North Texas Mail-CN 870730United State,.
North Texas
Mail Processi~g
Center & Veh,~cl(
Maintenance
Facility
United States
Postal Service
Facilities Service
Center
1407 Union Avenue
Memphis, TN 38166-0.310
USPS Proj. No. 3AA617
USPS Dwg. No, FSC-603
Project
Manual
B.P. One -
Site
August 1987
Henningson, Durham
Richardson Inc.
Centerra Company
Z
U.S. MAIL n'l
CONTRACT
DOCUMENTS
FOR
SITE WOe
FOR A NEW POSTAl
UNITED STATES PC
NORTH TEXAS MAIL PRe
INVITATION FOR BID
UNITED STATES POSTAL SERVICE
I~CI~IES SERVICE CENTER
MEMPHIS, TENNES~ 3~o-0320
FACILITY
LITIES
D ~PARTN~ENT
ST OFFICE
CESSING CENTER
O. ¢79984-87-A-D260
UNITED STATES POST OFFICE
NORTH TEXAS
MAIL PROCESSING CENT~ER
AND
VEHICLE MAINTENANCE FACILITY
B.P. ONE
EARL Y SITE PA CKA GE
AUGUST 1987
Henningson. Durham
& Richardson, Inc.
A Centerra Company
'~ A~ ~'qE~O A. ,~,t,~: r,.:
/ -.~,~
// CONSULTING ENGINEERS
5495 BELT LINE RD~ SII'rE 380- DALLAS, TX 75240 , (214') 233-1500
7G28
TABLE OF CONTENTS
DIVISION 0 - BIDDING REQUIREMENTS, CONTRACT FORMS,
AND CONDITIONS OF THE CONTRACT
INVITATION TO BID
INSTRUCTIONS TO BIDDERS
SUPPLEMENT TO BIDDERS
BID FORM
BID BOND
REPRESENTATIONS & CERTIFICATIONS
SPECIAL PROVISIONS, AUGUST 27, 1981
SUPPLEMENT TO SPECIAL PROVISIONS
PS FORM
PS FORM
PS FORM
PS FORM
PS F RM
'~S FORM
MINORITY BUSINESS ENTERPRISE SUBCONTRACTING PROG
FEDERAL EEOC CONTRACT SPECIFICATIONS
GENERAL PROVISIONS
SUPPLEMENT TO GENERAL PROVISIONS
GENERAL CONSTRUCTION CONTRACT
----PERFORMANCE BOND
--PAYMENT BOND
USPS LABOR PROVISIONS
WAGE RATES
PS FORM
PS FORM
PS FO~M
'~'-F6RM
-Ps F~RM
TX 87-36
00220
00440
DIVISION
01200
01310
01320
01340
01400
01700
01710
01720
DIVISION
02100
02150
02210
02221
02222
02270
02665
02720
02732
SOIL INVESTIGATION DATA
SUBSTITUTIONS
1 - GENERAL REQUIREMENTS
PROJECT MEETINGS
CONSTRUCTION SCHEDULES
PROGRESS REPORTS
SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND
INFORMATION
QUALITY CONTROL
PROJECT CLOSEOUT
CLEANING UP
PROJECT RECORD DOCUMENTS
2 - SITE WORK
SITE CLEARING
BORING & JACKING
SITE EXCAVATION AND ROUGH GRADING
TRENCHING, BACKFILLING AND COMPACTING FO}
UTILITIES
BUILDING EXCAVATION, FILLING, BACKFILLIN(
STABILIZING
SOIL EROSION AND SEDIMENT CONTROL
WATER DISTRIBUTION SYSTEM
STORM DRAINAGE SYSTEM
SANITARY SEWERS
387
389
389A
388
'324
'319B
{AM
7391
~390
~25A
322~
PROJECT
AND
TOC- 1
United States Post Office - North Texas G.M.F. & V.M.F.
U. S. POSTAL SERVICE l~ INVITATION NO.
INVITATION FOR BID 479984-~7-A-D260
(Construction Contract) i"-2. DATE ISSUED
[ August 3, 1987~
3. ISSUING OFFICE NAME AND ADDRESS 4. NAME AND LOCATION O~PROOECT
United States Postal Service NORTH TEXAS MAIL PROCESSING CENTER
Facilities Service Center UNITED STATES POST OFFICE
1407 Union Avenue .
Memphis, Tennessee 38166-0320
5. THIS INVITATION IS COMPRISED OF THIS FCRM AND THE FOLLOWING
x PS Form 7389, Instructions to Bidders i x PS Form 73~ General Proviston~
x PS Form 738~A~ Notice to Bidders x PS Form 731~B~ RepresentationsI& Certifications
x PS Form 7388, Bid Form x PS Form 731 ~C, RepresentationsI& Certifications
x PS Form 73~, Construction Contract x PS Form 7322-A, Labor S~nda~ ~rovisions
x PS Form 732¢~ Bid Bond x PS Form 7325 & 7325-A~ Pe~orma~ce & Payment Bonds
OTHER (Specify)
Department of Labor Wage Determination No. TX87-7
Special Provisions to the Invitation for Bid No. 4~9984-87-A-D260
Drawings and Specifications as indexed
Notice of Requirement for Affirmative Action to En~ure EEO
Standard Federal EEO Construction Contract Specifiqations
(Executive Order 11246) m
6. BIDS
Sealed bid, or hand delivered bids, in original and one copy, qor the work des-
cribed herein will be received at the bid depository located i~4th Floor, Conference
Room~ U.S. Postal Service~ Stemmon Center~ 7800 Stemmons~ Dalllas~ Tx.
until September 3, 1987 at 2:00 P.M. local time, and at t~at time publicly
opened. /
Bids sent either, Regular Mail, Special Delivery, or Express M~il should be
addressed as follows:
Mr. H.D. Sartain
U.S. Postal Service
7800 Stemmons
Dallas, Texas 75247
Your attention is invited to PS Form 7389, Instruction for Bidqers, paragraph 8,
Late Offers, Modifications, and Withdrawals, which applies to ~ll of the methods
of delivery described above.
Envelopes containing bids should be marked to show Bidder's Na~e, Address,
Invitation Number, date and time specified above for receipt oqbids.
(PS Form 7377 SEALED OFFER, has been provided for this purpose.I)
/. BIUUINE MAlaRIAL, BIU GUARANIEE AND BUNDS.
a. Two (2) sets of bidding documents are provided for your us~:
b. Bid Guarantee in the amount of 20% of the bid price is reqQired.
(PS Form 7324 is provided for this purpose.)
c. Payment and Performance Bonds will be required from the suqcessful Bidder.
(See attached Special Provisions) '
8. DESCRIPIION D~ WURK AND ESIIMAIEU EUSI RAN~ (Ir in excess Or~Zb,UUU)
"Work for the 75 acre site in Coppell, Texas is as described i~ the Contract
Documents which include specifications and drawings. Includedlin the description
of work in the Contract Documents for construction is site gra~ing, placement of
building select fill with lime slurry pressure injection, draipage and grading
work, storm sewer and sanitary sewer construction, domestic wa[er and f~re
hydrant construction as well as all other items needed to comp)y with the Contract
Documents." m
7387 CONTINUED ON REVERSE' *G['0-1975-650-434/1432
July 1974
3. D~SCRIP~ION OF WORK A;~O ESTIMATED COST RANGE (If in
excess of $25, J00) (Continued)
The estimated cost range is between $ 2~300~000 and $. 3.20,
Nothing in the above description is to be construed as to limit the
project drawings and specifications define the scope of work.
).0o0 _
~ork. The
NOTICE OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES
Bidders and offerors are cautioned as follows:
By signing this bid or offer, the bidder or offeror will be deemed qo have signed
and agreed to the provisions of the Certification of .Nonsegregated ~acilities of
this solicitation. The certification provides that the bidder or o~feror does not
maintain or provide for his employees facilities which are segregated on a basis of
race, creed, color, or national origin, whether such facilities arelsegregated by
directive or on a de facto basis. The certification also provides qhat he will not
maintain such segregated facilities. Failure of a bidder or offero~ to agree to
the Certification of Nonsegregated Facilities will render his bid o~ offer
nonresponsive to the terms of solicitations involving awards of contracts exceeding
$10,000 which are not exempt from the provisions of the Equal Opportunity clause.
iMPORTANT
U.S. POSTAL SERVICE
INSTRUCTIONS TO BIDDERS t READ CAREFULLY
(Construction Contract)
1. Explanations to Bidders. Any explanation desired by signed. If erasures or correction~ are made on the forms, each
a bidder regarding the meaning or interpretation of the invitation erasure or correction must be ir~itialed by the persons signing
:'or bids. drawings, specifications, etc., must be requested in writ- the bid. Unless specifically authorized in the invitation for bids,
ina and with sufficient time allowed for a reply to reach bidders telegraphic bids will not be considered. (b) The bid form may
before the submission of their bids. Any interpretation made will provide for submission of a pric~ or prices for one or more
be in the form of an amendment of the invitation for bids, draw- items, which may be lump sum[bids, alternate prices, scheduled
ings, specifications, etc., and will be furnished to all prospective items resulting in a bid on a unit of construction or a combin-
bidders. Its receipt by the bidder must be acknowledged in the ation thereof, etc. Where the bi{l form explicitly requ~res that
space provided on the Bid Form (PS Form 7388) or by letter or the bidder bid on alt items, faille to do so will disqualify the
telegram received before the time set for opening of bids. Oral bid. When submission of a pric~ on all items is not required,
explanations or instructions given before the award for the con- bidders should insert the word~"no bid" in the space provided
tract will not be binding, for any item on which no pricelis submitted. (c) Unless called
2. Conditions Affecting the Work. Bidders should visit for, alternate bids will not be 7nsidered.
the site and take such other steps as may be reasonably necessary 6. Subnu's 'saon of Bids. t(a) Bids and modificaUons there-
to ascertain the nature and location of the work, and the general of shall be enclosed in a sealed ~nvelope addressed to the office
and local conditions which can affect the work or the cost there- specified in the solicitations. T~e bidder shall show.t.he h. our and
of. Failure to do so will not relieve bidders from responsibility date specified in the solicitatio~ for receipt, the solicttation
for estimating properly the difficulty or cost of successfully per- number, and the name and ad4ress of the bidder on the face of
forming the work. The Postal Service will assume no responsi- the envelope. (b) Telegraphic 14ids wffi not be considered unless
bility for any understanding or representations concerning con- authorized by the solicitation. ~elegraphic modifications should
ditions made by any of its officers or agents prior to the exe- not reveal the amount of the o[iginal or the revised bid.
cution of the contract, unless included in the invitation for bids, 7. Modification or Witl[drawal of Bids. Bids already sub-
the specifications, or related documents, mitted may be modified or wiqhdrawn by written or telegraphic
3. Bidder's Qualifications. Before a bid is considered for notice, prepared as described i~ 6. above and received prior to
award, the bidder may be reques[ed by the Postal Service to sub- the exact hour and date specified for receipt of bids. A bid may
mit a statement regarding his previous experience in performing also be withdrawn in person b~ a bidder or his authorized repre-
comparable work, his business and technical organization, finan- sentafive, provided his identit~ is estabhshed and he signs a re-
cial resources, and plant available to be used in performing the ceipt, but only if the withdrav~al is made prior to the exact hour
work. and date set for receipt of bid1.
4. Bid Guarantee. Where a bid guarantee is required by ~ 8. Late Offers, Modificbtions, and Withdrawals. (a) Bids/
the invitation for bids, failure to furnish a bid guarantee in the an"d~odffications of bids or w~thdraw',ds thereof received at
proper form and amount, by the time set for opening of bids, office~signated in the solicit4tion after the exact hour ~date
may be cause for rejection of the bid. specified~r receipt will not b~ considered unless they..
ceived befot'L%~!ward is made a~d either: (i) they.we .~se.nt by
A bid guarantee shall be in the form of a firm commitment, registered or ce"~ied mail no~ later than the fift~.al~end, ar
such as a bid bond, postal.money order, certified check, cashier's prior to the date s~ified for ~eceipt (see par~gfa, ph..6 ab.o.,v.e,)~r_..
check, irrevocable letter of credit or, in accordance with Treasury Cfi) they were sent by"~ll (or[telegram ~ized) or (iii) th..ey,
Department regulations, certain bonds cr notes of the United were delivered by other Me(an~ to the ~ository pr~s~c__ribed
States. Bid guarantees, other than bid bonds, will be returned ~tio~and it is ~rm~~ting Ol.'fi.cer
(a) to unsuccessful bidders as soon as practicable after the open- ~dling afterre~!p.t
lng of bids, and {.b)to the successful bidder upon execution of ~~~bli, sh-
such further contractual documents and bonds as may be re- ~ a_le~.b. 3e' .°rigi~nal. ,
quired by the bid as accepted. ~'hK~f m..a!ling~._b_y..~,ostal
~apper_o~ the o~gi,na)
If the successful bidder, upon acceptance of his bid by the ~_ .f..re~l~..unde~(a) (ii)
Postal Service within the period specified therein for acceptance ~acih'ty on t.~.~ffer .....
(sixty days ff no peri°d is specified' fails t° execute such fur ther ~__m~!~;fi-
contractual documents, if any, and give such bond(s) as may be
i required by the terms of the bid as accepted within the time ~/r~ !
specil'icd (ten days if no period is specified) after receipt of the will be con red y
forms by him, his contract may be terminated for default. In
such event he shall be liable for any cost of procuring the work 9. Public Opemng o ids, Bids will be publicly opened
which exceeds the amount of his hid, and the bid guarantee shall at the time set for op~ning inI th(invitation for bids, Their con-
be available toward otTsetting such difference, If the contract is tent will be made public for ~be information of bidders and others
not so terminated, the period of delay in providing such bonds
may be deducted, at the Contracting Officer's sole discretion, interested, who may be pre nt either in person or by representa-
from the time otherwise provided after receipt of the notice to tire.
10. Award of Contract[ (a) Award of contract will be made
proceed to complete the work. to that responsible bidder w~ose bid, conforming to the invitation
fi, Preparation of Bids. (a) Bids shall be submitted on for bids, is most advantageot~s to the Postal Service, price and
the forms furnished, or copie~' thereof, and must be manually other factors considered. (b)IThe Postal Service may, when ~n its
] ~5 GPO-- 1975--650-493/2401
PS Form 7389
May 1975
interest, reject any or all bids ox waive any informality ox minor
kre§ularity in bids received. (c) The Postal Service may accept
any item ox combinalion of items of a bid, unless precluded by
th; invitation for bids or when the bidder includes in his bid a
stfictive iimitalion.
~he bidder whose bid is accepted
11. Contract and Bonds.
will, within the lime established in the bid, enter into a written
conUact with the Postal Service and, if requited, furnish perfor-
mance and payment bonds on ~ ostal Service forms in the amounts
indicated in the invitation for b ,ds of the specificat/ons.
OTHER iNSTRUCTIONS
12. PROTESTS: Protest shall be considered only when submitt~
with the procedures and time limitations set. forth in POSTAL
~,NUAL, Paragraph 2-407.8, which is quoted in part below:
"How to File a Protest. Any interested party may protest the
solicitation, the a~rard or the proposed award of any pr~curem,
other action related to the solicitation or award of a contra~
must be in ~'iting and may be filed with the Contracting 0ffi~
General Counsel. A protest must identify the solicitation or'
protested and set forth a complete statement of the alleged d
which make the solicitation terms, the award or proposed awar
WRITTEN PROTEST BASED UPON ALLEGED DEFICIENCIES IN A SOLICITA
APPARENT BEFORE THE DATE SET FOR RECEIPT OF OFFERS MUST BE RE
AND TIME SET FOR THE RECEIPT OF OFFERS. WRITTEN PROTESTS FOR
MUST BE RECEIVED NOT LATER THAN l0 WORKING DAYS AFTER THE INF
THEY ARE BASED IS KNOWN OR SHOULD HAVE BEEN KNOWN, WHICHEVER
PROVIDED THAT NO PROTEST WILL BE CONSIDERED IF RECEIVED MORE
DAYS AFTER AWARD OF THE CONTRACT IN QUESTION."
13. TELEGRAPH BID MODIFICATIONS: Telegraphic modifications
will be accepted if received prior to date and time specifie¢
Refer to Paragraphs 6 & 7, reverse side, and revised Paragra~
PS Form 7389. (You should show the amount of the change in
should not show the total amount of the original bid or the
revised bi d. )
~d in accordance
;ONTRACTING
terms of a
)nt contract, or
;t. A protest
:er or with the
contract
)fects or grounds
~ defective.
FION WHICH ARE
3EIVED BY THE DATE
OTHER REASONS
DRMATION ON WHICH
IS EARLIER:
'HAN 15 WORKING
)r withdrawals
for bid opening.
.h 8, Supplement to
.he bid, but you
:otal amount of the
14.
furnished to prospective bidders upon written request at
Such request or inquires concerning this invitation should b,
writing to:
Henningson Durham & Richardson, Inc.
12700 Hillcrest Road
Dallas, Texas 75230-2009
15.
Copies of this complete invitation and necessary bid dc :uments will be
$ ~0.00 per set.
~ submitted in
or telephone: Mr. Jeff Forrest (214) 980-0001
BIDS ARE TO BE RECEIVED IN Dallas~ Texas
(See block 6, PS Form 7387 for exact location of bid opening.
NO COLLECT CALLS)
)
SUPPLF~ENT TO PS FORM 7389 (May 197!i)
(INSTRUCTIONS TO BIDDERS)
DELETE the existing Item 8 and substitute the
.LATE OFFERS, HODIFICATIONS, AND %rlTHDRA~;ALS (JUNE 1981)
(a) Offers and modifications of offers or withdrawals
thereof received at the office designated in the solicitatic
slier the exact hour and date speci/ied for receipt will
not be considered unless they are received before
is made and, except for vir. hdravals under negotiated solici-
tations, either:
(i) they were sent by registered or certified
mil not later than the fifth calendar day prior to ths
date specified for receipt,
(ii) they were sent by Express Mail service
(pos~ office to addressee) not later than the second calen-
dar day (excluding Saturdays, Sundays, and Federal Holidays)
prior to the date specified for receipt, or
(iii) they were sent by mail (or telegram if
authorized), or delivered by other means to the precise
depository prescribed in the solicitation, and it is deter-
mined by the Head of Procuring Activity that the late re-
ceipt was due solely to mishandling after receipt by thc
office designated to receive offers.
(b)- The only acceptable evidence to establish --
'(i) the dace of mailing under (a)(i) above is
a legible, o[iginal postmark supplied and affixed on the
date of maiiin~, by Postal Service employees on the offer
wrapper or on the original receipt given therefor,
(ii) the date of mailing under (a)(ii) above
is the date entered on the Express Mail label by' the post
office receiving clerk, or
(iii) the time of receipt under (a)(iii) above
is the imediate stamp of such facility on the offer wrap-
per 0r other contemporary, documentary evidence of receip
maintained by the facility.
(c) Notwithstanding the above, a modification of
an otherwise successful offer which makes its terms more
favorable co the Postal Service will be considered at any
~ime i~ is recaived and may be mccepced.
(d) If this solicitation is negotiated, consideratioc
also will be ~iven to:
(i) the only offer received,
(ii) normal offer revisions by offerors selec[e~
for discussion, received before the negotiatio~ cut
time established by the Contractin$ Officer, and
(iii) offers and modifications of offers receive~
before award when determined by the Head of Procuring Activ-
ity to contain an overriding cost or ~echnical benefit
to the Postal Service.
NOTE: When submitting offers, modifications of offers, or ~
of offers via Express Mail Service, use Label llB-EX[
SERVICE - POST OFFICE TO ADDRESSEE.
Llowing:
thdrawals
'RESS MAIL
U.S. POSTAL SERVICE
NOTICE TO BIDDER
(Construction Contract)
I iMPORTANT
RE D CAREFULLY
To insure the submission of complete bids and to avoid omissions that could result in ym
responsive, please check each of the following:
1. Have you rechecked your estimate? Are all items and amounts included?
Is bid amount entered in proper space provided on the PS Form 7388, Bid F{
Contract)?
Have you completed all Alternates, Separate Prices and Unit Prices (if any),
7388, Bid Form?
4. Have you acknowledged, on the PS Form 7388, Bid Form, receipt of all ame:
o
10.
Have you properly completed and checked the appropriate box of each biddl
and certification on the PS Form 7319-B, Representations and Certifications
Does your bid guarantee conform to the requirements of PS Form 7387, Invi
and PS Form 7389, Instruction to Bidders?
Have you read the clause "Termination for Default - Damages for Delay - 1
PS Form 7391, General Provision (Construction Contract), on delays and dm
Submission and acceptance of your bid commits you to complete your contt
time specified. The contract may provide for assessment of liquidated dama
day's delay beyond the contract time, if a time extension is not granted.
Have you read the "Equal Opportunity Clause", PS Form 7391 and do you
your obligations regarding this requirement?
Have you familiarized yourself with the applicable contracting provisions co
of Small Business and Minority Enterprise Concerns and the participation of
Labor Surplus Areas?
