator shall include four 2 long life high intensity LED type pilot lights toindicate open, closed, and intermediate valve position (both lights on).2.13 SELECTOR SWITCH:A. The actuator shall include a 3-position selector switch, for local (hand) – off –remote (auto) control. The switch shall be padlockable in any position.2.14 GENERAL:A. All actuators shall be by the same manufacture, for control circuit consistency,ease of maintenance and availability, or stocking of spare or replacementparts.2.15 ACCEPTABLE VALVE ACTUATOR MANUFACTURERS:A. Shall be limited to the following:1. EIM Controls, Inc., Missouri City, TX.2. Pre-qualified equivalent.PART 3 E X E C U T I O N3.01 WARRANTYA. Contractor shall provide full 3-year service warranty on the overall installation,and shall include all labor and materials required to repair or replace16944-44-3-2014


E.Coli Compliance-Chlorination Systems forTurkey Creek, Westway, Kingwood West WWTPWBS No. R-<strong>000265</strong>-<strong>0076</strong>-4ELECTRICAL VALVEACTUATORSequipment and/or components that are defective or malfunctioning. Includedunder this warranty shall be all equipment, devices, hardware, and software.This warranty shall begin on date of written “Final Acceptance” of the electricalsystems and to be executed as required at no additional cost to the Owner.Contractor’s warranty shall also guarantee 24-hour service response time andshall provide labor, work, or materials as necessary to maintain plant operationwhen replacement parts are on order. In no case shall plant electrical systemsbe out of service for more than 24 hours from time Owner calls for warrantyservice. This shall be provided at no additional cost to the Owner. Allequipment and materials installed shall have full warranty from Manufacturerthat guarantees equipment is rated for harsh industrial electrical/mechanicalenvironment in which it is installed. Where Manufacturer’s products failprematurely, Manufacturer shall be fully responsible for new replacement andshall not have the option of declaring that failures where caused byenvironmental conditions and its effect on the product. Contractor is fullyresponsible for assuring that Product Manufacturers are aware of thiscondition and that warranty statement is included in shop drawing submittals.Failure to do so will be at the Contractor’s expense and at no additional cost tothe Owner.B. All critical warranted repairs shall be made within 24 hours of receipt ofrequired parts from Manufacturer with reasonable delivery time of overnightshipping. Any repairs not completed within 5 working days from date of noticeare subject to Owner making other arrangements for repair and back chargingContractor. This requirement is a condition of this contract.C. Where equipment or instrument problems remain unresolved by Contractorbeyond a reasonable time, a Factory Technician shall be provided on-site totake any corrective actions necessary to put equipment or instruments inoperating order. Owner and Engineer reserve the right to determine areasonable time for corrective action by Contractor.D. Factory service shall be available within 100 miles from project site.3.02 TRAININGA. The Contractor shall provide services of his Engineer or a factory trainedtechnician to instruct plant operating personnel for a minimum period of one(1) full day after completion of the contract work. Training requirements inspecific specification sections shall have precedence over requirements of thissection.END OF SECTION16944-54-3-2014

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!