Have you familiarized yourself with the regulations issued by the Secretary c
to section 107 of the Contract Work Hours and Safety Standards Act, entitk
Health Regulations for Construction", (29 Code of Federal Regulations, Par~
in 36 Federal Register 7340, April 17, 19717
CAUTION - LATE BIDS - See PS Form 7389, Instruction to Bidders, clau
Bids and Modifications or Withdrawals".
~r bid being non-
~rm (Construction []
~n the PS Form []
~dments? []
~r representation []
:ation for Bids []
'ime Extensions",
aages?
act within the
;es for each
uily understand []
ering Participation []
;uch concerns in
Labor pursuant
t: "Safety and
1518) published
;e entitled "Late []
PS Form 7389-A
July 1974
U.S. POSTAL SERVICE
BID FORM
(Construction Contract)
· THIS FORM TO BE COMPLETED BY BIDDER
:3. BIDDERS NAME AND ADDRESS
TELEPHONE NO.:
5. ISSUING OFFICE NAME AND ADDRESS
United States Postal Service~
Facilities Service Center
1407 Union Avenue
Memphis,~ Tennessee 38166-0320
1. INVIT$
47998,
2. DATE I
4. NAME AND LOCATIO~
~IORTH TEXAS MAIL I
UN[TED STATES POS
6. SUBMIT BIDSTO
~.~ CAUTION: Bids should not be qualified by exceptions to bidding condition~
7. BID
SEE BLOCK 6, PS FORM 7387
PS Form 7388
e
e
The undersigned proposes to perform all work included in the above-dated Invitation Fc
the Invitation, General Provisions (PS Form 739 I), specifications, schedules, drawings a~
shown below:
TOTAL BID: (In Word,)
8. DETAILED PRICES (Enter detailed prices below, clearly identil'ying work to which price, apply
UNIT PRICE SCHEDULE
Bids are requested on the following "Unit Price SchedL
Division 2 of the technical specifications.
Failure to submit unit prices shall not be cause for r
Bids will be evaluated soley on the lump sum price ent
above. U. S. Postal Service reserves the right to rej
prices submitted and negotiate for satisfactory prices
rejection of unit prices will be made at the time of c
For price adjustment purposes under the contract claus
"Changes," (PS Form 7391, page 2), the following unit
requested. These prices shall include all materials,
profit, etc.:
Additional earth excavation in accordance with Sec
.... 0 to 100 cu. yds. per
.... over 100 cu. yds. per
Additional fill in accordance with Sections 02210,
.... 0 to 100 cu. yds. per
.... over lO0 cu. yds. per
Extention of maintenance period for building pad a
per month.
,TION NO.
~-87-A-D260
SUED
3, 1987
I OF PROJECT
~ROCESSING CENTER
OFFICE
~IITTED
r Bid in strict compliance with
~d conditions for the amount/s
$
e" relative to
.~jection of bid.
ered in Item 7
ect any or all unit
· Acceptance or
ontract award. .
e entitled
)rices are
abor, overhead
:ions 02210, 02222
cubic yard
cubic yard
02222
cubic yard
cubic yard
Fter March 1, 1988,
DATE SUB
B. DETAILED PRICES (Continued)
The undersigned agrees that, upon written acceptance of this bid, mailed or otherwise furnished
days after the date of opening of bids, he v :I1 within 10 calendar days
after receipt of the prescribed forms, execute Form 7390, Construction Contract, and give peril
bonds on Postal Service forms with good and sufficient surety.
The undersigned agrees, if awarded the contract, that he will commence the work within '10
the date of receipt of notice to proceed, and to complete the work within 180 calendar day
ceipt of notice to proceed.
10.
11.
12.
RECEIPT OF AMENDMENTS
The undersigned acknowledges receipt of the following amendments of the invitation for bi
specifications, etc. (Give number and date o£ each}:
BID GUARANTEE
ENCLOSED IS BID GUARAHT~E IN THE AMOUN~ OF $
CONS
13.
The representations and certifications on the accompanying Form 731~B are made part o
NAME AND ADDRESS OF BIDDER -- 14. FULL NAME OF ALL PAF
IS NOT INCORF
within 45 calendar
~rmance and payment
~calendar days after
after tho date of re-
ds, drawings, and/or
lNG 0 F: (Describe)
~ this bid.
TNERS IF BIDDER
ORATED
1~. AUTHORIZED SIGNATURE 15b. TYPED NAME AND TITLE
~ GPO-- 1975--650-493/1475
DATE bO~D EXECUTED (~fu. sZ not be l~ter
BID BOND t~=~ bi~ o~e~,~
t~c(' /n.~tructir~n.~ on [cvcr~c.l
p~INCI~A~ ( ~e~a/ name and ~usiness ad,ess) TYPE O~ ORG~IZATIO~ ("X" one)
, ~VENTURE ~ L~ CORPORATION
STATE OF INCORPORATION
I
PENAL SO~ OF ~ON~ ~ID IOENT[~[~ATION
-- AMOUNT NOT TO EX.ED BI~ DATE INVITATION NO
~;~: T ~, ~L,ON(., T.OUSAND( ,, HUNDRED( S~ CENTS
pRICE ~ FOR (Cons~rucZ~o. Sup-
pltc~ or Se~ces~
~OW ALL MEN BY THESE PRESENTS, That we ~e Princip~ and Surety(les) hereto, are firmly bound to the United States
Postal Se~ice (hereinafter called the Post~ Se~ice) in the abov~ penal sum for ~e payment of w~ich we bind ourselves, our heirs,
executors, administrators, and successors, jointly ~d severall): ~ov~ed. ~at, where the Sureties are corporations acting as
co-sureties, we, the Sureties, bind ourselves [n such sum '~oinflv ~d severally" as well ~ "seVerally" only for
allowing a joint action or actions against any or all of us, and for all o~er purposes each Surety[binds itself, jointly and severa~y
with the Principal, f~ the payment of such sum only as is set for~ opposite ~e n~e of such Surety, but if no lbmt of liab~ity
indicated, the limit of liability ~all be the full amount of the penal sum.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Princip~ has submitted theJ bid idemified above;
NOW, THEREFORE, if the P~incipal, upon acceptance by th~ Postal Se~ices of his bid identified above, within the period
specified therein for acceptance (sixty (60) days if no period is specified), shall execute such further contractual documents, if any,
and give such bond(s) as may be requbed bv the terms of the bid as accepted within the time specified (ten (10) days ~ no period is
specified) after receipt of the forms by h~, or in the event of faQure so to execute such fu~he~ con[factual documents and give
such bonds, if the Principal shall pay the Postal Se~'ice for any cost of procuring the work whic~ exceeds the amount of his bid,
then the above obligation shall be void and of no effect.
Each Surety executing this instrument hereby agrees that its obligation shall not be impaled by jany extension(s) of the time for
acceptance of the bid that the Principal'may grant to the Postal Se~ice, notice of which ex~egsion(s) to the Surety(les) being
hereby waived; provided that such waiver of notice shall apply only with respect to extensions agg~gatmg not more than smty (60)
calendar days in addition to the period originally allowed for acceptance of the bid.
IN WITNESS WHEREOF, the Principal and Surety(les) have executed this bid bond and have a~fixed the~ seals on the date set
forth above. 1
PRINCIPAL
~ 2
[Se~l) ~ (Seal)
Name(s] & 1 2
Title(s)
(T) ped) I
INDIVIDUAL SURETIES
Name(s] ~ 2.
CTyoed]
I
~ORPORATE ~UR~TY(IES)
< I ~ Corpora te
~ T
PS Form 7324
July 1971
I
/
CORPORATE SURETY(lES) (Continued)
Address
~- 1. 2. Corporate
~ Signature(s) Seal
~ Name(s) & 1 2.
Title(s)
(Typed)
Address
>- 1. 2. Corporate
~ Signature(s) Seal
~)~ Name(s) & 1.
Title(s),
(Typed)
Name &
r~ Address
>- 1. 2. Corporate
L~ Signature(s) Seal
~ Name(s) & 1.
Title(s)
(Typed)
STATE OF INC. I LIAmUTY
Name &
LU Address
~' 1. 2. Corporate
~ Signature(s) Seal
~ Name(s) & 1. 2.
Title(s)
(Typed)
STATE OF INC. LIABILITY
Name &
u. Address
~- I. 2. Corporate
~ Signature{s) Seal
~ Name(s) & 1. 2.
Title(s}
( T~'ped~
Name &
0 Address
~. 1. 2. Corporate
~ Signature(s) Seal
u~ Name(s) & I. 2.
Title(s)
(Typed)
INSTRUCTIONS
1. This form is authorized for use whenever a bid guaranty is
required in connection with construction work or the furnishing of
supplies or services. There shall be no deviation from this form without
prior approval in accordance with the provisions of Postal Contracting
Manual 1-109.
2. The full legal name and business address of the Principal shall he
inserted in the space designated "Principal" on the face of this form.
The bond shall be signed by an authorized person. Where such person is
signing in a representative capacity (e.g., an attorney-in-fact), but is not
a member of the lr~rm, partnership, or joint venture, or an officer of the
corporation involved, evidence of his authority must be furnished.
3. The penal sum of the bond may be expressed as a percentage of
the bid price if desired. In such cases, a maximum dollar limitation may
be stipulated (e.g., 20% of the bid price but the amount not to
exceed dollars).
4. (a) Corporations executing the bond as sureties must he among
those appearing on the Treasury Department's list of approved sureties
and must be acting within the Umil
than a single corporate surety is i
(city and State) shall be inserted in
headed "CORPORATE SURETY(
"SURETY(IES)" on the face of
of the Sureties shall be inserted.
(b) Where individual sureties e:~
more responsible persons. A coml~
(PS form 7328), for each individm
Such sureties may be required
information concerning their ass~
Postal Service may require.
$. Corporations executing the1
Individuals shall execute the bond
executed in Marne or New Hamps)
6. The name of each person si!
in the space provided.
tions set forth therein. Where more
avoived, their names and addresses
the spaces (Surety A, Surety B, etc.)
[ES)", and in the space designated
is form only the letter identification
ecule the bond, they shall be two or
[eted Affidavit of Individual Surety
surety, shall accompany the bond.
furnish additional substantiating
and t-mancial capability as the
ond shall affix their coq~oratc seals.
opposite thc word "Seal"; and, if
ire, shall also affix an adhesive seal.
~ing this bid bond should be typed
GPO 926-455
REPRESENTATIONS AND CERTIFICATIONS P~e l of
Name & Address 1(No., Street, City, State, & ZIP+4) USPS Solicitation No.
I Date of Offer
The offeror makes the following representations ~ certifications as a part o! the oft'er ide~ rifled abo~e.
[Check and complete all applicable boxes or blocks. The term 'offer' means b~ where the procurement is advertised,
and proposal where the proc, trement is negotiated.}
Instructions NOTE: Offers must set forth full, accurate, and complete information as require~ by this s~iicitation {including attach-
ments}. The penalty for making false statements in offers is prescribed in 18 U.S.~ 1001.
1.
Type Of The offeror operates as an [] individual, [] partnership, [-]joint venture, [-]corl~oration, or []a nonprofit organization
Or~nizalion incorporated in the State of ' I
2. R~ular {Check only for supply contracts where the offer exceeds $10,000.}
Dealer/ The offeror is a []re lar dealer in, []manufacturer of, the supplies offered.
Manufacturer
.I.
3. [A "parent company ' is a company which either owns or controls the activities and basic business policies of the
offeror. "To own" another company means the parent company owns more t~. n 50 percent of the voting rights in
that company. To control another company, ownership is not required, butte parent company formulates, deter.
mines, or vetoes basic business policy decisions of the controlled company. Thi~ control may be exercised through the
use of dominant minority voting rights, use of proxy voting, contractual arranger~ents, or otherwise.}
Is the offeror owned or controlled by a parent company? [] Yes Cl~o
If the answer is 'Yes', the offeror must complete parts a, b, & c. If the answer is ']~o' complete only part d.
Parmtt {The Offeror's Identification Number {ID No.) is defined as the Taxpayer lden~'fication No. used on Offeror's Quar-
Company terly Federal Tax Return, U.S. Treasury Form 941. For individuals and sole{proprietors, this numOer will be the
8i offeror's Social Security No.; for partnerships and corporations, this number w{ll be its Employer Identification No.}
Employer If a bidder fails to provide the information required by this section, one inquiryfwilIi be made in an effort to obtain the
ID Number
information.
a) Name of Parent Company b) Main Office Add~ess of Parent Co. [No., Street, City,
State, & zi~.4}t
c) Parent Co. ID No. d) Offeror's ID No.f
4.
The offeror hereby certifies that each end product, except any end products ~isted below, ia a domestic source end
product [as defined in the clause entitled "Buy American Act"} and that co~n~.nents of unknown origin have been
Buy American considered to have been mined, produced, or manufactured outside the Un/ted Slates.
Certificate
Excluded End Products Country of Originl
1
5.
[Check only if offer exceeds $10,000 in amount.)
The offeror [] has, [] has not, participated in a previous contract or subcontract subject to the Equal Opportumty
clause herein, the clause originally contained in Section 301 of Executave Orde[ No. 10925, or the clause contained m.
Equal
Section 201 of Executive Order No. 11114; the offeror [] has, [] has not, f'fl~d all required compliance reports; aha
Opportunity representations indicating submission of required complianc~, reports, slgne(~ by .pro.po. sed subc~ntrac!o, rs, w.ill b
obtained prior to subcontract awards. {The above representatton need not be ~ubmtttea m connection wttn contracts
which are exempt from the Equal Opportunity clause.} l
6.
[Check only if offer exceeds $50,000 and offeror has 50 employees or more.}
Equal The offeror represents that (a) the offeror [] has developed and has on file, ii-]has not developed and does not have
Oppo~uniW on file, at each establishment affirmative action programs as required by the r~les and regulations of the Secretary of
Affirmative Labor (41 CFR 60-1 and 60-2), or (b) the offeror []has not previously had co, n~racts subject to the written affirmative
Action action program requirement of the rules and regulations of the Secretary of LabOr.
{The above representation need not be submitted in connection with contra~ts which are exempt from the Equal
Program Opportunity clause.} 1
1
I Page I of
7.
(a) The offeror [] has, [] has not, employed or retained any company or perso~ (other than a full-time bona fide
employee working solely for the offeror) to solicit or secure this contract, and (b)] the offeror []has, ["}has not, paid
os agreed to pay any company or person (other than a full-time bona fide employee working solely for the offeror)
any fee, commission, percentage or brokerage fee, contingent upon or resulting fro~ the award of this contract. If the
Contingent offeror respons in the affirmative, the offeror must furnish, in duplicate, a completed PS Form 7319, Contractor's
Fee Statement of Contingent or Other Fees, and any other information as may be requested by the Contracting Officer.
If offeror has previously furnished a completed Form 7319 to the office issuing tl~is solicitation, he/she may accom-
pany the offer with a signed statement (a) indicating when such completed form. ~as previously furnished, (b) iden-
tifying by number the previous solicitation or contract, if any, in connection wit~ which such form was submitted,
and (c) representing that the statement in such form is applicable to this offer. {~or interpretation of the represen-
tation, including the term "bona fide employee," see Postal Contracting Manual, subTragraph 1-504.3.}
8.
{Applicable only if {i} the offer exceeds $100,000, or {ii} the offer is for an ind. e~nite quantity, and it indicates that
Clean Air orders for estimated quantities will exceed $1,000,000 in any year, or {iii} a facility Ito be used is listed on the EPA List
of Violating Facilities due to a criminal conviction, or fly} the contract is not otherwise exempt.}
& The offeror (a) certifies that any facility to be utilized in the performance on th~s proposed contract [] is, [] is not,
Water listed on the Environmental Protection Agency List of Fiolating Facilities as of th~ date of this offer, and (b) agrees
Certification to notify the Contracting Officer promptly if any communication is received f~om the Environmental Protection
Agency prior to contract award indicating that any such facility is under consideratiln for inclusion on the List.
9. (a) By submission of this offer, each offeror certifies, and in the case of a joi~t offer, each party thereto certifies
as to his/her own organization, that in connection with this procurement:
(1) The prices of this offer have been arrived at independently, withot~t consultation, communication, or
agreement, for the purpose of restricting competition, as to any matter relating t~ such prices with any other offeror
or with any competitor;
(2) Unless otherwise required by law, the prices set forth in this offer hate not been knowingly disclosed by
the offeror and will not knowingly be disclosed by the offeror, prior to opening, in the case of a bid, or prior to
award, in the case of a proposal, directly or indirectly to any other offeror or to a~y competitor; and
(3) No attempt has been made or will be made by the offeror to induce lany other person or firm to submit
or not to submit an offer for the purpose of restricting competition.
(b) Each person signing this offer certifies tha~:
Independent (1) He/she is the person in the offeror s organization responsible withinI that organization for the decision
~rice as to the prices being offered herein and has not participated, and will not participate, in any action contrary to
Determination (a) (1) through (a) (3) above; or
(2) (i) He/she is not the person in the offeror's organization responsi.b!~ within that organization for the
decision as to the prices being offered herein but has been authorized, in writing, to act as agent for the persons
responsible for such decision in certifying that such persons have not participated, and will not participate, in any
action contrary to (a) (1) through (a) (3) above, and as their agent does hereb~ so certify; and (ii) has not partici-
pated, and will not Oarticipate, in any action contrary to (a) (1) through (a) (3) a~ove.
(c) This certification is not applicat~le to a foreign ofteror auomitting an offe~ for a contract which requires per-
formance or delivery outside the United States, its possessions, and Puerto Rico. ]
(d) An offer will not be considered for award where (a) (1), (a) (3), or (b) alive, has been deleted or modified.
Where (a) (2) above has been deleted or modified, the offer will not be considere~t for award unless the offeror fur-
nishes with the offer a signed statement which sets forth in detail the circumstances of the disclosure and the head of
procuring activity determines that such disclosure was not made for the purpose of r~stricting competition.
1
~0. [Applicable to [1} contracts, {2} subcontracts, and [$} agreements with applications who are themselves performing
federally assisted construction contracts, exceeding $10,000 which are not exemp( from the provisions of the Equal
Opportunity clause. An offer will not be considered for award where this certifid~tion is applicable and it has been
deleted or modified.}
By the submission of this offer, the offeror, applicant, or subcontractor certifie~ that he/she does not maintain or
provide for his/her employees any segregated facilities at any of his/her establishments, and does not permit his/her
employees to perform their services at any location, under the offeror's control, ~here segregated facilities axe main-
tained. The offeror certifies further that he/she will not maintain or provide forI his/her employees any segregated
facilities at any of his/her establishments, and will not permit his/her employees t~ perform their services at any loca-
tion, under his/her control, where segregated facilities are maintained. The offeror,I applicant, or subcontractor agrees
Certification that a breach of this certification is a violation of the Equal Opportunity clause in ~his contract. As used in this certifi-
cation, the term "segregated facilities" means any waiting rooms, work areas, rest ~ooms and wash rooms, restaurants
O~ and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains,
Segregated recreation or entertaining areas, transportation, and housing facilities provided fqr employees which are segregated
Facilities by expUcit directive or are in fact segregated on the basis of race, color, religion, .~ national origin, because of habit,
local custom, or otherwise. The offeror agrees that (except where identical certi0cations have been obtained from
proposed subcontractors for specific time periods), the offeror will obtain identica} certifications from proposed sub-
contractors prior to the award of subcontracts exceeding $10,000 which are not ~xempt from the provisions of the
Equal Opportunity clause; will retain such certifications in his/her fries; and will f~rward the following notice to such
proposed subcontractors (except where the proposed subcontractors have submitte~ identical certifications for specific
Notice to Prospective time periods):
Subcontractors of
!
Requirement for A Certification on Nonsegregated Facilities must be submitted prior to the ~ward of a subcontract exceeding
Ce~alfication$ of $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted
Non~t'e~ted Facilities t~ ~ ' ' '
either for each subcontractor or for aH subcontrac, urmg a period (:.e., quarteriy, s~miannually, or annually).
!
PS Form 7319-B, April 1986 [Reverse} t U.S. Oo,,rnm.nt Printing O,,,ce: IllI---ISl-OOII/"~IlSl
Pa~e I of
~tts Po~r~. U.S. POSTAl SERVICE
~ REPRESENTATIONS AND CERTIFICATIONS
*' ...... *' (8usiness Data)
Name and Address of Offeror (No. and Street, Ape/Suite No., City, County, State and ZIP + 4) Solicitation or Order No.
Date of Offer or Order
The U.S. Postal Service is Cooperating With Other Agencies of the Federal Government in the Collecting of )ara Concerning Contract Awards.
The Offeror is Requested to Check the Appropriate Block(s) Contained on This Form.
NOTE: Offers MUST set forth full, accurate and complete information as required by this solicitation linclu ling attachment$). The penalty for
making false statements in offers is prescribed in 18 U.S.C. 1001. ,
Definitions
1. SMALL BUSINESS CONCERN. A small business
concern for the purposes of Postal Service procurement is a
concern, including its affiliates, which is independently
owned and operated, is not dominant in the field of opera-
tions in which it is submitting an offer, and is of a size
consistent with the standards set forth by SBA in CF R Part
121, or if no standard has been established, then of a size
employing not more than 500 employees. {Also see PCM
Section 1, Part ?.)
2. MINORITY BUSINESS ENTERPRISE. A minority
business enterprise is a concern of which at least 51 percent
is owned by, and of which the management and daily
business operations are controlled by, one or more mem-
bers of a minority group. (For the purpose of this defini-
tion, minority group members are United States citizens
who are black Americans, Hispanic Americans, Native
Americans, Asian-Pacific Americans, or Asian-Indian
Americans. "Native Americans" means American Indians,
Eskimos, Aleuts, or native Hawaiians. "Asian-Pacific
Americans" means those whose origins are in Japan, China,
the Philippines, Vietnam, Korea, Samoa, Guam, the U.S.
Trust Territories of the Pacific Islands, the Northern
Mariana Islands, Laos, Kampuchea, or Taiwan. "Asian-
Indian Americans" means those whose origins are in India,
Pakistan, or Bangladesh.)
3. WOMAN-OWNED BUSINESS. A woman-owned busi-
ness is a business which is at least 51 percent owned, con-
trolled, and operated by a woman or women. Controlled is
defined as excercising the power to make policy decisions.
Operated is defined as actively involved in the day-to-day
management.
4. LABOR SURPLUS ARI
at the time of award is eithe
employment or underemp
surplus area, or a substantial
in this paragraph.
(a) Section of concentrate{
ployment means approp
areas so classified by the
(b) Persistent labor surplus
classified by the Depar
substantial and persist~
Area of Substantial and
is listed as such by th
with its publication Ar,
Unemployment.
(c) Substantial labor surplt
classified by the Depa~
substantial labor surplu
tial Unemployment) ar
that Department in cc
Area Trends in Emplo)'~
5. LABOR SURPLUS AR
will perform or cause to b
portion of a contract in a ia[
6. EDUCATIONAL OR O
ZATION. Any corporation,
stitution operated for scie~
not organized for profit, r
which inures to the profits
individual.
A. A geographical area which
r a section of concentrated un-
oyment, a persistent labor
labor surplus area, as defined
I unemployment or underem-
-late sections of States or labor
Secretary of Labor.
area means an area which is
truant of Labor as an area of
.nt labor surplus (also called
Oersistent Unemployment) and
at Department in conjunction
~a Trends in EmpltLvtnent and
area means an area which is
ment of Labor as an area of
(a/so called Area .of Substan-
which is listed as such by
njunction with its publication
~ent and Unemployment.
EA CONCERN. A firm which
; performed a substantial pro-
,or surplus area.
'HER NON-PROFIT ORGANI-
foundation, trust, or other in-
~tific or educational purposes,
~o part of the net earnings of
of any private shareholder of
Company Representative
Printed Name and Title Signature and Date Signe
I
(V/) Check Type of Business (V/) Check [type of Business
Labor Surplus Area Woman-Owned Businlss
Small Business Educational or Other~on-Profit Organization
Minority Business Enterprise None of the Above AIPly to This Entity '
Check as IViany of the Following Blocks as are Applicable to the Entity Sul~mitting This Offer
SPECIAL PROVISIONS
(FOR USE WITH PS FORM 7391)
NOTE: . These Special Provisions and other documents listed in Item 5, Invit~
7387, make up DIVISION I of this contract.
[SE.,C~,~ION lA -- DESCRIPTION OF WORK & MI~ELLAN']
EOUS REQUIREMENT~
1. LOCATION OF THE WORK:'See Invitation for Bid, PS Form
7387, at the front of this bid package.
2. SCOPE: The Contractor shall provide all material, labor, tools,
plant, supplies, equipment, transportation, superintendence, temporary
construction of every nature, and all other services and facilities
necessary to complete the construcuon of a Postal Service facihty for the
United States Postal Service, including all incidental work described in
the Contract Documents.
3. CONTRACTUAL DOCUMENTS FURNISHED 'FOR
CONSTRUCTION PURPOSES: Fifteen (15) sets of contractual
documents will be furnished to the Contractor without charge, except for
applicable publications incorporated into the technical provisions by
reference. Upon request, a reasonable quantity of additional sets will be
furnished at no coat, if available from overrun. If not available from
overrun, additional sets will be furnished at the cost of reproduction.
4. PERFORMANCE AND PAYMENT BONDS: A~ specified on
the Bid Form, two bonds (each with good and sufficient surety or
sureties acceptable to the Postal Service) shall be furnished; namely, a
performance bond (PS Form 7325) and a payment bond (PS Form
A) Each form shall show the contract number to which the bend applies.
The penal sums oF such bonds will be az follows:
(a) PERFORMANCE BOND The penal sum of the performance bond
shall equal one hundred percent (100%) of the contract price.
(b) pAYMENT BOND: When the contract price is $1,000,000 or less,
the penal sum shall be fifty percent (50%) of the contract price. When the
contract price is in excess of $1,000,000, but not more than $5,000,000,
the penal sum shall be forty percent (40%) of the contract price. When the
contract price is more than $5,000,000, the penal sum shall be $2,500.000.
5. STATUS OF U.S. POSTAL SERVICE: For the Contractor's
information, the Postal Service is "... an independent establishment of
the executive branch of the Government of the United States · · ." (39
U.$.C. 201), and as such has the same status as other Federal
departments and agencies, insofar as the applicability of Federal, state
and local taxes and local requirements for'building permits are
c~ncerned. For further information on this, see Clauses 28, 29, and 53of
the General Provisions, PS Form 7391.
6. GROUND BREAKING CEREMONIES: The C°ntract°r agrees
in accordance with current Postal Service policy, not to plan, finance,
participate in or in any way be involved in ground breaking ceremonies
prior to the commencement of or at anytime during the prosecution of
the work within the duration of this contract.
7. BUILDER'S RISK INSURANCE: The U.S. Postal Service does
not carry Builder's Risk Insurance coverage- The Contractor, at its own
option and expense, may elect to provide such insurance coverage for
the facility.
8. PHOTOGRAPHS:
(a) The Contractor shall furnish progress photographs to the
Contracting Officer on a monthly basis showing in broad detail
progress made to date. Each photograph will be an 8" x 10" unmounted
print annotated on the face showing project name, contract number,
starting date of construction, date photograph was taken and name of
construction contractor. At the Contractor's option, these photos may be
black and white or color.
(b) Two (2) prints of each photograph will be furnished along with the
negative in an envelope with the envelope annotated as stated above.
(c) Upon completion of all construction, the Contractor shall furnish
"completion photographs" showing front view, platform areas, lobby
areas and workroom areas. These photographs will be marked as above,
but will also show "COMPLETION". Two (2) sets of such photographs
(plus negative) shall be furnished to the Contracting Officer.
Completion photos shall be in color.
9. AFFIRMATIVE ACTION REQUIREMENTS (APPLICA-
BLE TO CONTRACTS OVER $10,000).
Attached to and becoming a part of these special provisions are Notice
of Requirement for Affirmative Action to Ensure Equal Employment
Opportunity (Executive Order 11246) and Standard Federal Equal
Employment Opportunity Constrt
(Executive Order 11246).
SECTION lB - ~CHEDULING Al
1. COMMENCEMENT, PROSE(
OF WORK: The Contractor shall co:
upon receipt of Notice to Proceed, pr
complete the entire work ready for use
days afar receipt of Notice to Proce~
shall include final cleanup of the pm
2. COMMENCEMENT ACTIVE
has started procurement of materiaJ
shop drawings, preparation ofsubcor
will satisfy the requirement that wot!
to Proceed. Therefore. work need not
site upon Notice to Proceed.
3. EXCEPTION TO COMPLI
DAMAGES SCHEDULES: In
determines that sodding and/or plan
thereof is not feasible during the cot
excepted from the completion sc
schedule and shall be accomplishe
planting period and the specified
completion date.
4. LIQUIDATED DAMAGES:
Contractor to complete the work
any extensions thereof, the Contra
fixed, agreed and liquidated dal
Provisions clause entitled "Termi~
Delay -- Time l~x/~nsi~ns~' the. s/,u~
day o( delay.
§. UTILITIES.; The C'ontrgcto~
schedule its work accordingly in mi
the construction period. The Contr
make the necessary arrangem~
authorities for the connections
contract.
l SECT o ,c- SUBMI rA [
1. SCHEDULE OF SUBMIT'I
days after receipt of notice to prece~
Architect-Engineer, in duplicate, a.
furnished for review and approve
example, the schedule shall include
and manufacturer's literature, tea!
of compliance, material samples,
shall indicate the type of item,
Contractor's scheduled dates fox
projected needs for approval ar
preparing the schedule adequate ti
in the mails) shall be allowed fo:
resubmittals. Also, the scheduli
approved construction progress
and/or up-date the schedule as
made available 'to the Architec:
dra~4ng material submittal regis'
Conference Manual which will b
Preconstruction Conference.
2. SHOP DRAWINGS AND lq
drawings and related data shall ¢
63, "Shop Drawings, Coordinati
GENERAL PROVISIONS and a
Architect-Engineer, the reprod'
received such approval by being
shall make any corrections requi
Contractor considers any corre
constitute a change to the contrac
required under clause entitled
ttion for Bid, PS Form
ction Contract Specifi_cations
~D PROGRESS]
',UTION AND COMPLETION
nmence work under this contract
~ecute said worl~ diligently, ~d
not later than I80' calendar
d. The time stated for completion
~/: Evidence that the Contractor
s, preparation and submission of
tracts and other preparatory work
~ commence upon receipt of Notice
be commenced at the construction
',TION AND LIQUIDATION
case the Contracting Officer
ting and/or specified maintenance
struction period, such work will be
~edule and liquidated damages
during the first sodding and/or
aintenance period following the
case of failure on the part of the
[n the time fixed in the contract or
tot shall pay to Postal Service as
nages, pursuant to the General
ation, for Default -- Damages for
of $700. O0 fo~.ea~" calendar
shall cooperate fully and shall
king connections to utilities during
ictor shall contact, coordinate, and
~te with the proper respective
the utilities required under the
kLS: Within thirty (30) calendar
d, the Contractor shall submit to the
~chedule listing all items that will be
I action by the Postal Service. For
among other things, shop drawings
procedures, test results, certificates
nd special g~arantees. The schedule
ontract requirement reference, the
submitting the above items and
swers and procurement dates. In
ne (10 days or more exclusive of time
. review and approval and possible
~g shall be coordinated with the
:hart. The Contractor shall revise
~:ted. Such revised sche~, ules s. ha!l be
.Engineer for monitonng. A shop
.~r is contained in a preeonstruction
furnished to the Contractor at the
:.LATED DATA: Submittal of shop
,n form to the requirements of Clause
n Drawings and Schedules" of the
~ specified herein. If approved by the
cible will be identified as having
o stamped and dated. The Contractor
red by the Architect-Engineer. If the
,,tion indicated on the drawings to
[ drawings or specifications, notice as
"Changes" will be given'to the
%u~ust 27, 1981
Contracting Officer. Four prints of all approved shop draw/ngs shall be
given to the Architect-Engineer. The approval of the drawings by the
Architect-Engineer shall not be construed as a complete check, but will
indicate only that the general method of construction and detailing is
satisfactory. At:pmval of shop drawings will not relieve the Contractor
of the responsibility for any error which may exist nn the Contractor
shall be responsible for the dimensions and design of adequate
connections, details, and satisfactory construction of all work. The
submission by the Contractor shall be accompanied by a transmittal
letter of a type approved by the Architect-Engineer.
3. EQUIPMENT ROOM LAYOUT DRAWINGS: The Contractor
shall prepare and submit equipment mom layout drawings if required
by the TECHNICAL PROVISIONS and additionally for areas where
equipment proposed for use could present interface or space difficulties.
Submittal of room layout drawings shall be within 30 calendar days
a~,er receipt of notice to proceed and shall conform to the requirements
specified for shop drawings. Submittals describing the various
mechanical and electrical equipment items which are to beinstalled in
the areas represented by the layout drawings shall be assembled and
submitted concurrently and accompanied by the room layout drawings.
Room layout drawings shall be consolidated for ali trades, shall be to
scale, and shall show all pertinent structural and fenestration features
and other items such as cabinets required for installation and which
affect the available space. All mechanical and electrical equipment and
accessories shall be shown to ~.ale in plan and also in elevation and/or
section in thei~ installed poaition~. Ductwork ~nd piping shall beshown.
4. MATERIAL, EQUIPMENT AND FIXTURE LISTS: Where
required by the TECHNICAL SPECIFICATIONS, lists of materials,
equipment and fixtures shall be submitted by the Contractor in'
accordance with the requirements specified for shop drawings. The lists
shall be supported by sufficient descriptive material, such as catalogs,
cuts, diagrams, and other data published by the manufacturer, as well
as evidence of compliance with safety and performance standards, to
demonstrate conformance to the specification requirements; catalog
numbers alon~ will not be acceptable. The data shall include the name
and address of the nearest service and maintenance organization that
regularly stocks repair parts. No consideration will be given to partial
lists submitted from time to time. Materials, equipment and fixtures will
not be approved for use at capabity ratings in excess of manufacturer's
published data. Approval of mater/als and equipment will be tentative
subject to submission o£ complete shop drawings indicating compliance
with the contract documents.
5. CERTIFICATES OF COMPLIANCE: Any certificates required
for demonstrating proof of compliance of materials with specification
requirements, including mill certificates, statements of application and
extended guarantees shall be executed in quadruplicate and furnished
to the Architect-Engineer 10 days prior to delivery. It shall be
Contractor's responsibility to review all certificates before submissions
are made to the Architect-Engineer to insure compliance with the
contract specification requirements and that the affidavit is properly
executed prior to submission to the Contracting Office. Each certificate
shall be signed by an official authorized to certify in behalf of the
manufacturing company and shall contain the name and address of the
Contractor, the project name and location and the quantity and date or
dates of shipment or delivery to which the certificates apply. Copies of
laboratory test reports submitted with certificates shall contain the
name and address of the testing laboratory and the date or dates of the
tests to which ~he report applies. Certification shall not be construed as
relieving the Contractor from furnishing satisfactory material, if, after
~ests are performed on selected samples, the material is found not to
meet the specific requirements.
6. ARCHITECT-ENGINEER REVIEW OF SUBMITTALS:
Each submittal reviewed by the Architect-Engineer will be returned to
the Contractor stamped or marked by the Architect as "APPROVED,"
"APPROVED WITH CORRECTIONS," or "DISAPPROVED." The
Contractor is advised that:
(al "APPROVED" means that fabrication, manufacture and/or
construction may proceed providing the work is in compliance with the
Contract Documents.
(b) "APPROVED WITH CORRECTIONS" means that fabrication,
manufacture and/or construction may proceed providing the work is in
compliance with the Architect-Engineer's corrections and the Contract
Documents.
(c) "DISAPPROVED" means no work shall be fabricated,
manufactured and/or constructed and that the Contractor shall make a
new submittal to the Architect. Any submission marked
"DISAPPROVED" will not be permitted on the site.
7. SPAHE PARTS DATA: Spare paris data shall be submitted in
accordance with Clause 65 "Spare Parts Data," of the General
August 27, 1981
Provisions. Also, see Section F of these
8. SAMPLES: Specified samples aha
drawings in accordance with Clause 57 ofl
drawings submitted without specified sa=
ISECTIONID - TEMPORARY FACII
1. GENERAL: The Contractor shall be
temporary facilities and services require~
comply with OSHA and other applicable
2. PROJECT SIGN: The Contract~
construction project sign at the location
Officer. The sign facing shall be fumish~
posts, braces, e~c., are to be furnished by
3. BULLETIN BOARD: The Contract~
a job bulletin board. The Bulletin B~
conspicdous place within 15 calendar day
Bulletin Board will remain the property o
removed upon completion of the work. Th
be posted on the Bulletin Board:
(al The Department of Labor Wage Rat,
this contra~.
(b) Equal Employment Opportunity an,
by the Postal Service.
(c) Emergency Procedures
4. CONSTRUCTION - USE UTILI'
arrange with the local utility companies l
required by him for construct/on under t
costs in connection therewith. The Contra,
make all temporary connection and i=
temporary lines shall be maintained
workmanlike manner satisfactory to ~ ~
be removed by the Contractor in like mare
the construction. In USPS-occupied fac
electricity, gas and water used to make tim
systems and used for training of USPS p
the Postal Service from permanent conm
5. TEMPORARY ELECTRICITY:
(al Temporary Power and .Costs:
serving utility for power. Pay deposits, ins
switches, and outlets necessary to provid~
and power for construction purpose. ~
construction and for removal of all teml~
(b) Safety: (1) Provide and maintain
damage or injury. (2) Illuminate all hazan
burning from dusk to dawn.
(c) Requirements of Regulatory Al
required by local governmental autho~
required across private property other
temporary power service. Comply with 1~
applicable local codes and utility regula~
(d) Use of Permanent System: Reguh
electrical system which is used for cons
interference with safety and the orderly
permanent electrical services in a conditi
(el Materials: The mate:'ials may bi
adequate in capacity for the purposes n
unsafe conditions or violate the requireme
Contractor's option, patented spedahy I
approved. (I) Conductors: Use wire, ca
type, sized in accordance with the Nati
applied loads. Use only UL approved wit
if) Equipment: Provide appropriate e~
in which used in compliance with NEM,~
(gl Installation: Provide all req
transformers, conductors, poles, conduit~
fixtures and lamps. Locate so that iQ
materials handling equipment, storage l
under other contracts is avoided. Install al
appearance. Make structurally sound ti
continuous service and to provide safe
service as job progress requires.
(h) Removal: Remove all temporar~
completely upon completion of conatructi~
by the installation and restore satisfacto
6. TEMPORARY HEATING AND
~ecial Provisions.
be submitted with shop
he General Provisions. Shop
)les will not be approved.
TIES AND SERVICESI
esponaible for providing ali
to complete the work and to
regulations.
r shall install a 4' x 8'
selected by the Contracting
d by the USPS, but backing,
the Contractor.
,r shall provide and maintain
ard shall be erected in a
after Notice to Proceed. The
,~the Contractor and shall be
following information shall
Decision included as part of
I Safety Posters as furnished
"lES: The Contractor shall
or gas, water, and electricity
~.is project and shall pay ail
:tot shall, at his own expense,
stall distribution lines. All
by the Contractor in a
:ontracting Officer and shall
er prior to final acceptance of
~hties, normal quantities of
~l tests of completely installed
.,rsonnel will be furnished by
orions.
Make arrangements with
mil equipment, poles, wiring,
adequate supply for lighting
ay for current used during
~rary equipment.
lights and signs to prevent
ioas areas. Keep safety lights
[encies: Obtain permits as
/ties. Obtain easements as
hah that of the Owner for
ational Electrical Code, and
ohs.
~te any part of the permanent
'.ruction purposes to prevent
progress of the work. Leave
on as good as new.
new or used, but must be
,tended and must not create
ate of applicable codes. At the
~aterials may be used if UL
bio or busses or appropriate
mai Electrical Code for the
clo~ures for the environment
· standards.
lired facilities, including
~, raceways, fuses, switches,
terference with cranes and
teas, traffic areas and work
; work with a neat and orderly
,roughout. Maintain w give
working conditions. Modify
, equipment and materials
m. Repair all damage caused
-y condition.
'ENTILATION: See Clause
$$ of the General Provisions and Modifications of General Provisions
for Fixed-Pr/ce Construction Contracts (PS Form 7391) Oct. 1979
Edition.
7. TEMPORARY WATER: Prov/de and maintain a temporary
water supply system, for building purposes, extending branches to
convenient points and terminating same with a proper stop and hose
connection. Before any paving is laid, the temporary supply shall be
removed and the tap in the main supply properly capped.
8. SANITARY PROVISIONS: Provide and maintain in a neat and
sanitary condition such sanitary conveniences and accommodations
for the use of the construct/on personnel as may he necessary to comply
with the requirements and regulations of the Department of Health or
other bodies having jurisdiction.
9. INGRESS AND EGRESS:
(a) The Contractor eh-il provide all nece~ary approaches and exits
required to properly execute the work.
(b) In connection therewith, the Contractor shall make provision for
temporary drainage, as the site must Be kept free from standing water at
all times.
10. FIELD OFFICE: The Contractor shall furnish at its own
expense, a temporary building or trailer to service as the Field Office
facility. Location shall be coordinated w/th the Architect-Engineer. The
entire temporary Field Office facility will remain the property of the
Contractor and shall be removed from the sits after completion of the
I sE ION EXEC ION OF WORK!
I. LAYOUT OF WORK: The Contractor shall lay out its work from
Postal Service established base lines and bench marks indicated on the
drawings and shall be responsible for all measurements in connection
therewith. The Contractor shall furnish, at its own expense, all stakes,
templates, platforms, equipment, tools, and mater/als and labor as may
be required in laying out any part of the work from his base lines and
bench-marks established by the Postal Service. The Contractor will be
held responsible for the execution of the work to such lines and grade~ as
may be established or indicated by the Contracting Officer.
2. CONTRACTOR'S TEMPORARY USE OF FACILITIES
AND EQUIPMEN'T: No new fac/lities or equipment intended for the
permanent installation including material handling vehicles shall be
used for temporary purpos~ unle~ spec/fled or with the written
permission of the Contracting Officer.
SECTION IF - OPERATION AND MAINTENANCE [
MANUALS, INSTRUCTIONS, AND TRAINING ]'
I. MANUALS: In addition to the shop drawings, coordination
drawings, schedules, and other descriptive literature submitted for
approval, the Contractor shall furnish to the Architect operating and
maintenance manuals for each item of operating equipment and
systems.
(a) The manuals shall include copies of all submittals, schedules,
caualogue data, illustrations, performance curves and rating data,
wiring and control diagrams, Manufacturer's installation, operating
and maintenance instructions, including safe operating procedures and
requirements, spare parts lists (See Clause 65 General Provisions.) and
other pertinent information for all specified equipment and systems.
(b) The manuals shall include the names, addresses and telephone
numbers of the Subcontractor installing the equipment and systems,
and the local service representatives for each item of equipment and
each system.
(c) The manuals shall contain all warranties and guarantees as
required and/or furnished within the contract.
(d) The manuals shall be hardbeund, three ring notebooks with a
plastic cover, index, index tabs, and properly and permanently titled on
the front and edge.
(e) The manua!a shall be submitted in three (3) copies a minimum of
thirty (30) days pr/or to commencement of any instruction period, or if
this is not specified, thirty 130) days prior to final acceptance by the
Postal Service.
2. INSTRUCTION AND TRAINING: The Contractor will be
responsible for posting operating instructions, where required, and for
training local Post Office and maintenance personnel in operation and
maintenance of equipment.
SECTION 1G - ENVIRONMENTAL PROTECTION DURING]
CONSTRUCTION ,
I. SCOPE: The work covered by this section consists of furnishing all
labor, material and equipment and per~
prevention of environmental pollutioz
construction operations under this con'
set forth in the Technical Specification~
special provision, environmental poilut
chemical, physical or biological eleme
affect human health or welfare; un favor
importance to human life; affect other
'de,Tads the utility of the environment
purposes. The control of environmental '
of air, water, and land, and involves noh
management of radiant energy and rs
other pollutants.
2. APPLICABLE REGULATIONI
provide for abatement and control of
arising from the construction activiti~4
contractors in the performance of this c
all applicable Federal, State, and local Is
environmental pollution control and al
requirements stated elsewhere in the c
3. NOTIFICATION: The Contrac
Contractor in writing of any non-c~
provisions. The Contractor shall,
immediately take corrective action. Sm
Contractor or its authorized rspresentat
be deemed suffident for the purpose. Ift
comply promptly, the Contracting Offi¢
all or part of the work until satisfac~
taken. No part of the time lost due to
the subject of a claim for eXtension of tin
by the Contractor unless it was later
was in compl/ance.
4. SUBCONTRACTORS: Complial
section By subcontractors shall be the r
5. IMPLEMENTATION: Prior to c~
Contractor shall meet with representati'
develop mutual understanding relat
provision and administration of the e~
program.
6. PROTECTION OF LAND RESC
land resources within the project bourn
permanent work performed under this
present condition or be restored to a
construction that will appear to be na
appearance of the project. Insofar as
confine its construction activities to ~
specifications. The following additions
supplement and clarify the requireml
Provisions.
(a) Prevention of Landscape Dt
marked on the plans to be cleared, th
injure, or destroy trees or shrubs, nor rs~
authority. No ropes, cables, or guys shl
any existing nearby trees for anchorage
by the Contracting Officer. Where s
permitted, the Contractor shall first ad
sufficient thickness of burlaps or rags c
be tied before any rope, cable or wire is
any event be responsible for any daml
When earthwork operations are liable, iJ
Officer, to cause rock to roll or otherwise
provided for ad] acent areas. Mos umentz
be protected similarly before beginn
Fr:cc.--:~u:'-i:= sk~:'cy :.;.~ludl;.~ _L _.
Cu, h ~c;i,,g
{b) Restoration of Landscape
landscape feature scarred or damaged
operations shall be restored as nea~
condition at the Contractor's expense
decide what method of rsstoration shall
trees shall be treated and healed or ~
requirements for clearing and grubbin!
(c) Location of Storage ~nd Housi
the project site of the Contractor's s~
buildings, or trailers required tempors
work, shall be upon cleared portions oft
and shall require concurrence of
,truing all work required for the
· during and aa the result of
,tact except for tho~e measures
~ herein. For the purpose of this
,on is defined as the presence of
ats or agents which adversely
~bly altsr ecological balances of
pecies of importance to man, or
for aesthetic and recreational
)ollution requires consideration
e, ~olid waste management and
dioactive materials, ns well aa
~: In order to prevent, and to
any environmental pollution
of the Contractor and its sub-
~ntract. they shall comply with
we. and regulatiorm concerning
,atement as well as the specific
retract specificatiorm. -~es-e~,
:lng Officer will notify the
mplianre with the foregoing
Per receipt of such notice,
h notice, when delivered to the
ire at the sits of the work, shall
~e Contractor fails or refuses to
er may issue an order stopping
~ry corrective action has Been
' such stop orders shall be made
· or for eXcess costs or damages
etermined that the Contractor
ce with the provisions of this
.,sponsibility of the Contractor.
mmencement of the work, the
~es of the Contracting Officer to
ye to compliance with this
~vironmental pollution control
URCES: It is intended that the
Laries and outside the limits of
contract be preserved in their
condition after completion of
;ural and not detract from the
possible, the Contractor shall
~roos defined by tl~e plans or
I requirements are intended to
nts contained, in the General
facementa: Except in areas
; Contractor shall not deface.
~ove or cut them without special
dl be fastened to or attached to
s unless specifically authorized
~ch special emergency use is
~uately wrap the trunk with a
~er which softwood cleats shall
placed. The Contractor shall in
ge resulting from such use. (1)
~ the opinion of the Contracting
~e displaced, protection shall be
, markers and works of art shall
ng operations near them...A--
)ornate: Any trees or other
f the Contractor's equipment or
fy aa possible to its original
The Contracting Officer will
be used, and whether damaged
,moved and disposed of under
:.
ug Facilities: The location on
orate and other construction
rily in the performance of the
~e job site or areas to be cleared,
~e Contracting Officer. The
August 2~, 11.981
preservation of the landscape shall be an imperative consideration in
the selection of all sites and in the construction of buildings. Where
temporary buildings or platforms are constructed on sidehilis, the
Contracting Officer may require Cribbing to be used to obtain level
foundations. Benching or leveling of earth may not be allowed,
depending on the location of the proposed facility.
(d) Temporary Excavation and Embankanenta: If the Contractor
propose~ to construct temporary roads or embankments and
excavations for plant and/or work areas, it shall submit the following
for approval at least thirty (30) days prior to schedule start of such
temporary work. (1) A layout of all temporary roads, excavations and
embankments to be constructed with the work area. (2) Details of Road
Consta'uction as required in Section 1E. (3) Plans and cross sections of
proposed embankments and their foundatiorm, including a description
of proposed materials. (4) A landscaping plan showing the proposed
restoration of the area. Removal of any necessary trees and shrubs
outside the limits of existing clearing or quarry area shall be indicated.
The plan shall also indicate location of required guard posts or barriers
required to control vehicular traffic passing doze to trees and shrubs to
be main tained undamaged. The plan shall provide for~e obliteration of
construction scars as such and shall provide for a reasonably natural
appearing final condition of the area. Modification of the Contractor's
plans shall be made only with the written approval of the Contracting
Officer. No unauthorized road construction excavation or embankment
construction (including disposal areas) w/Il be permitted.
(e) Post-Construction Clean-Up or Obliteration: The Contractor
shall oblitsrate all signs of temporary construction facilities such as
haul road, work areas, structures, foundations oftemporury structures,
foundations of temporary structures, stockpiles of excess or waste
materials, or any other vestiges of construction as directed by the
Contracting Officer. It is anticipated that excavation, filling and
plowing of roadways will be required to restore the area to near natural
conditions which will permit the growth of vegetation thereon. The
disturbed areas shall be graded and filled as required, and topsoil shall
be spread to a depth of approximately 6 inches over the entire area and
the entire area seeded. Restoration to original contours is not required.
No separate or direct payment will be made for post-construction clean-
up or obliteration and all costs thereof shall be considered incident to
and included in the applicable contract unit price itertm requiring, such
temporary facilities.
7. RECORDING AND PRESERVING HISTORICAL AND
ARCHEOLOGICAL FINDS: All items having any apparent
historical or archeological interest which are discovered in the course of
any construction activities shall be carefully preserved. The Contractor
shall leave the archeological find undisturbed and shall immediately
report the find to the Contracting Officer so that the proper authorities
may be notified.
8. PROTECTION OF WATER RESOURCES: The Contractor
shall not pollute streams, lakes or reservoirs with fuels, oils, bitumens,
calcium chloride, acids or harmful materials. It is the responsibility of
the Contractor to investigate and comply with all applicable Federal,
State, County and Municipal laws concerning pollution of rivers and
streams. All work under this contract shall be performed in such a
manner that objectionable conditions will not be created in streams
through or adjacent to the project area.
(a) Erosion Control: Prior to any major construction the Contractor
shall submit a plan for approval by the Contracting Officer showing its
scheme for controlling erosion and disposing of waste. (1) Surface
drainage from cuts and fills within the construction limit, whether or
not completed, and from borrow and waste disposal arelm, shall, if
turbidity producing materials axe present, be held in suitable
sedimentation ponds or shall be graded to control erosion within
acceptable limits. Temporary erosion and sediment control measures
such as berms, dikes, drains, or sedimentation basins, if required to meet
the above standards, shall be provided and maintained until permanent
drainage and erosion control facilities are completed and operative. The
area of bare soil exposed at any one time by construct/on operations
should be held to a minimum. Stream crossings by fording with
equipment shall be limited to control turbidity and in areas of frequent
crossings temporary culverts or br/dge structures shall be installed. Any
temporary culverts or bridge structures shall be removed upon
completion of the project. Fills and waste areas shall be constructed by
seieC~ive placement to eliminate stirs or clays in the surface that will
erode and contaminate adjacent streams.
(b) Spillages: At all times of the year, special measures shall be taken
to prevent chemicals, fuels, oils, grease, bituminous materials, waste
washings, herbicides and insecticides, and cement and surface
drainage from entering public waters.
{c) Disposal: Disposal of any materials, wastes, effluents, trash,
garbage, oil, grease, chemicals, etc., in areas adjacent to streams shall
be subject to the approval of the Contracting Officer. If any waste
material is dumped in unauthorized areas the Contractor shall remove
the material and restore the area to the condition of the adjacent
undisturbed area. If necessary, contamir
excavated, disposed of as directed by the (
replace with suitable fill material, compacted
all at the expense of the Contractor.
9. PROTECTION OF FISH AND WILl
shall at all times perform all work and tak
prevent any interference or disturbance to
Contractor will not be permitted to alter water ~
native habitat adjacent to the project area wl~
Contracting Officer, are critical to fish or wile
of water will not be permitted. Wash wat~
processed, filtered, ponded, or otherwise trca
into the river or other body of water.
10. JANITOR SERVICES: The Contra,
janitorial asrvices for the offices, shop, and
project site and perform any required main
grounds as deemed nec~cary by the Contra
entire life of the contract. To/let faailifies .
sanitary at all times. Services shall be perfon
such a manner to least interfere with the
accomplished only when the buildings are oc
accomplished to the satisfaction of the C
Contractor shall provide daily trash collecl
buildings and adjacent outside areas, snow ten
dispose of all discarded debris, aggregate m
samples in a manner approved by the Contra(
payment will be made for these Cantractor-f~
costs thereof shall be incidental to the contra
11. DISPOSAL OF CLEARED MATER!
timber, dead timber, branches and brush 7 in~
shall be chipped. All cut timber, dead tirol
floatable and combustible material over 7 int
trimmed and cut into approximately 4-foot lm
materials, wood fenceposts, and other miscl
shall be hauled to stockpiles indicated on the I
as may be approved by the Contracting Of
deposited in these areas in piles or windrows ~
directed. At the option of the Contracting'(
spread over worksite areas as a duet preventiv
within the project area as a mulch for plantini
be only in areas where the wood chips will n
washed into streams by rainfall runoff, i
fenceposts and miscellaneous wood material i
piles in the above areas at such locations as wi
shall be burned at the site of the project. MaW
by burying or by removal. Materials dispo~
buried at locations approved by the Contra:
covered with not less than 2 feet of earth mat
will be natural or excavated depressions in t~
not subject to erosion from streams flow
reasonable effort shall be made by the Contra
of value resulting from clearing operations
Contractor may, at no cost, retain for his own
otherwise any such materials of value. Such t
from the project area before the date of compte
specifications. The Government assumes =
protection or safekeeping of any materi~
Contractor.
12. DUST CONTROL: The Contractor wi]
all excavations, embankments, stockpiles,
access roads, plant sites, waste areas, borrow
areas within or without the project boundas
would cause the standards for air pollution []
to be exceeded or which would cauas a hazs
Approved temporary methods of stabiliz-,tior
a chemical treatment, light bituminous treai
will be permitted to control dust. Speinl~ling
repeated at such intervals as to keep all pari
least damp at ail times, and the Contraci
competent equipment on the job to accompIist
Dust control shall be performed aa the work
dust nuisance or hazard occurs. No separate
made for dust control and the cost thereof aha~
to and included in the contract price.
13. MAINTENANCE OF POLLI
FACILITIES DURING CONSTRUCTIO
contract the Contractor shall maintain all
pollution control under this contract as long I
the particular pollutant are being carried ~
concerned has become stabilized to the extent
ated ground shall be
lontracting Officer, and
~nd finished with topsoil
)LIFE: The Contractor
.. such steps required to
fish and wildlife. The
lows or otherwise disturb
ich, in the opinion of the
life. Foulin~ or pollutin~
rs and wastes shall be
~ prior to their release
.'mr shall furnish daily
other buildings on the
enance of facilities and
cting Officer during the
uhall be kept cleero and
~ed at such a t/me and in
operations but will be
~upied. Services shall be
~ntracting Officer. The
ion and cleanup of the
~oval in season, and shall
mples and concrete test
ting Officer. No separate
rnished se~wices, and ali
AL: AH cut timber, down
:hes and less in diameter
:r, branches, and other
~es in diameter shall be
tits. Such chips and cut
llaneous wood material,
lass or to other locations
lc'er. The chips shall be
~t such location as will be
fficer, the chips may be
e measure or may be used
a. However, such use will
)t be susceptible to being
;ut mateeial and wood
ihall be neatly stacked in
I be directed. No material
rials shall be disposed of
d of by burying shall be
ing Officer and shall be
:rial. Approved locations
m project area which are
or wave act/on. Every
ff~or to channel materials
into beneficial use. The
use or disposal by sale or
mterial shall be removed
tion of the work under the
o ~sponaibility for the
~is as retained by the
IIm required to maintain
ha~l roads, permanent
areas, and all other work
lee free from dust which
entioned in Paragraph 2.
rd or nuisance to others.
~,,i_~ting of sprinkling,
merit or similar methods
lo i~e approved, must be
s of the disturbed area at
or must have sufficient
thi~ if sprinldin g is used.
~roceeds and whenever a
or direct payment will be
I beconsidered incidental
]TION CONTROL
~: During the life of this
facilities constructed for
~ the operations creating
ut or until the material
;hat pollution is no longer
August 27, 1981 4
being created. During the construction period the Contractor should
conduct frequent training courses for hie maintenance personnel. The
curriculum should include methods of detection of pollution, familiarity
with pollution standards, and installation and care of vegetation
covers, plants and other facilities to prevent and correct environmental
pollution. '
sSECTiON 1H -- MINORITY.BUSINESS ENTERPRISE]
UBCONTRACTING GOALS ,
(a) The Contractor shall subcontract with minority business firms in
an amount aggregating not less than 5 percent of the total dollar
value of its subcontracts. The Contractor shall have the right to
determine which materials, supplies, equipment and/or work is to be
subcontracted to, or purchased from, minority business firms in order to
meet the percentage specified above. For the purpose .of meeting the
above specified goal, the Contractor may include ONLY the amount of:
each first tier subcontract or purchase with a minority business
iln)terprise; (2)each subcontract between a first tier subcontractor which
is not a minority business enterprise and a second tier subcontractor or
supplier which is a minority business enterprise; and, (3) each
subcontract award to or purchase from a minority business enterprise at
any lower tier provided that none of the higher tier subcontracts in the
chain of sub-contracting is a minority business enterprise.
(b) In addition to report required under Clause 45 of the General
Provisions, the Contractor shall submit, no later than thirty (30)
calendar days after award of contract and on each calendar year quarter
thereafter, to the Contracting Officer on the Report of Minority Business
Enterprise Subcontracting Program form attached hereto, the
information required.
(c) If the aggregate amount of the minority business subcontracts
awarded, or to be awarded, is less ti
Contractor may be deemed to be in br,
unless it submits, within such time as
but not more than fifteen (15)calends
information which the Contractiz
demonstrate that the Contractor has
effort to meet the requirement. This ir
of each firm solicited for a quotatic
quoted by each, whether or not th
business and thereason for not subco~
firm when applicable. The Contracto:
maximum minority buaines parficii
Small Business Administration,
contractor organizations, communit
of names of minority buainees firms
furnishing the materials.
(d) If the Contracting Officer fi~
awarded the specified percentage st
has failed to demonstrate that the C
faith effort to comply, the Contracti
terminate all. or a portion, of the conl
Contrac~r and its surety shall be lis
of termination pursuant to Clause 4
(e) In the event the Contractor !
minority business firm or terminat
business firm who was included i
paragraph (b). above, the Contrac~
Officer within thirty (30) calendl
subcontract with another firm ~
demonstrate that it made every go
justifiable reason not to award to a
an the specified percentage, the
ach of its contractural obligation
~he contracting officer may allow,
! days from the date of the request,
~g Officer deems adequate to
~ade every reasonable good faith
formation shall include the name
on each subcontract, the price
firm solicited was a minority
racting with a minority business
shall describe its efforts to obtain
etlon such as by contacting the
trade organizations, minority
, organizations and other sources
:apable of performing the work or
.d~ that the Contractor has not
ired in paragraph (a) herein, and
retractor made a reasonable good
ng Officer shall have the right to
ract for default, in which event the
)le to the same extent as in the case
,, PS Form 7391.
,ils to award a subcontract to a
a subcontract with a minority
the submission required under
shall so notify the Contracting
days and, in addition, shall
~o is a minority business or
xi faith effort and had valid and
minority business firm.
SECTION 1H - MINORIT! BUSINESS ENTERPRISES
SUBCONTRACTING GOALS - CONTINUED
APPLICABLE TO CONTRACTS ~500,000.00 And Above:
Prior to award of the c~ntract, the apparent low
bidder will be required To furnish a breakdown of
substantially all' Minorlty Business Enterprises
(MBE) sub-contractors (iqcluding suppliers) which
the bidder expects to e~ploy on the contract in
conformity with the MBE l,ubcontracting Goals. The
breakdown should include the MBE subcontractor's
name, address, and estin
ated sub-contract amount.
August 27, 1981
ATTACF~ENT
Report of Minority Business
Enterprise (MBE) Subcontracting
Program
Contractor Name/Address:
Projec
SEE SECTION 1H)
PART I - MBE SUBCONTRACT AWARDS
Minority Group
Name/Address & Type Work
Award Date
(Note: MBE listed above must execute PS Form 7319-c,-"Repre~¥nta'ti,
tions (Business Data)~" A copy must be attached when an MBE first a
PART II SOLICITATIONS TO MBE FOR BIDS ON PROJECT (EXCLUDE MBE IN
Name/Address
Minority Group
Bid Received
Yes No
t Location:
Contrac No.:
Reas
Award Amount
)ns and Certifica-
~pears above)
'ART
PART 111 - OTHER GOOD FAITH EFFORTS TO SECURE MBE PA~¥i'CIPATION (D)scribe)
(use continuation sheets as neces
ITitle: Witness:
Signature and Date:
)n for Rejection
sary)
August 27, 1981 6
SUPPLEMENT TO SPECIAL PROVISIONS
Section lA, Paragraph 8
Add to subparagraph (a):
Each month take a minimum of 12 photographs to show progress over
Contracting Officer will choose direction of photographs.
Section lA, Add subparagraph
10. Miscellaneous contract expenses
The contractor shall include in his bid price the cost of the fol
Water Connection Fee $200.00
Section 1C, Paragraph 6
Add:
See Section 01340 for additional requirements for submittals.
Section 1D, Paragraph 5
Add to subparagraph (a):
Include costs of meters to include fees, deposits, furnishing and
as applicable.
Section 1D, Paragraph 7
Add:
Include costs of meters to include fees, deposits, furnishing and
as applicable.
Section 1D, Paragraph 10
Add:
USPS FIELD OFFICE: Within 15 days prior to construction start, C
furnish a building or trailer, with a minimum of 800 square feet
to serve as a USPS temporary field office facility. Locate where
Reserved for Postal Service use only. Provide and maintain drink
facilities, adequate lighting, ventilation, heating, air conditio
a copy machine, and a partition enclosed chemical toilet. Provid
utility services and telephone services (3 instruments), and pay
services except long distance phone calls. Furnish with one draf
stool, one plan rack, three desks and six chairs. Provide a sepa
conditioned and heated space of not less than 400 square feet for
room. Furnish conference room with a conference table with space
and 20 chairs. It must be adjacent to USPS Field Office. Used f
building and used furniture and equipment, in good condition, wi
Equip entrance doors with substantial locks. Furnish janitorial
building is provided, construct so as to be easily moved. Reloc
twice during Contract, if so directed. Provide all weather vehic
pedestrian access and all weather parking areas for six cars at f
location. Entire temporary field office facility, including furn
remain property of Contractor. Remove from site after completion
entire site.
lowing charges:
removal costs
removal costs
ontractor
of floor space,
directed.
ing water
ing equipment,
hook-up to
~ost of all
ting table with
rate air
a conference
for 20 chairs,
ield office
1 be acceptable.
service. If a
te building
ular and
eld office
ture, will
of the Work.
Section 1D, Add subparagraph
11. Project sign
Provide and maintain a construction project sign at location dire¢
Contracting Officer. Size and layout will be furnished. Erect s
start of work. Leave sign in place after completion of work.
Section 1G, Paragraph 11
To second last sentence add:
And related Contract Documents.
ted by
gn prior to
~rI ~
x 5CKEEIq FAINTED
51GN PKOVIOED DY U,~P~.
~Xrchl~ec~." q r
"General C~n~rao+.or ' AkJO
SPECIFIC FIRM NkMrr~ ARE
TO 1SE §ILKSOKEENEO OK
PAINTED IbY CONTRACTOI~.
FKAME kklD I5)~C, KISOJklKD
PIKOVIDEO DY CON'TKAC,TOI~.
FUTUKA E~TKA I5OLD
A~D LOWEK CAC~F,.
SPECIFIC FII~M NAME~
FUTURA LIGHT TYPF~FA(
g" C,J,P HF~IGI4T, UFFE~
IJPFEK
CONSTRUCTION SITE SIGN
STANDARD DETAIL FILE NO :
DATE : 06-01-87 DRW'N BY:
SCALE: 3/4" = 1~ - O' CHK'D BY:
MEMPHIS
FACILITI ES
SERVICE
CENTER
DESIGN AND
CONSTRUCTION
DIVISION
FCS: (1)
UNITED STATES POSTAL SERVICE
FACILITIES MANAGEMENT SYSTEM
SUBCONTRACTOR INFORMATION IN FORM
LOCATION OF WORK:
CONTRACT NO:
FINNO/SUB:
PROJECT NO:
CONTRACTOR:
ADDRESS:
AWARD DATE:
AMOUNT:
(1)
COMPLETE FOR ALL FIRST-TIER SUBS AND SUBS BELOW FIRST-TIER OVER ~2000
* SUBCONTRACTOR NAME:
*
* STREET ADDRESS:
*
* CITY:
* VALUE OF WORK SUBCONTRACTED:
*
* (2) SMALL BUSINESS:
*
7
1-YES
2-NO
STATE:
DATE OF AWARD:
(3)MINORITY ENTERPRISE:
1-YES
ZIP CODE:
TYPE OF CONTRACT:
2-NO
* SUBCONTRACTOR NAME:
*
* STREET ADDRESS:
*
* CITY:
STATE: ZIP CODE:
* VALUE OF WORK SUBCONTRACTED:
* SMALL BUSINESS:
DATE OF AWARD: TYPE OF CONTRACT:
1-YES 2-NO MINORITY ENTERPRISE: 1-YES 2-NO
NOTES:
(1) Entries by USPS-All others Contractor
(2) A Small Business is one whose average annual receipts for last three years are less than the following: Subcontractors,
$5,000,000: General Contractors, ~12,000,000; A/E's, $7,500,000.
(3) All subcontractors and suppliers listed as Minority Business Enterprises must execute PS Form 7319-C, Representations and
Certifications (Business Data) Executed forms to be submitted concurrent with quarterly report
(4) Failure to submit these quarterly reports in accordance with requirements may result in delay of future payments.
* SUBCONTRACTOR INFORMATION IN FORM *
CONTINUATION SHEET
* SUBCONTRACTOR NAME:
*
* STREET ADDRESS:
.
. CITY:
*
* VALUE OF WORK SUBCONTRACTED:
* (2) SMALL BUSINESS:
*
1-YES
2-NO
STATE:
DATE OF AWARD:
(3)MINORITY ENTERPRISE:
1-YES
ZIP CODE:
TYPE OF CONTRACT:
2-NO
* SUBCONTRACTOR NAME:
*
* STREET ADDRESS:
. CITY:
*
* VALUE OF WORK SUBCONTRACTED:
, SMALl, BUSINESS:
*
1 -YES
2-NO
STATE:
DATE OF AWARD:
MINORITY ENTERPRISE:
1-YES
ZIP CODE:
TYPE OF CONTRACT:
2-NO
*
*
*
*
*
*
* SUBCONTRACTOR NAME:
*
* STREET ADDRESS:
~r
. CITY:
*
* VALUE OF WORK SUBCONTRACTED:
*
* (2) SMALL BUSINESS:
*
1-YES
2-NO
STATE:
DATE OF AWARD:
(3)MINORITY ENTERPRISE:
1-YES
ZIP CODE:
TYPE OF CONTRACT:
2-NO
Page I of
U.S. POSTAL SERVICE
i~"'~' "~ REPRESENTATIONS AND CERTIFICATIONS
.
....... (Business Data)
Name and Address of Offeror (No. and Street, Apr/Suite No., City, County, State and ZIP + 4) Solicitation or Order No.
Date of Offer or Order
The U.S. Postal Service is Cooperating With Other Agencies of the Federal Government in the Collecting of
The Offeror is Requested to Check the Appropriate Block(s) Contained on This Form.
NOTE: Offers MUST set forth full, accurate and complete information as required by this solicitation
making false statements in offers is prescribed in 18 U.S. ~ 1001.
Concerning Contract zva~
attachmentsI. The penalty for
Definitions
1. SMALL BUSINESS CONCERN. A small business
concern for the purposes of Postal Service procurement is a
concern, including its affiliates, which is independently
owned and operated, is not dominant in the field of opera-
tions in which it is submitting an offer, and is of a size
consistent with the standards set forth by SBA in CFR Part
121, or if no standard has been established, then of a size
employing not more than 500 employees. (Also see PCM
Section I, Part 7.)
2. MINORITY BUSINESS ENTERPRISE. A minority
business enterprise is a concern of which at least 51 percent
is owned by, and of which the management and daily
business operations are controlled by, one or more mem-
bers of a minority group. (For the purpose of this defini-
tion, minority group members are United States citizens
who are b/ack Americans, Hispanic Americans, Native
Americans, Asian.Pacific Americans, or Asian-Indian
Americans. "Native Americans" means American Indians,
Eskimos, Aleuts, or native Hawaiians. "Asian-Pacific
Americans" means those whose origins are in Japan, China,
the Philippines, Vietnam, Korea, Samoa, Guam, the U.S.
Trust Territories of the Pacific Islands, the Northern
Mar/aha Islands, Laos, Kampuchea, or Taiwan. "Asian-
Indian Americans" means those whose origins are in India,
Pakistan, or Bangladesh.)
3. WOMAN-OWNED BUSINESS. A woman-owned bus/-
ness is a business which is at least 51 percent owned, con-
trolled, and operated by a woman or women. Controlled is
defined as excercising the power to make policy decisions.
Operated is defined as actively involved in the day-to-day
management.
4. LABOR SURPLUS . A geographical area which
at the time of award is either section of concentrated un-
employment or underem ~ment, a persistent labor
surplus area, or a substantial h~bor surplus area, as defined
in this paragraph.
(a)
(b)
Section of concentrated Jnemployment or underem-
ployment means appropr~ sections of States or labor
areas so classified by the
Persistent labor surplus
classified by the
substantial and persisten
Area of Substantial and
of Labor.
rea means an area which is
lent of Labor as an area of
labor surplus (also called
Unemp!oyment) and
(c)
is listed as such by Department in conjunction
with its publication Area Trends in l:'/nplo, vment and
Unemplo)'ment.
Substantial labor surplus area means an area which is
classified by the'Depart~ent of Labor as an area of
substantial labor surplus called Area of Substan-
t/al Unemployment)
that Department in
Area Trends in Eh;
5. LABOR SURPLUS ARE
will perform or cause to be
portion of a contract in a
which is listed as such by
Jnction with its publication
CONCERN. A firm which
'reed a substantial pro-
surplus ~rea.
6. EDUCATIONAL OROT~ ER NON-PROFITORGANI-
ZATION. Any corporation, I ~undation, trust, or other in-
stitution operated for scienl or educational purposes,
not organized for profit, nc of the net earnings of
which inures to the profits f any private shareholder of
individual.
he Followin Blocks as are Applicable to the Entity Sub This Offer
L;nec~ as iVl~llly ul tll~ i uHu,v,.u ~ ............ · . O~
~ ~ of Business
(__~ Check Type of Business
W
Educational or Other Ion.Profit Organization
None of the Above ApIly to This Entity
Labor Surplus Area
Small Business
Minority Business Enterprise
Company Representative
I Signature and Date Signed
Printed Name and Title
NOTICE OF REQUIREMENT FOR AFFIR,~IATI
ACTION TO ENSURE EQUAL EMPLOYMENT
OPPORTUNITY (Executive Order 11246
1. The Offeror's or Bidder's attention is called to
"Equal Opportunity Clause" and the "Standard Federal Eqc
Employment Opportunity Construction Contract Specificati
set forth herein.
2. The goals and timetables for minority and female par
tion, expressed in percentage terms for the Contractor'
grate workforce in each trade on all construction work
covered area, are included in the utilization table(s)
These goals are applicable to all the Contractor'
construction work (whether or not it is federal or feder
performed in the covered area. If the contractor perfor
tion work in a geographical area located outside of the
it shall apply the goals established for such geographi(
the work is actually performed. With regard to this se(
contractor also is subject to the goals for both its re(
involved and nonfederally involved construction.
IE
L1
)ns"
:icipa-
aggre-
n the
n this Notice.
'ally assisted)
ms construc-
covered area,
al area where
ond area, the
Leral 1 y
from this
Jress, and
ication
the sub-
subcontract;
performed.
1 of 2
11/3/L~O
tier for construction work under the contract resulting
solicitation. The notification silall list the name, ad,
telephone numaer of the subcontractor; employer identif
number of the subcontractor; estimated dollar amount of
contract; estimated starting and completion dates of th,
and tile geographical area in which tile contract is to b.
Tile Contractor's compliance with.the Executive Or(ler and the
regulations in 41 CFR Part 60-4 shall be based on its iniplementation
of the Equal Opportunity Clause, specific affirmative a(:tion obliga-
tions required by the specifications set forth in 41CF~: 60-4.3(a),
and its efforts to meet the goals. The hours of minority and female
employment and training must be substantially uniform t~roughout the
lenath of the contract, and in each trade, and the contractor shall
mak~ a good faith effort to employ minorities and women~ as specified in
Item 4 of this Notice, on each of its projects. The tr4ns~er of minority
or female employees or trainees from Contractor to Cont~acuor or ~rom
project to project for the sole purpole of meeting the ~ontrac~or's
goals shall be a violation of the contract, the ExecutiVe Orde, and the
regulations in 41 CFR Part 60-4. Compliance with the g~als will be
measured against tile total wor~ hours performed.
I
3. The Contractor shall provide written notification t,) the Director '
of the Office of Federal Contract Compliance Programs with 10 days
of award of any construction subcontract in excess of $10,000 at any
4. As used in this Notice, and in the contract resulting
this solicitation, the "covered area" is noted in the uti
table(s) below:
FEi~LE UTILIZATION
(Area Covered: Nationwide)
GOALS AND TIMETABLES
Timetable Trade
Until Further Notice
(Area Covered:
All
UNTIL FURTHER NOTICE
MINORITY UTILIZATION
DALLAS County, TEXA~
*Al 1
*The above minority goal does not apply to contractor
which are participating under a Hometown Plan approv
by OFCCP and where this contract is to be performed
the Geographical area covered by the'Hometown Plan.
this instance, the participating contractors shall c
with the goals of the Hometown Plan for all construc
work performed under this contract.
from
ization
Goals (Percent)
$
~mply
,ion
2 of 2
6.9
18.2
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY
CONSTRUCTION CONTRACT SPECIFICATIONS
(EXECUTIVE ORDER 11246)
I. As used in these specifications:
(a) "Covered area" means the geographlcal area
descrlbed In the sollcltation from which this contract
resulted:
(b) "Dlrector" means Director, Office of Federal
Contract Compliance Programs, United States Department
of Labor, or any person to whom the Director delegates
authority;
(c) "Employer Identification number" means the
'Federal Social Security number used on the Employer's
Quarterly Federal Tax Return, U.S. Treasury Department
Form 941.
(d) "Mlnor lty"lncludes:
(I) Black (all persons having origins in any
of the Black African racial groups not of Hispanic
orgln):
(il) Hlspanic (all persons of Mexican,
Puerto Rlcan, Cuban, Central or South American or
other spanlsh culture or orlglns regardless of race):
(Iii) Asian and Pacific Islander (all
persons havlng orlglns in any of the original peoples
of the Far East, Southeast Asia, the Indian
Subcontinent, or the Pacific Island; and
(iv) ~erlcan Indian or Alaskan Native (all
persons having orlglns In any of the orlginal peoples
of North America and maintaining Identlflable tribal
affiliations through membershlp and partlclpatlon or
community identlflcation).
2. Whenever the Contractor, or any Subcontractor at
any tier, subcontracts a portion of the work involving
any construction trade, It shall physically Include In
each subcontract in excess of $10,000 the provisions
of these speclflcatlons and the NOtice which contains
the applicable goals for minority and female
participation and which Is set forth in the
sollcitatlons from which the contract resulted.
3. If the Contractor ls participating (pursuant to 41
CFR 60-4.5) In a Hometown Plan Approved by the U.S.
Department of Labor in the covered area either
individually or through an association, Its
affirmative action obligations on all work In the Plan
area (including goals and timetables) shall be In
accordance with Tha Plan for those trades which have
unions participating In the Plan. Contracators must
be able to demonstrate their participation in and
compliance with the provisions of any such Hometown
Plan. Each Contractor or Subcontractor participating
in an approved Plan is Indivldually required to comply
with Its obligations under the EEO clause, and to make
a good faith effort to achieve each goal under the
Plan In each trade In which It has employees. The
overall good faith performance by other Contractors or
Subcontractors toward a goal In any approved Plan does
not excuse any covered Contractor's or Subcontractor's
failure to take good faith efforts to achieve the Plan
goals and timetables.
4. The Contractor shall Implement the specific
affirmative action standards provided in paragraph 7a
through p of these specifications. The goals set
forth in the sollcitatlon from which this contract
resulted are expressed as percentages of the total
hours of employment and tralnlng of minority and
female utilization the Contractor should reasonably be
able to achieve In each construction trade in which it
has employees In the covered area. Covered
Construction contractors performing construction work
in geographical areas where they do not have a Federal
or federally assisted construction contract shall
apply the minority and female goals established for
the geographical area where the work Is being
performed. Goals are publlshed periodically in the
Federal Register In Notlce Form, and such notices may
be obtalned from any Office of Federal Contract
Cc~pllance Programs office or from Federal procurement
contracting officers. The contractor Is expected to
make substantially uniform progress in meeting Its
goals in each craft during the period specified.
5. Neither the provisio~
bargaining agreement, nor th
whom the Contractor has
agreement, to refer either
excuse the Contractors
specifications, Executive
regulations promulgated puts
6. In order for the nonw
apprentices and trainees to
goals, such apprentices m
Contractor during the tr
Contractor must have made a
apprentices and trainees at
training subject to the a
opportunities. Trainees mu=
training programs approved
Labor.
7. The Contractor shall
actions to ensure equal em
evaluation of the Contractc
speclficatlons shall be bi
achieve maximum results
Contractor shall document
shall Implement affirmative
extensive as the following:
(a) Ensure and malnta
free of harassment, Intlmld~
sites, and in all facilltles
employees are assigned to wc
possible, will assign two
constructlon project.
specifically ensure that all
and other on-site superviso~
and carry out the Contract~
such a working environment
minority or female Individu
or In such facllltles.
(b) Establish and mai~
mlnorlty and female recr
written notlflcatlon to
recruitment sources, and t
when the Contractor or
opportunities available, an¢
organlzations responses.
(c) Maintain a curre
addresses and telephone num
female off-the-street appll
referral from a union,
cemmunity organization and
with respect to each
Indlvldual was sent to t~
referral and was not referr
by the union, or, If re
Contractor, this shall be d
the reason therefor, along
actions the Contractor may
(d) Provide Immediate
Director when the unlon
Contractor has a colleotl~
not referred to the Contra(
woman sent by the Contract(
has other Information that
has Impeded the Contracto
obllgatlons.
(e)Develop on-the-job
and/or participate in trait
which expressly Include mln¢
upgradlng programs and al
programs relevant to th~
needs, especially those pro~
the Department of Labor. TI
notice of these programs to
7b above.
(f)Dlssemlnate the Cor
~s of any collective
e failure by a union with
a collective bargaining
nlnorltles or women shall
)bllgatlons under these
Order 11246, or the
~ant thereto.
~rklng tralnlng hours of
be counted in meeting the
jst be employed by the
mining period, and the
commitment to employ the
the completion of thelr
tallabillty of employment
be trained pursuant to
>y the U.S. Department of
'aka specific affirmative
~loyment opportunity. The
~'s compliance with these
~sed upon its effort to
from Its actions. The
~hese efforts fully, and
action steps at least as
n a working environment
tlon, and coercion at all
at which the Contractor's
rk. The Contractor, where
or more women to each
The contractor shall
foremen, superintendents,
'y personnel are aware of
"s obligation to maintain
~lth specific attention to
~ls working at such sites
~tain a current list of
jitment sources, provide
minority and female
community organizations
unions have employment
maintain a record of the
file of the names,
)ers of each minority and
ant and minority or female
s recruitment source of
of what action was taken
:h Individual. If such
e union hiring hall for
ed back to the Contractor
~erred, not employed the
~umented In the file with
wlth whatever additional
~ve taken.
rltten notification to the
~ unions with which the
~ bargaining agreement has
:tot a minority, person or
r, or when the Contractor
*he union referral process
"s efforts to meet Its
training opportunities
lng programs for the area
.rltles and women Including
)renticeship and trainee
Contractor's employment
'ams funded or approved by
,e Contractor shall provide
the sources compiled under
'ractor's EEO policy by
providing notice of the policy to unions and training
programs and requesting their cooperation In assisting
the Contractor In meeting Its EEO Obligations; by
Including It In any policy manual and collectlve
bargalning agreement; by publiclzlng it in the company
newspaper, annual report, etc., by speclfic review of
the policy with all management personnel and wlth
minorlty and female employees at least once a year and
by posting the company EEO policy on bulletin boards
accesslble to all employees at each Iocatlon where
construction work is performed.
(g)Revlew, at least annually, the company's EEO
policy and afflrmatlve actlon obligations under these
speclficatlons with all employees having any
responsibility for hiring, assignment, layoff,
termination or other employment decisions, lncludlng
specific review of these Items with on-site
supervlsory personnel such as Superlntendents, ~eneral
Foremen, etc., prior to the Inltiatlon of construction
work at any Job site. A written record shall be made
and maintained Identifying the time and place of these
meeting, persons attending, subject ma~-~er discussed,
and disposition of the subject matter.
(h)Dlssemlnate the Contractor's EEO policy
externally by Including it in any advertlslng In the
news media, specifically Including minority and female
news media and providing written notification to and
discussing the Contractor's EEO policy with other
Contractors and Subcontractors with whom the
Contractor does or anticipates doing business.
(i)Dlrect its recruitment efforts, both oral and
written to minority, female and community
organizations, to schools with minority and female
students and to mlnority and female recruitment and
training organizations serving the Contractor's
recruitment area and employment needs. Not later than
one month prior to the date for the acceptance of
applications for apprenticeship or other training by
any recruitment source, the Contractor shall send
written notiflcatlon to organizations such as the
above, describing the openings, screening procedures,
and tests to be used in the selection process.
(j)Encourage present mlnorlty and female employees
to recruit other minority persons and women and, where
reasonable, provide after school, summer and vacation
employment to minority and female youth both on the
side and In other areas of a Contractor's workforce.
(k)Valldate all tests and other selectlon
requirements where there is an obligation to do so
under 41 CFR Part 60-3.
(I)Conduct, at least annually, and Inventory and
evaluation at least of all minority and female
personnel for promotional opportunltles and encourage
these employees to seek or to prepare for, through
approprlate tralning, etc., such opportunities.
(m)Ensure that seniority practices, job
classifications, work assignments and other personnel
practice, do not have a discriminatory effect by
continually monitoring all personnel and employment
related activitles to ensure that the EEO policy and
the contractor's obligations under these
specifications are being carried out.
(n) Ensure that all facilities and company
actlvlfles are non-segregated except that separate or
single user tollet and necessary changing facllitles
shall be provlded to assure prlvecy between the sexes.
(o) Document and maintaln a record of all
solicitations of offers for subcontracts from minority
and female construction contractors and suppliers,
Including clrculatlon of sollcltatlons to minority and
female contractor associations and other business
associations.
(pi Conduct a review, at least annually, of all
supervisors adherrence to the performance under the
Contractor's EEO pollcles and affirmative actlon
obllgatlons.
8. Contractors are encouraged to participate in
voluntary associations which assist In fulfilling one
or more of their affirmative actlon obligations (Tm
through pi. The efforts of a contractor association,
joint contractor union, contractor community, or other
similar group of which the co~
participant may be asserted a~
more of its obllgatlons under
Speclflcations provided that
participates in the group, mak,
that the group has a positive
of minorities and women In th~
the concrete benefits of the
the Contractor's mlnority
particlpation, makes a good
Individual goals and timetable
to documentation which demons-
of actions taken on behalf
obligation to comply, however,
failure of such a group to ful
not be a defense for the Contm
9. A single goal for mi noriti
goal for wc~en have been estab
however, Is required to pr
opportunity and to take affl
minority groups, both male an,
both minority and non-minor
Contractor may be in vlolatio~
if a particular group emplc
disparate manner (for ex~
Contractor has achieved Its ge
the Contractor may be In vic
Order If a specific minorl
under-utilized.)
I0. The Contractor shall
timetable or affirmative
discriminate against any pe
color, religion, sex, or natio
II. The Contractor shall
Subcontract with any person
Government contracts pursuant
12. The Contractor shall cerr
penalties for violatlon of th,
the equal opportunity clause
term inatlon and cancetlatlon
as may be Imposed or ordere
Order 11246, as amended,
regulations, by the Offio
Compliance Programs. Any ¢
carry out such sanctlons an.
vlolatlon of these speclflcai
11246 as amended.
13. The Contractor, In ful
under these specifications,
afflrmatlve action steps,
those standards prescribed
specifications so as to achl
its efforts to ensure equal
If the Contractor fails
requirements of the Executl~
regulations or these specl
shall proceed In accordance w
14. The Contractor shall
officlal to monitor all emplc
ensure that the company EEO
out, to sub~lt reports tel
hereof as may be required
keep records. Records shall
e~ployee the name, addre
construction trade, unton
employee identlflcatlon numb
security number, race, sex,
apprentlce, trainee, helper~
changes In status, hours
Indicated trade, rate of pa~
the work was performed. Ret
In an easily understandabl
however, to the degree that
this requirement, contractor!
maintain separate records.
15. Nothing herein provided
Ilmltatlon upon the applica'
establish different stander(
the appllcatlon of require
local or other area resider
Public Works Employment Act
Development Block Grant Progr
tractor ls a member and
i fulfilling any one or
7a through p of these.
~he contractor actively
~ every effort to assure
Impact on the employment
~ Industry, ensures that
,rogram are reflected In
and female workforce
~ith effort to meet Its
and can provide access
rates the effectiveness
~f the Contractor. The
ls the Contractor's and
fill an obligation shall
~ctor's noncompliance.
es and a separate single
Ilshed. The Contractor,
avlde equal employment
rmatlve action for all
I female, and all women,
ry. Consequently, the
of the Executive Order
~ed In a substantially
le even though the
als for women generally,
lation of the Executive
ty group of women Is
~t use the goals and
action standards to
rson because of race,
~al origin.
not enter into any
or firm debarred from
~o Executive Order 11246.
~ out such sanctions and
~se specifications an~ of
~, Including suspension,
of existing subcontracts
d pursuant to Executive
and its Implementing
of Federal Contract
~ntractor who fails to
penalties shall be in
one and Executive Order
filling its obligations
shall implement specific
least as extensive as
in paragraph 7 of
~ve maximum results from
employment opportunity.
to comply wlth the
Order, the Implementing
~Ications, the Director
th 41CFP 60 4.8.
lesignate a responsible
yment related activity to
policy is being carried
atlng to the provisions
y the ~3vernment and to
at least Include for each
SS, telephone numbers,
affIIiatlon, if any,
~r when asslgned, social
status (e.g.. mechanic,
or laborer), dates of
#orked per week In the
,, and locations at which
:ords shall be maintained
· and retrievable form;
exlstlng records satisfy
shall not be required to
shell be construed as a
~lon of other laws which
Is of compliance or upon
~nts for the hiring of
ts (e.g. those under the
of 1977 and the Community
am.)
CLAUSE
12
13A
13B
'14
15
'16
17
18
19
20
21
22
23
24
25
GENERAL
PROVISIONS FOR
FIXED-PRICE CONSTRUC'
TITLE PAGE
* 1 Defmitions ......................... 2
2 Authorities and Limitations ............... 2
3 Conditions Affecting the Work ............. 2
'4 Claims and Disputes ................... 2
*S Disputes Concerning Labor Standaxds ......... 2
6 Changes .......................... 3
7 Differing Site Conditions ................. 3
*8 Equitable Adjustments .................. 3
9 Suspension of Work .................... 4
*10 Termination for Convenience of the
Postal Service ....................... 5
*11 Termination for Default-Damages for Contractor
Delay-Time Extensions ................. 6
Contract Modifications .................. 6
Postal Service Property .................. 6
Postal Service Property (Short Form) ......... 8
Performance of Work by Contractor .......... 8
Superintendence by Contractor ............. 8
Material and Workmanship ................ 9
Working Hours ...................... 9
Use.of Premises ...................... 9
Other Contracts ...................... 9
Subcontracts ........................ 9
Indemnification ...................... 9
Contract and Bonds .................... 9
Additional Bond Security ................ 9
Audit-Price Adjustments ................. 9
Subcontractor Cost and Pricing
Data-Price Adjustments ................. 9
26 Certificate of Current Cost or Pricing Data ...... 10
27 Price Reduction for Defective Cost or
Pricing Data-Price Adjustments ............. 10
28 Covenant Against Contingent Fees ........... 10
29 Officials Not to Benefit ................. 10
*30 Gratuities ......................... 10
31 Permits and Responsibilities ............... 10
32 Federal, State, and Local Taxes ............. 10
33 Assignment of Contract and Claims ........... 11
34 Buy American ....................... 11
35 Payments .......................... 11
36 Certification of Payment ................. 12
37 Furnishing Information and Records .......... 12
*Revised
PS Form 7391, July 1984 (p. I of 19)
CLAUSE
38 U.S. Postal Service Rigl
and Data (Unlimited].
39 Patent Indemnity...
40 Notice and Assistance f
and Copyright Infringe~
41 Authorization and Con:
42 Equal Opportunity..
43 Participation of Small t
Minority Business/Ente
*44 Reporting Small Busine
Enterprise Participatior
*45 Utilization of Minority
i'ION CONTRACTS
*47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
*68
Enterprises ......................... 13
Minority Business Ente: l~tises Subcontractin&
Program .......................... 14
Aff'umative A~tion for Disabled Veterans and
Veterans of the Vietnai a Era .............. 14
Affirmative Action for Plandicapped
Workers .......................... 15
Participation of Concez ~s in Labor
Surplus Areas ....................... 15
Convict Labor ....................... 15
Inspection and Accept; Ice ............... 15
Building Codes, Fees a~ d Cl~arges ............ 16
Accident Prevention ................... 16
Protection of Existing regetation,
Structures, Utilities an, Improvements ......... 16
Heat ............................ 16
Debris and Cleaning ................... 16
Measurements ....................... 16
Survey Monuments ant Bench Marks .......... 16
Samples .......................... 17
Specifications and Dra~ tings ............... 17
Standazd References .................... 17
Shop Drawings, Coordi ~afion Drawings
· and Schedules ........................ 18
Record "As Built" Dra tings ............... 18
Spare-Pa~s Data ....................... 18
Construction Progress I .'hart ............... 18
Postal Service Occupan :y ................ 19
Guarantees .......................... 19
Clean Ah and Water .................... 19
INDEX
TITLE PAGE
ts in Designs
~gaiding Patent
,ent ............... 11
;nt ............... 13
................. 13
usiness and
,lnise Concerns. ........ 13
ss and Minority Business/
.................
Business
1. DEFINITIONS
As used throughout this contract, the following terms
shall have the meaning set forth below:
(a) "Postal Service" means United States Postal
Service.
(b) "Contracting Officer" means the person execut-
ing this contract on behalf of the Postal Service, and any other
officer or employee who is properly designated Contracting
Officer; and the authorized representative of the Contracting
Officer acting within the limits of his authority.
(c) "Contractor" means the person or persons, part-
nership or corporation named as Contractor in the contract.
2. AUTHORITIES AND LIMITATIONS
(a) AU work shall be performed under the general
direction of the Contracting Officer, or in his absence the person
designated to perform the function of Contracting Officer, who
alone shall have the power to bind the Postal Service and to
exercise the rights, responsibilities, authorities and functions
vested in him by the contract documents, except that he shall
have the right to designate an authorized representative to act
for him. Wherever any provision in this contract specifies an
individual (tach as, but not limited to, Construction Engineer,
Resident Engineer, Inspector or Custodian] or organization,
whether Governmental or private, to perform any act on behaff
of or in the interests of the Postal Service, that individual or
organization shall be deemed to be the Contracting Officer's
authorized representative under this contract but only to the
extent ~o specified. The Contracting Officer may, at any time
during the performance of this contract, vest in such autho-
rized representatives additional power and authority to act for
him or designate additional authorized representatives, specify-
lng the extent of thek authority to act for him. A copy of each
document vesting additional authority in an authorized repre-
sentative or designating an additional authorized representative
shall be furnished to the Contractor. NO INDMDUAL IS
AUTHORIZED TO CHANGE ANY PROVISION OF THE
SPECIFICATIONS WITHOUT WRITTEN AUTHORIZATION
OF THE CONTRACTING OFFICER, NOR SHALL Till:
PRESENCE OR ABSENCE OF AN INSPECTOR RELIE¥I:
THE CONTRACTOR FROM ANY REQUIREMENT OF THl:
CONTRACT.
(b) The Contractor shall perform the contract in
accordance with any order {including but not limited to instruc-
tion, direction, interpretation or determination} issued by an
authorized representative in accordance with his authority to
act for the Contracting Officer; but the Contractor assumes all
the risks and consequences of performing the contract in accord-
ance with any order {including but not limited to instruction,
direction, interpretation or determination} of anyone not
authorized to ispae such order.
3. CONDITIONS AFFECTING THE WORK
The Contractor shall be responsible for having taken
steps reasonably necessary to ascertain the nature and location
of the work, and the general and local conditions which can
affect the work or thc cost thereof. Any failure by the Contrac-
tor to do so will not relieve him from responsibility for success-
fuUy performing the work without additional expense to the
Postal Service. The Postal Service assume no responsibility for
any understanding or representations concerning conditions
made by any of its officers or agents prior to the execution
of this contract, unless such understanding or representations
by the Postal Service are expressly stated in the contract.
4. CLAIMS AND DISPUTES (MAY 198a)
(a) This contract is subject to the Contract Disputes
Act of 1978 (P.L. 95-563, 41 U.S.C. 601-613) ("the Act").
(b) All disputes arising under or relating to this con-
tract shah be resolved under this clause. References to a Dis-
putes clause in other clauses of this contract shall be understood
to be references to this Claims and Disputes clause.
PS Form 7391, July 1984 (p. 2of191
(c) (i) 'Claim,"
wirtren demand or assertion
a legal right, the payment
ration of contract terms, or
to this contract.
(ii) A voucI
that is not in dispute when
Act. However, where such st
upon in a reasonable time,
amount, it may be converted
(iii) A claim
in writing and mbmitted t,
sion. A claim by the Postal
be in the form of a decision
(d) For Contractc
Contractor shall submit
(i) the ~lnim is made in g
accurate and complete to t
edge and beUef; and (iii)
reflects the contract adju,,
believes the Postal Service
individual, the certification
If the Contractor is not an
executed by a senior corn
tractor's plant or location
partner of the Contractor'
need not be certified.
(e) Any claim
shall be decided by the C~
decision in writing and sha
of the decision to the Con
$$0,000, the Contracting (
60 days or notify the Cont
will be made. For Contra~
Contracting Officer must
Contracting Officer's decisi
not subject to review by
agency unless:
(i) The
the Postal Servi~e Board
after the date the Contrac
final decision; or
(ii) The C
on the claim in the United
after the date the Contrac
final decision.
(f) The authorit
the Act does not extend
agencies are expressly aut
decide.
(g) The Postal Si
found due on a Contractor
Officer receives the clain
accordance with (d), abos
otherwise be due, if that
ment. Simple interest will
Secretary of the Treasux
tracting Officer receives
by the Secretary for eac
the claim is pending.
(h) Except as th
lng irmal resolution of a c
the contract, the Contra¢
performance of the contr=
lng Officer's decision.
5. DISPUTES CONCE
(MAR. 1984)
Disputes arising
of this contract shall not
clause of this contract. Su
ance with the procedures
as used in this clause, means a
by one of the parties seeking, as
money, adjustment or interpre-
)ther relief arising under or relating
,"r, invoice, or request for payment
submitted is not a claim under the
bmission is subsequently not acted
~r disputed either as to liability or
to a claim under the Act.
by the Contractor shall be made
) the Contracting Officer for deci-
Service against the Contractor shall
,y the Contracting Officer.
claims of more than $50,000, the
th the claim a certification that:
~od faith; (ii) supporting data are
~e best of the Contractor's knowl-
the amount requested accurately
.tment for which the Contractor
is liable. If the Contractor is an
~hali be executed by that individual.
individual, the certification shall be
tony official in charge at the Con-
nvolved; or by an officer or general
affairs. Claims less than $50,000
ch is not disposed of by agreement
retracting Officer who shall issue a
II mail or otherwise furnish a copy
tractor. For Contractor claims over
~fficer must decide the claim within
actor of the date when the decision
:tot claims of $50,000 or less, the
nder a decision within 60 days. The
on shall be final and conclusive and
ny forum, txibunai, or Government
)ntractor appeals such decision to
)f Contract AppeaLs within 90 days
:or receives the Contracting Officer's
,ntractor brings an action directly
tates Claims Court w/thin 12 months
or receives the Contracting Officer's
f of the Contracting Officer under
to claims or disputes which other
horized by statute or regulations to
trice shall pay interest on the amount
claim from the date the Contracting
(properly certified, if required, in
), or from the data payment would
date is later, until the date of pay-
be paid at the rate, established by the
· which is applicable when the Con-
he claim and then at the rate fixed
successive 6-month period in which
,. parties may otherwise agree, pend-
[aim by the Contractor arising under
tot shaU proceed diligently with the
~ct in accordance with the Contract-
:~NING LABOR STANDARDS
.t of the labor standards provisions
~e subject to the Claims and Disputes
:h disputes shall be resolved in accord-
~f the Department of Labor set forth
in 29 CFR Pans $, 6, and 7. Disputes within the meaning of
this clause include disputes between the Contractor (or any
of its mbcontractors) and the contractin~ agency, the U.S.
Department of Labor, or their employees or their representatives.
6. CHANGES
(a) The Contracting Officer may, at any time, with-
out notice to the sureties, by written order designated or indi-
cated to be a change order, make any change in the work within
the general scope of the conuact, including but not limited to
changes:
(1) In the specifications (including d~awing~
and designs);
(2) In the method or manner of performance
of the work;
(3) In the Postal Service-fur~ed facilities,
equipment, materlaiz, statices, or site; or
(4) Directing acceleration in the performance
of the work.
(b) Any other written order or an oral order (which
terms as used in this pa~ag~ph (b) ~hall include direction,
instruction, inte~etarion, o~ determination) from the Con-
tractin~ Officer, which causes any such chan~, shall be treated
as a chan~ order under this clanse, provided that the Contractor
gives the contracting Officer written notice statin~ the date,
circumstances, and source of the order and that the Contractor
regards the order as a clun~ order.
(c) Except as berein provided, no order, statemeut, or
conduct of the Contractin~ Officer shsll be treated as a chan~
under this clause or entitle the Contractor to an equitable
adjustment hereunder.
(d) If any clumse under this cleuse causes an increas~
or decreas~ in the Contractor's cost of, or the time required for,
the performsnce of any pan of the work under this contract,
whether or not changed by any order, an equitable ~djustment
shall be made and the contract modified in writin~ accordingly:
Provided, however, that except for claims based on defective
sp~-ifications, no claim for any chan~ under Co) above shall
be allowed for any costs incurred more than twenty (20) days
before the Contractor gives written notice as therein r~quired:
And provided further, that in the cas~ of defective speciflcao
tions for which the Postal Service is responsible, the equitable
adjustment shall include any inereased cost reesonsbly incurred
by the Contractor in attemptin~ to comply with such defective
specifications.
(e) If the Contractor intends to assert a claim for an
equitable adjustment under this clause, he must, within thirty
(30) days after receipt of a written chan~ order under
above or the furnishing of a written notice under (b) above,
submit to the Contracting Officer a written statement setrin~
forth the general nature and monetary extent of such clsim,
unless this period is extended by the Postal Service. The state-
ment of claim hereunder may be included in the notice under
(b) above.
(f) No claim by the Contractor for an equitable
adjustment hereunder shall be allowed if asserted after f'mal
payment under this contract.
(~) When costs are a factor in any determination of a
contract price adjustment pursuant to this clause or any other
provision of this contract, such costs shall be in accordance with
the contract cost principles and procedures in Section 15 of the
Postal Contracting Manual which are in effect on the date of
this contract.
7. DIFFERING SITE CONDITIONS
(a) The Contractor shall promptly, and before such
conditions are disturbed, notify the Contracting Officer in
writing of: (1) subsurface or latent physical conditions at the
site differing materially from those indicated in this contract,
or (2) unknown physical conditions at the site, of an unusual
nature, differing materially from those ordinarily encountered
and generally recognized u inhering in work of the character
PS Form 7391, July 1984 (p. 3of19)
provided for in ~ contrac
promptly investigate the con(
conditions do materially so
decrease in the Contractor's (
performance of any part o
whether or not changed as a l
table adjustment shall be m~
writing accordingly.
(b) No claim of the
be allowed unless the Contra~
in (a) above; provided howe~
may be extended by the Postal
(c) No claim by
adjustment hereunder shah
payment under this contract.
S. EQUITABLE ADJUS1
(a) The Contzactor'~
tary extent of any claim fo]
contract shah be submitted i
posal /unless otherwise reqL
down of ah increases or d~cr~
and ah Subcontractors' work
(1) Material q'
(2) Labor cos
material to be placed or operat
(3) Construc~
(4) Workmen'
bllity Inmrance
($) Ovethaui
(6) Profit
(7) Employm~
Co) The overhaul, p
included in the proposal, shal
at the end of this para~ph,;
but not be limited to, insura~
this "Equitable Adjustmeuts'
amah tools, incidental job bu
No percentages for overheat
allowed on employment tax
percentages for overhead, pro
tlated and may vary accordi=
plexity of the work involved.
not to exceed the maximut
be allowed regardleu of the
that ia, the markup on work
will be limited to one ove~
percentage in addition to th~
percentage. On proponh cow
in the amount of the contra~
appUcable, commission, will
only. On proposals for decreal
the overhead, profit, and, w
be added to the decrease in dir
. To Contractor on work
performed by other th~
his own forces -
To Contractor and/or ti
subcontractors for that
portion of the work per
formed with their respe,
tive forces -
(c) The Contractor:
request for time extension (if=
(d) In considering a
make check estimates in detai
fled or agreed upon, with a
adjustment.
:. The Contracting Officer shall
itions, and if he f'mds that such
differ and cause an incre,tse or
est of, or the time required for,
! the work under this contract
~sult of such conditions, an equi-
de and the contrac~ modified in
2ontractor under this chuse shah
,~or has given the notice required
er, the time prescribed therefore
ie Contractor for an equitable
allowed if asserted a~ter f'mal
ENTS (JULY 1984)
written statement of the mone-
equitable adjustment under this
n the form of a lump sum pro-
esred) with an itemized break-
~es in the cost of the Contractor's
in at least the following deta/l:
mntitie$ and unit cost
3 (identified with specific item of
!on to be performed)
on equipment
Compensation and Public L/a-
at taxes under FICA and FUTA
,~flt and commission percentages
not exceed the maximums given
nd shah be considered to include,
tce other than that mentioned in
' clause, bond or bonds, use of
dens, and general office expense.
profit or commission will be
.
~ under FICA and FUTA. The
(It and commission shah be nego-
~ to the nature, extent and com-
~ot more than three percentages,
percentages shown below, will
amber of tiers of subcontractors;
ubcontracted by a Subcontractor
lead percentage and one profit
, Prime Contractor's commission
~ring both increases and decreases
, the overhead, profit and, where
)e computed on the net change
es in the amount of the contract,
5ere applicable, commission w/il
,,ct cost.
Over- Commis-
head Profit sion
- - 10%
10% 10%
tail submit with the proposal his
proposal, the Postal Service shall
, utilizing unit prices where speci-
view to arriving at an equitable
(e) After receipt of a proposal with a detailed break-
down, the Contracting Officer shall act promptly thereon,
provided, however, that when the necessity to proceed with a
change does not allow sufficient time to check a proposal, or in
the event of failure to reach agreement on a proposal, the
Posta~ Service may order the Contractor to proceed on the basis
of price to be determined at the earliest practicable date but not
to be more than the increase or less than the decrease proposed.
(f) The Contractor shall submit all claims for equitable
adjustment under the "Differing Site Conditions" clause, in
accordance with, and subject to the requirements and limitations
set forth in the "Differing Site Conditions" clause and in this
"Equitable Adjustments" clause. AH other claims for equitable
adjustment submitted by the Contractor under this contract
shall be subject to the requirements and limitations set forth in
this clause.
(g) Upon written request by the Contracting Officer,
the Contractor shall submit a proposal, in accordance with the
requirements and limitations set out in paragraphs (a) through
(g) of this "Equitable Adjustments" clause, for work involving
contemplated changes covered by the request, within the time
limit indicated in the request or any extension of such time
limit as may be subsequently ~nted. If, within a reasonable
time after receipt of such a proposal, the Contracting Officer
orders the Contractor to proceed with the performance of the
work contemplated, the proposei submitted prior to the order
shall constitute the Contractor's statement of the monetary
extent of claim for equitable adjustment.
9. SUSPENSION OF WORK
(a) The Contracting Officer may order the Contrac-
tor in writing to suspend, delay, or interrupt all or any part
of the work for such period of time as he may detenuine to
be appropriate for the convenience of the Postal Service.
(b) If the performance of all or any pan of the work
is, for an unreasonable period of time, suspended, delayed,
or interrupted by an act of the Contracting Officer in the
administration of this contract, or by his failure to act within
the time specified in this contcact /o~ if no time i~ s~eci/ied,
within a reasonable time/, an adjustment shall be made for
any increase in the cost of performance of this contract {ex-
cluding pm/it) necessarily caused by such unreasonable sus-
pension, delay, or interruption and the contract modified
in writing accordingly. However, no adjustment shall be made
under this clause for any suspension, delay, or interruption
to the extent (l) that the performance would have been so
suspended, delayed, .or interrupted by any other cause, includ-
ing the fault or negligence of the Contractor or (2) for which
an equitable adjustment is provided for or excluded under
any other provision of this contract.
(c) No claim under this clause shall be allowed (1) for
any costs incurred more than twenty (20) days before the Con-
tractor shall have notified the Contracting Officer in writing
of the act or failure to act involved {but this requirement shall
not apply as a claim resulting from a suspension order), and
(2) unless the claim, in an amount stated, is asserted in writing
as soon as practicable after the termination of such suspension,
delay, or interruption, but not later than the date of f'mai
payment under the contract.
10. TERMINATION FOR CONVENIENCE OF THE
POSTAL SERVICE
(a) The performance of work under this contract
may be term/nated by the Postal Service in accordance with
this clause in whole, or from time to time in part, whenever
the Contracting Officer shall determine that such termination
is in the best interest of the Postal Service. Any such termi=
nation shall be effected by delivery to the Contractor of a
Notice of Termination specifying the extent to which perfor-
mance of work under the contract is terminated, and the date
upon which such termination becomes effective.
Co) After receipt
except as otherwise dizecte
Contractor shaH:
(1) Stop w~
and to the extent specified
(2) Place
for materials, services, or
for completion of such
tract as is not terminated.
(3) Termim
to the extent that they
terminated by the Notice of
(4) AssiSn
at the times, and to the
Officer, all of the rights,
under the ordi~rs and sub
case the Postal Service shs
to settle or l~ty any or all
of such orders and subcont~
(5) Seine
claims arising out of suc
contracts, with the appro,
ing Officer to the exten~
or ratification shall be
clause;
(6) Tramf
deliver in the manner, at t
dix~cted by the Contracti~
fabricated parts, work in
and other material produc~
nection with the performm
Notice of Termination,
completed plans, drawings
which, if the contract has
required to be fumishnd to
(7) Use his
at the times, to the extenl
or authorized by the Cont
types referred to in (6) a
Contractor (i) shall not
purchaser, and (ii) may a,
conditions prescribed and
the Contracting Officer:
ceeds of any such t~ansfe
reduction of any paymenl
to the Contractor under
credited to the price or cc
tract or paid in such oth~
may direct;
(8) Comph
the work as shall not ham
Termination; and
(9) Take~
or as the Contracting Off
and preservation of the
is in the posse.~tlon of the
service has or may acquire
At any time after
period, as der'reed in Se~
as the definition may be a
tractor may submit to the
as to quantity and quality
inventory not previousiy
disposition of which has
Contracting Officer, and
remove such items or ent,
them. Not later than rift,
Service will accept title
enter into a storage ag
that the list submitted s~
Contracting Officer upon
ate stored, within forty-fi
)f a Notice of Termination, and
by the Contracting Officer, the
k under the contract on the date
the Notice of Termination;
o further orders or subcontracts
.cilities except as may be necessary
sion of the work under the con-
:e all orders and subcontracts
elate to the performance of work
Temtination.
o the Postal Se~ce, in the manner,
xtent directed by the Contracting
isle, and interest of the Contractor
~ntractors so terminated, in which
II have the right, in its disc~tion,
laims arising out of the termination
.ets;
tll outstanding liabilities and all
,~ termination of orders and sub.
'al of ratification of the Contract-
he may require, which approval
iud for all the purposes of this
~ title to the Postal Service and
te times, and to the extent, if any,
Officer, (i) the fabricated or un=
,recess, completed work, supplies,
as a part of, or acquired in con-
tee of, the work terminated by the
~d (ii) the completed or partially
. information, and other property
been completed, would have been
he Postal Service.
best efforts to sell, in the manner,
, and at the price or prices directed
~cting Officer, any property of the
)eve: Provided, however, That the
; requited to extend credit to any
quire any such property under the
at a price or prices approved by
nd provided further~ That the pro-
' or disposition shall be applied in
s to be made by the Postal Service
this contract or shall otherwise be
st of the work covered by this con-
manner as the Contracting Officer
ce performance of such pa~t of
been terminated by the Notice of
~ch action as may be necessary,
icer may ~rect, for the protection
~perty related to this contract which
Contractor and in which the Postal
,n interest.
expiration of the plant clearance
tion 8, Postal Contracting Manual.
x~ended from time to time. the Con=
Contracting Officer a list, certified
, of any or all items of termination
disposed of, exclusive of items the
~een directed or authorized by the
may r~lUest the Postal Service to
~ into a storage agreement covering
~n (15) days thereafter, the Postal
:o such items and remove them or
reement coveting them: Provided,
aH be subject to verification by the
~movai of the items or, if the items
te (45) days from the date of sub-
(k) Unless otherwise provided for in thh contract,
or by applicable statute, the Contractor, from the effective
date of termination and for a per/od of three years after/'mai
settlement under this contract, shall preserve and make avail-
able to the Postal Service at ail reasonable times at the office
of the Contractor, but without direct charge to the Postal
Service, all iris books, records, documents, and other evidence
bearing on the costs and expenses of the Contractor under
this contract and relati~ to the work terminated hereunder,
or, to the extent approved by the Contracting Officer, photo-
graphs, microphotographs, or other authentic reproductions
thereof.
11. TERMINATION FOR DEFAULT--DAMAGES FOR
CONTRACTOR DELAY--TIME EXTENSION
(a) If the Contractor refuses or fa/is to prosecute the
work, or any separable part thru'eof, with such dilisence as
will insure its completion within the dine specified in this
contract, or any extension thereof, or fails to complete said
work within such time, the Postal Service may, by written
notice to the Contractor, terminate his right to proceed with
the work or such part of the work as to which there has been
delay. In such event the Postal Service may take over the work
and prosecute the same to completion, by contract or other-
wise, and may take possession of and utilize in completing the
work such materials, appliances, and plant as may be on the
site of the work and necessary therefor. Whether or not the
Contractor's right to proceed with the work is terminated,
he and his sureties shall be liable for any damage to the Postal
Service resulting from his refusal or failure to complete the
work within the specified time.
(1)) If /'ixed and agl'eed liquidated damages ate pro-
vided in the contract and if the Postal Service so terminates
the Contractor's fight to proceed, the resulting damage will
cons/st of such liquidated damages until such reasonable time
as may be requited for final completion of the work together
with any increased costs occasioned the Postal Service in com-
pleting the work.
(c) If fixed and agreed liquidated damages a_re pro-
vided in the contract and if the Postal Service does not so ter-
minate the Conractor's right to proceed, the resulting damage
will consist of such liquidated damages until the work is com-
pleted or accepted.
(d) The Contractor's ri&hr to proceed shall not be
so terminated nor the Contractor charged with resulting damage
if:
(1) The delay in the completion of the work
arises from unforeseeable causes beyond the control and with-
out the fault or negligence of the Contractor, including but
not restricted to, acts of God, acts of the public enemy, acts
of the Government in either its sovereign or contractual
capacity, acts of another contractor in the performance of
a contract with the Government, f'tres, floods, epidemics, quar-
antine restrictions, strikes, freight embargoes, unusually severe
weather, or delays of subcontractors or suppliers arising from
unforseeable causes beyond the control and without the fault
or negligence of both the Contractor and such subcontractors
or suppliers; and
(2) The Contractor, within ten (10) days from
the beg/nning of any such delay {unless the Contracting Officer
grants a further period of time before the date of final payment
,,nder the contract}, notifies the Contracting Officer in writing
of the causes of delay.
The Contracting Officer shall ascertain the facts and
the extent of the delay and extend the time for completing
the work when, in his judgment, the findings of fact justify
such an extension, and his /-mdings of fact shall be /-mai and
conclusive on the parties subject only to appeal as provided
in the clause of this contract entitled "Claims and Disputes".
(e) If, after notice of termination of the Contractor's
fight to proceed under the provisions of this clause, it is deter-
mined for any reason that the Contractor was not in default
PS Form 7391. July 1984 (,o. 6of 19)
under the provisions of this
able under the provisions
fions of the parties shall,
vidin~ for termination fei
be the same as if the not
pursuant to such clause. ]
this contract does not con
nation For Convenience"
shall be equitably adjuste(
Sion and the contract mo~
to any such adjustment sh
sion of fact within the m~
entitled "Claims and DispuU
(O The rights ar
provided in this clause ate
remedie~ provided bF law or
term 'sub¢ontx~ctors or
suppliers at any tier.
12. CONTRACT MODIF
Notwithstanding any
tract modification will be
si~ned by the Contractin~
means any written alteratio~
rate of delivery, contract
qmmtity, or other contract
wbethet ~ccomplished by
a contract ptovis/on or by
contract. It includes (a) bib
agreements and amendmen~
as cha~e oxders, notices
exercise of an option.
13A. POSTAL SERVICE
(Thb clause ~hall appi
Property furnished undee th
contract a value is establL~h
property of $25,000 or leu
shall apply.)
(a) Postal Service
Service shall deliver to the
with and under the terms
scribed as Postal Service-fur
Specifications, together wit
sion as the Contractor may
requked for the intended
re/eh*ed to as "Postal Servic,
or performance dates for 1
nlshed by the Contractor t
the expectation that Posts
able for use (except for
be delivered to the Contract,
ule or, if not so stated, in
tractor to meet such deliv
event that Postal Service-fl
to the Contractor by such
cer shall, upon thndy writS(
make a determination of~
Contractor thereby, and sh:
performance dates or the
other contractual provision
accordance with the proce
of this contract entitled
furnished property furnishe,
Service-furnished property i
condition not suitable for
shall, upon receipt thereof,
such fact a~d, as directed
(1) return such property at
wise dispose of the proper1
cations. Upon the completi
clause, or that the deLay was excus-
f this clause, the ri&hts and obliga-
* the contract contains a clause pro-
convenience of the Postal Service,
ce of termination had been issued
f, in the foregoin~ circumstances,
rain a clause providing for "Termi-
)f the Postal Service, the contract
to compensate for such tern~ina-
ified accordingly. Failure to agree
dl be a dispute concerui~ a ques-
alin8 of the clause of this contract
d remedies of the Postal Sendce
in addition to any other riShts and
under this contract.
ragraph (d) (X) of thh clause, the
ippliers' means subcontractors or
~ATIONS
other provision herein, no con-
recosnized unless in writins and
Officer. '~ontract modification"
t in a specification, delivery point,
eriod, estimated cost, fee, if any,
provision of an existing contract,
tihteral action in accordance with
nutual action of the parties to the
.teral actions, such as supplemental
S, and (b) unilateral actions such
termination, and notices of the
3PERTY (Fixed Pries)
with respect to any Postal Service
contract unless elsewhere in this
:d for any Postal Service, furnished
in which event clause
13B below
Furnished Property. The Postal
Contzactor, for use in connection
~f this contract, the property de-
tished property in the Schedule or
~ such related data and informa-
request and as may reasonably be
uae of such property {hereinafter
~furnL~hed property "). The delivery
he supplies or services to be fur-
rider this contract are based upon
I Service-furnished prol~rty suit-
:h property furnished "as is") will
Ir at the times stated in the Sched-
sufficient time to enable the Con-
Dry or perforraance dates. In the
rnished property is not delivered
ime or times, the Contracting Offi-
n request made by the Contractor,
he delay, if any, occasioned the
J1 equitably adjust the delivery or
:ontract price, or both, and any
affected by any such delay, in
dures provided for in the clause
ranges". Except for Postal Service-
"as is", in the event the Postal
received by the Contractor in a
he intended use, the Contractor
notify the Contracting Officer of
~y the Contracting Officer, either
he Postal Service expense or other-
y, or (2) effect repairs or modifi-
)n of (1) or (2) above, the Con-
mission of the list, and any necessary adjustment to correct
the list as submitted shall be made prior to the/'mai settlement. ,
(c) After receipt of a Notice of Termination, the
Contractor shall submit to the Contracting Officer his termi-
nation claim, in the form and with the certification prescribed
by the Contracting Officer. Such claim shall be submitted
promptly but ill no event later than one yea~ from the effec-
tive date of termination, unless one or more extensions in
writing ale granted by the Contracting Officer upon request
of the Contractor made in writing within such one-year period
or authorized extension thereof. However, ff the Contracting
Officer determines that the facts justify such action, he may
receive and act upon any SUch termination claim at any time
a/ret such one-year period or extension thereof. Upon failure
of the Contractor to submit his termination claim within the
time allowed, the Contmctin$ Officer may determine, on the
bads of information available to him, the amount, if any, due
to the Contractor by reason of the termination and shall there-
upon pay to the Contractor the amount so determined.
(d) Subject to the provisions of paragraph (c), the
Contractor and the Contracting Officer may agree upon the
whole or any part of the amount or amounts to be paid to
the Contractor by reason of the total or partial termination
of work pursuant to this clause, which amount or amounts
may include a reasonable allowance for profit on work done;
Provided, that such agreed amount or amounts, exclusive of
settlement costs shall not exceed the total contract price of
work not terminated. The contract shall be amended acco£d-
ingly, and the Contractor shall be paid the ag~ed amount.
Nothing in paragraph (e) of this clause, prescribing the amount
to be paht to the Contractor in the event of failure of the Con-
tractor and the Contracting Officer to agree upon the whole
amount to be pnid to the Contractor by reason of the termi-
nation of work pursuant to this clause, shall be deemed to
limit, restrict, or otherwise determine or affect the amount
or amounts which may be agreed upon to be paid to the Con-
tractor pursuant to this paragraph (d).
(e) In the event of the failure of the Contractor and
the Contracting Officer to agree as provided in paragraph (d)
upon the whole amount to be paid to the Contractor by reason
of the termination of work pursuant to this clause, the Con-
tracting Officer shall determine, on the basis of information
available to him, the amount, /f any, due to the Contractor
by reason of the termination and shall pay to the Contractor
the amounts determined as follows:
(1) With respect to all contract work performed
prior to the effective date of the Notice of Termination, the
total (without duplication of any items} of
(i) The cost of such work;
(ii) The cost of settling and paying claims
arising out of the termination of work under subcontracts or
orders as provided in paragraph cb) ($) above, exclusive of the
amounts paid or payable on account of supplies or materiah
delivered or services furnished by the Subcontractor prior to
the effective date of the Notice of Termination of work under
this contract, which amounts shall be included in the cost on
account on which payment is made under (i) above; and
(iii) A sum,' as profit on (i) above, deter-
mined by the Contracting Officer pursuant to 8-303, Postal
Contracting Manual, to be fair and reasonable: Provide& how-
ever, that if it appears that the Contractor would have sustained
a loss on the entire contract had it been completed, no profit
shall be included or allowed under this subdivision (iii) and
an appropriate adjustment shall be made reducing the amount
of the settlement to reflect the indicated rate of loss; and
(2) The reasonable cost of the preservation
and protection of property incurred pursuant to termination
of work under this contract, including expense incidental to
the determination of the amount due to the Contractor as
the result of the termination work under this contract.
The total sum to be paid to the Contractor under (1)
above Shall not exceed the total contract price as reduced
PS Form 7391. July 1984 (~. 5of 19)
by the amount of paymenl
reduced by the contract pri~
for normal spoilage, and ex~
Service shall have otherwise
there shall be excluded fron
tractor under (1) above, th
Contracting Officer, of prop~
or damaged so as to become
or to a buyer pursuant to par
(f) Any determine
or (e) hereof shall be governc
of costs set forth in Sectim
in effect on the date of this c
(s) The Contracto
under the chuse of this cont
from any determination mai
paragraph (c) or (e) above,
failed to submit his claim
graph (c) above and has f:
time, he shall have no suc~
the Contracting Officer has
due under paragraph (c) o
pay to the Contractor the
of appeal hereunder or if
the amount so determined
an appeal has been taken
such appeal.
(h) In arriving
under this clause there
advance or other payment
the Contractor, applicable
conuaCt, (2) any claim
%~ni~st the Contractor in
(3) the a~eed price for or
rials, supplies, or other
pursuant to the provisions
recovered by or c~edited to
(i) If the termi~
to the settlement of the
the Contractor may /'fie w
in writing for an equitabt
specified in the contract
of the contract (the por~
o£ Te. ninaaon}, and suci
agreed upon shall be mad
otherwise made and as further
of work not terminated. Except
:ept to the extent that the Postal
expressly assumed the risk of loss,
the amounts payable to the Con-
fait value, as determined by the
rty which is destroyed, lost, stolen,
undeliverable to the Postal Service,
tgraph cb) (7).
rion of costs under para. apb (c)
d by the principles of consideration
= 15, Postal Contracting Manual, as
)nh'act.
r shall have the right of appeal,
act entitled "Claims and Disputes",
,e by the Contracting Officer under
except that, ff the Contractor has
within the time provided in para-
fled to request extension of such
right of appeal. In any case where
adc a determination of the amount
(e) above, the Government shall
:'ollowing: (I) if there is no right
no timely appeal has been taken,
~y the Contracting Officer, or (2) if
the amount finally determined on
the amount due the Contractor
Il be deducted (1) all unliquidated
~ on account theretofore made to
to the terminated portion of this
hich the Postal Service may have
:onnection with this contract, and
the proceeds of sale of, any mate-
lES kept by the Contractor or sold,
of this clause, and not otherwise
~e Postal Service.
,ntion hereunder be partial, prior
erminated portion of this contract,
th the Contracting Officer a request
: adjustment of the price or prices
relating to the continued portion
ion nor rermirmted by the Notice
~ equitable adjustment as may be
= in such price or prices; however,
shall limit the fight of the Pos~l
nothing contained herein
Service and the Contracior to agree upon the amount or
amounts to be paid to ti e Contractor for the completion of
the continued portion of he contract when said contract does
not contain an establishe~ contract price for such continued
portion.
(j) The Postal ,~ trice may from time to time, under
such terms and condition
payments and payments
by the Contractor in con
of this contract wheneve~
Officer, the ng~e~te of
amount to which the Cc
ff the total of such paymc
agreed or determined to
shall be payable by the
demand, together with
llshed by the Secretary
1215 Cb) (2) for the perio
is received by the Contra~
is repaid to the Postal
interest shall be cha~ged
· ment attributable to a re
reason of retention or o~
tory until ten days after
tion, or such later date as
by reason of the citcumsta
t as it may prescribe, make partial
on account against costs incurred
aection with the terminated portion
, in the opinion of the Contracting
such payments shall be within the
ntractor will be entitled hereunder.
nts is in excess of the amount finally
~e due under this clause, such excess
ontractor to the Postal Service upon
tterest computed at the rate estab-
Y the Treasury under 50 U.S.C. App.
d from the date such excess payment
:tot to the date on which such excess
~,ervice: Provided., however, that no
~ith respect to any such excess pay-
duction in the Contractor's claim by
her disposition of termination inven-
the date of such retention or disposi-
ietermined by the Contracting Officer
Ices.
tracting Officer upon written request of the Contractor shall
equitably adjust the delivery or performance dates or the con-
tract price, or both, and any other contractual provision affected
by the rejection or disposition, or the repair or modification,
in accordance with the procedures provided for in the clause
of this contract entitled "Changes." The foregoing provisions
for adjustment are exclusive and the Postal Service shall not
be liable to suit for breach of contract by reason of any delay
in delivery of Postal Service-furnished property or delivery of
such property in a condition not suitable for its intended use.
(b) Changes in Postal Service-Furnished Property.
(1) By notice in writing, the Contracting Offi-
cer may (il decrease the property provided or to be provided
by the Postal Service under this contract, or {ii) substitute other
Postal Service-owned property for property to be provided by
the Postal Service, or to be. acquired by the Contractor for
the Postal Service under this contract. Tha Contractor simll
promptly take such action as the Contracting Officer my
direct with respect to the removal and shippin8 of property
covered by such notice.
(2) In the event of any decrease in or substi-
tution of property pumiant to subpara~aph (i) above, or any
withdrawal of authority to use property provided under any
other contract or lease, which property the Postal Service hsd
agreed in the Schedule to make available for the performance
of this contract, the Contractin8 Officer, upon the written
request of the Contractor (or, if the substitution of propen7
causes a decrease in the cost of perf~rn~nce, on his own initi~.
rive), shall equitably adjust such contractual provisions as may
be affected by the decrease, substitution, or withdrawal, in
accordance with the procedures provided for in the "Changes"
clause of this contract.
(c) Title to all property furnished by the Postal
Service shall remain in the Postal Service. In order to define
the obli/ations of the parties under this clause, title to each
item of facilities, special test equipment, and special tooling
(other than rhar sub/ecr ro a "Special Tooling" chmse) acquired
by the Contractor for tho Postal Service pursuant to this con-
tract shall pss~ to and vest in the Postal Service when its use
in the performance of this contract commences, or upon p~y-
ment therefor by the Postal Service, whichever is earlier, whether
or not title previously was vested. All Postal Service-furnished
property, together with all property acquired by the Contnw-
tor title to which vests in the Postal Service under this pLn~raph,
is subject to the provisions of ~ chuse and is hereinafter
collectively referred to as "Postal Service property". Title to
Postal Service property shall not be affected by the incorpora-
tion or attachment thereof to any property not owned by the
Postal Service, nor shall such Postal Service property, or any
part thereof, be or become a fixture or lose its identity as
personalty by reason of a/fixation to any realty.
(d) Use of Postal Service Property. The Postal Ser-
vice property shall, unless otherwise provided herein or approved
by the Contracting Officer, be used only for performance of
this contract.
(el Utilization, Maintenance and Repair of Postal
Service Property. The Contractor shall maintain and administer
in accordance with sound industrial practice, a program for
the utilization, maintenance, repaix, protection, and preser-
vation of Postal Service property until disposed of by the Con-
tractor in accordance with this clause. In the event that any
damage occurs to Postal Service property the risk of which
has been assumed by the Postal Service under this contract,
the Postal Service shall replace such items or the Contractor
shall make such repair of the property as the Postal Service
directs; Provided, however, that if the Contractor cannot effect
such repair within the time required, the Contractor shall dis-
pose of such property in the manner directed by the Contract-
ing Officer. The contract price includes no compensation to
the Contractor for the performance of any repair or replace-
ment for which the Postal Service is responsible, and an
equitable adjustment will be made in any contractual provi-
PS Form 7391, July 1984 (p. 7of 19)
sions affected by such repa
property made at the direc
dance with the procedures
of this contract. Any repair
tractor is responsible unde
shall be accomplished by
(f) Rhk of Loss.
(1) Except
Wa~tor shnll not be liable f
to the Postal Service prop~
(il
erty is in transit off the Cont
(ii)
perils while the property is
premises, or on any other
properly be located, or by
of the followin8 perils -
cyclone, tornado, hail, expl
civil commotion; vandalhm
aircraft or objects fallin~ t
or tracks (excluding vehich
tractor or any agent or en
sprinkler lenkn~e; earthqualt~
in~ thereby ~ of a bod)
radiation or radioactive con!
including action in hinderir
an actual impending or e~
or sovereign power [de/urf
using military, naval, or
government, power authofit
listed above, if such other
ance [or by a reserve for
normal practice of the Co:
in the industry in which
to stmii~ property in the sa~
r or replacement of Postal Service
ion of the Postal Service, in accor-
rovided for in the "Changes" clause
or replacement for which the Con-
t the provisions of this contract
~e Contractor at his own expense.
,~ provided in (2) below, the Con-
)r loss or destruction of or damage
:rty provided under this contact:
.used by any periil while the prop-
:actor's premises; or
,used by any of the follwoing
on Contractor's or Subcontractor's
~remises where such property may
removal therefrom because of any
t) fire; lightning, windstorm,
orion, riot, riot attending a strike,
and malicious mischief; sabotage;
~erefrom; vehicles running on land
owned or operated by the Con-
)loyee of the Contractor); smoke;
or volcanic eruption; flood, mean-
of water; nuclear reaction, nuclear
unination; hostile or warlike action,
g, combating, or defending against
pected attack by any govenunent
or de facto), or by any authority
forces; or by an agent of any such
', or forces; or
l) other peril, of a type not
.'ill is customarily covered by insur-
f-inm~ance) in accordance with the
ttractor, or the prevailing practice
Contractor is engaged with respect
~e general locale.
The perils as set fortl} in (il and (ii) above are hereinafter
called "excepted perils". ]
If the Contractor traOsfers Postal Service property to the
posseralon and control of a ~ubcontractot, the transfer shall not
affect the liability of the Ctontractot for loss ot destruction of
ot damage to the propertTl as set forth above. However, the
Contractor shall requite th,
of, and be responsible for, ~
to the property while in the
to the extent that the su
of the Contracting Officer,
contractor from such llabili
the subcontract shall contl
the return of all Postal Sm
as when received, except l
the utilization of the pro[
sions of the Prime Contract.
(2) Notwit!
shall be responsible for los
fically provided in the clau
nated in the schedule, or (ii)
(
good faith of any of the C(
Contractor, due to willful
the Contractor's manager
administer the program for
preservation of the Posta
para,apb (fl hereof, or (ii)
a system for control of P~
paragraph (d) of this clause.
Any failure of the C
(B), shall be conclusively
from willful misconduct,
,. Subcontractor to assume the risk
ny loss or destruction of or damage
farter's possession or control, except
2contract, with the prior approval
provides for the relief of the Sub-
'.y. In the absence of such approval,
in appropriate provisions requiring
vice property in as good condition
or reasonable wear and tear or for
erty in accordance with the provi-
standing (1) above, the Contractor
; or damage (il to the extent spect-
re or clauses of this contract desig-
which results from:
A) willful misconduct or lack of
~ntractor's managerial personnel; or:
B) a failure on the part of the
nisconduct or lack of good faith of
d personnel, (il to maintain and
maintenance, repair, protection, and
, Service property as required by
to establish, maintain and administer
sial Service property as required by
ontractor to act, as provided in this
3resumed to be a failure resulting
lack of good faith on the part of
one of the Contractor's managerial personnel if the Contractor
is notified by the Contracting Officer by registered or certified
mail addressed to one of the Contractor's managerial personnel,
of the Postal Service disapproval, withdrawal of approval, or
nonacceptahce of the Contractor's program or system. In such
event, it shall be presumed that any loss or damage to Postal
Service property resulted from such failure. The Contractor
shall be liable for such loss or damage unless he can establish
by clear and convincing evidence that such loss or damage did
not result from his failure to maintain an approved program
or system, or occurred during such time as an approved pro-
gram or system for control of Postal Service property was
maintained.
The term "Contractor's managerial persunnel' as used
herein means the Contractor's directors, officers and any of
his managers, superintendents, or other equivalent represen-
tatives who have supervision or direction of:
(i) aJ.11 or substantially all of the Con-
tractor's business;
(ii) all or substantieliy ail of the Con-
tractor's operation at any one plant or separate location at
which the contract is being performed; or
(iff) a separate and complete major
industrial operation in connection with the performance of
this contract.
(3) The Contractor represents tht he is not
including in the price hereunder, and a~'ees that he will not
hereinafter include in any price to the Postal Service any charge
or reserve for insurance (including any self-insurance funds
or reserve} covering loss or destruction of or damage to the
Postal Service property caused by an excepted peril.
(4) Upon the happening or loss of destruction
of or damage to any Postal Service property caused by an
excepted peril, the Contractor shall notify the Contracting
Officer thereof, and shall communicate with the Loss and
Salvage Organization, if any, now or hereafter designated (unless
the Contracting Officer has directed that no such organization
be employed], shall take all rearonable steps to protect the
Postal Service property from further damage, separate the
damaged and undamaged Postal Service property, put ail the
Postal Service property in the best possible order, and furnish
to the Contracting Officer a statement of:
(i) the lost, destroyed, and damaged
Postal Service property;
(ii) the time and origin of the loss,
destruction, or damage;
(iff) all known interests in commingled
property of which the Postal Service property is a part; and
(iv) the insurance, if any, covering any
part of or interest in such commingled pruperty.
The Contractor shall be entitled to an equitable adjustment
in the contract price for the expenditures made by him in
performing his obligations under this subparagraph (4) includ-
ing charges made to the Contractor by the Loss and Salvage
Organization, except any of such charges (the payment of
which the Postal Service has, as its option, assumed directly},
in accordance with the procedures provided for in the "Changes"
clause of this contract.
(5) With the approval of the Contracting Offi-
er after loss or destruction of or dmaage to Postal Service prop-
erty, and subject to such conditions and limitations as may
be imposed by the Contracting Officer, the Contractor may, in
order to minimize the loss to the Postal Service or in order to
permit resumption of business or the lLke, sell for the account
of the Postal Service any item of Postal Service property which
has been damaged beyond practicable repair, or which is so
commingled or combined with property of others, including
the Contractor, that separation is impracticable.
(6) Except to the extent of any loss or destruc-
tion of or damage to Postal Service property for which the Con-
tractor is relieved of liability under the foregoing provisions of
this clause, and except for reasonable wear and teat or depreci-
PS Form 7391, July 1984 (p. 8of19)
ation, or the utilization of thl
ance with the provisions of th
the risk of, and shall be respc
of or damage to the Postal Se
(oth'er than that which is pert
to the Postal Service in as gc
the Contractor in connection
under paragraph (e) above.
(7) In the e~
or compensated for any loss ~
Postal Service property, cau~
equitably reimburse the Post.'
nothing to prejudice the Post~
third parties for any such los,,
the request of the Contracth
vice'e expense furnish to
assistance and cooperation (
and the execution of instru
the Postal Service] in obtai~
a Subcontractor has not be
loss or destruction of or dam
the Contractor shall enforce
for such loss or destruction ~
property for the benefit of th~
13B. PO~TAL SERVICE PR
(a) The Postal Serv
for uae only in connection
described in the schedule or
to as "Postal Service-furnisi
locations stated therein. If th~
suitable for its intended use,
tot, the Contractin~ Officer
made by the Conh-actor, a
equitably adjust any affecte
suant to the procedures of the
(b) Title to Postal
remain in the Postal Servic
adequate property control r
property in accordance with s
(c) Unless otherwi
Contractor, upon delivery to
property, assumes the risk o
loss thereof os damage ther~
teat and except to the extel
in the performance of this cm
(d) The Contractol
contract, prepare for shipme
of all Postal Service-fumish~
performance of this contrac
the Postal Service, as may
Contracting Officer. The m
shall be credited to the co~
manner as the Contracti~ Of
14. PERFORMANCE OF '
The Contractor shall
own organization, work eq~
(12%) (unless otherwise set
amount of work to be perfo
the progt~ of the work hi
reduction in such percentage
mines that it would be to the
percentage of the work req~
tractor may be reduced wit
tracting Officer.
15. SUPERINTENDENC!
The Contractor shall
the work or have a comf
satisfactory to the Contracti
during progress, with authori
Postal Service property in accord-
s contract, the Contractor sssumes
nsible for, any loss or destruction
trice property, and such property
nitted to be sold} shall be returned
od condition as when received by
with this contract, or as repaired
ent the Contractor is reimbursed
~r destruction of or damage to the
ed by an excepted peril, he shall
Service. The Contractor shall do
Setvice's rights to recover against
destruction or damage and, upon
Off~cer, shall at the Postal Set-
· e 'Postal Service all reasonable
'ncluding the prosecution of suit
ments of a~ignment in favor of
ing recovery. In addition, where
,'n tedieved from liability to any
~ge to the Postal Service property,
the liability of the Subcontractor
Df or damage to the Postal Service
~ Postal Service.
OPERTY (Short Form)
.ce shall deliver to the Contractor,
with this contract, the property
specifications (hereinafter referred
ed property"}, at the times and
~ Postal Service-furnished property,
· not so delivered to the Contrac-
~hail, upon timely written request
td if facts warrant such action,
t provisions of this contract pur-
"Changes" clause hereof.
Service-furnished property shall
e. The Contractor shall maintain
=cords of Postal Service-furnished
~und industrial practice.
e provided in this contract, the
~im of any Postal Service-furnished
!, ami shall be responsible for, any
to except for reasonable wear and
~t that such property is consumed
ttract.
· shall, upon completion of this
nt, deliver f.o.b, origin, or dispose
'd property not consumed in the
t or not theretofore delivered to
~e directed or authorized by the
=t p~oceeds of any such disposal
~tract price or paid in such other
5cer may direct.
~4ORK BY CONTRACTOR
perform on the site, and with his
ivalent to at least twelve percent
brth in the contract) of the total
reed under the Contract. If during
~eunder, the Contractor requests a
, and the Contracting Officer deter-
advantage of the Postal Service, the
dred to be performed by the Con-
the written approval of the Con-
BY CONTRACTOR
~ive his personal superintendence to
etent foreman or superintendent,
ag Officer, on the work at ali times
Iy to act ~or him.
16. MATERIAL AND WORKMANSHIP {MAR. 19~4)
(a) Unless otherwise specifically provided in this con-
tract, all equipment, material, and articles incorporated in the
work covered by this contract are to be new and of the most
suitable grade for the purpose intended. Unless otherwise spe-
cifically provided in this contract, reference to any equipment,
material, article, or patented process, by trade name, make, or
catalog number, shall be regarded as establishing a standard of
quality and shall not be construed as limiting competition,, and
the Contractor may, at his option, use any equipment, material,
article, or process which, in the judgment of the Contracting
Officer is equal to that named. The Contractor shall furnish
to the Contracting Officer for' his approval the name of the
manufacturer, the model number, and other identifying data
and information respecting the performance, capacity, nature,
and rating of the machinery and mechanical and other equip-
ment which the Contractor contemplates incorporating in the
work. When requited by this contract or when called for by the
Contracting Officer, the Contractor shall furnish to the Con-
tracting Officer for approval full information concerning the
material or articles which he contemplates incorporating in
the work. When so directed, samples shall be submitted for
approval at the Contractor's expense, with all shipping chalges
prepaid. Machienry, equipment, material, and articles installed
or used without requited approval shall be at the risk of sub-
sequent rejection.
(b) AU work under this contract shall be performed in
a skillful and workmanlike manner. The Contracting Officer
may, in writing, require the Contractor to remove from the
work any employee the Contracting Officer deems incompe-
tent, careless, or otherwise objectionable.
17. WORKING HOURS
(a) It is contemplated that all work will be performed
during the customary working hours of the trades involved
unless otherwise specified in this contract. Work performed by
the Contractor at his own volition outside such customary work-
in8 hours shall be at no additional expense to the Postal Service.
(b) Any requests received by the Contractor from
occupants of existing buildings to change the hours of work
shall be referred to the Contracting Officer for determination.
18. USE OF PREMISES (JULY 1984!
(a) If the premises are occupied, the Contractor, his
Subcontractors, and their employees shall comply with the regu-
lations governing access to, operation of, and conduct while in
or on the premises and shall perform the work requited under
this contract in such a manner as not to umeasonably interrupt
or interfere with the conduct of Postal Service bus/ness or
the use and occupancy of any portions of the premises occu-
pied by tenants of the Postal Service.
Co) Any requests received by the Contractor from
occupants of existing buildings to change the sequence of work
shall be referred to the Contracting Officer for determination.
(c) If the premises are occupied, the Contractor, his
Subcontractors and the/r employees shall not have access to or
be admitted into any building outside the scope of this con-
tract except with official perm/ssion.
19. OTHER CONTRACTS
The Postal Service may undertake or award other con-
tracts for additional work, and the ConUactor shall fully cooper-
ate with such other Contractors and Postal Service employees
and carefully fit his own work to such additional work as may
be directed by the Contracting Officer. The Contractor shall
not commit or permit any act which will interfere with the
performance of work by any other Contractor or by Postal
Service employees.
20. SUBCONTRACTS
(a) Nothing contained in the contract shall be con-
strued as creating any contractual relationship between any Sub-
ps Form 7391, July 1984 (p. 9of19)
contractor and the Postal Set
the specifications are not intel
dividing the work among Sub
performe~, by any trade.
(b) The Contractor:
Service for acts and omissioi
Subcontractors and their empl
the coordination of the work
SuppUers.
(c) The Postal Servi~
differences between et amen
or Suppliers.
21. INDEMNIFICATION
The Contractor shall
Postal Service and its offi~
employees from aU claims,
action, expense and/or Il,bi
or on account of any pets
received or sustained by any 1
lng out of, occurring, or att
under or related to this cent
from the negligent acts or
subcontractor, or any empl
the contractor or any subcont
22. CONTRACT AND Bee
If the successful bide
or provide the required petfo
the time established in the
to default, and the Postal:
requ/red work performed by
to whom award was origin;
excess cost to the Postal Sei
be applied toward offsetting
23. ADDITIONAL BONE
If any surety upon a
with this contract becomes
or if any such surety fails t~
condition from time to time
the Contractor shall prompt
as may be requh~[ from ~
of the Postal Service and el
rials in the prosecution of
24. AUDIT-PRICE ADJL~
(a) For purposes,
pricing data submitted in co~
modification of this contracl
in excess of $100,000 was a
Contracthl8 Officer or his au
the expiration of three yea
under this contract, have t
records, documents, papers,
involve transactions related
mit .adequate evaluation of
along with computations and
(b) The Contracto~
Lng this paragraph (b) in all
entered into exceed $I00,
contractor" in place of "Con
25. SUBCONTRACTOR
ADJUSTMENTS
(a) Paragraphs (b)
operative only with respect
made pursuant to one or m~
involves a price adjustment
ment of this clause shall be
~ce. The divisions or sections of
~ded to control the Contractor in
:ontractors, or to Limit the work
hall be responsible to the Postal
;s of his own employees and of
oyees. He shall be responsible for
~f the trades, Subcontractors and
; will not undertake to settle any
the Contractor, Subcontractors,
tve harmless and indemnify the
.-~, agents, representatives, and
loss, damage, actions, causes of
iV/ resulting from, brought for,
~nal injusy or property damage
~erson, persons, or property gxow-
dbutable to any work performed
tact, resulting in whole or in part
)missions of the contractor, any
)yee, agent or representative of
3,ctor.
IDS
er fails to execute the contract
.Tnance and payment bonds within
)id, this contract shall be subject
;ervice may proceed to have the
contract or otherwise. The bidder
Iiy made shall be liable for any
vice, and the bid guarantees shah
ich excess cost.
SECURITY
ny bond furnished in connection
lrmcceptable to the Postal Service
~ furnish reports as to his financial
as requested by the Postal Service,
.y furnish such additional security
~e to time to protect the interests
persons supplying labor or mate-
· work contemplated by this con-
FMENTS
ff verifying that certified cost or
tjunction with any change or other
which involves a price adjustment
:curate, complete, and current, the
thorized representatives shall until
:s from the date of final payment
1e right to examine those books,
and other supporting data which
to this contract or which will per-
the cost or pricing data submitted
projections used therein.
agrees to insert this clause, inciud-
mbcontracts hereunder which when
)00, substituting the word "Sub-
~ctor."
{:)ST OR PRICING DATA-PRICE
and (c) of this clause shah become
:o any change or other modification
~re provisions of this contract which
~n excess of $100,000. The requi~e-
limited to such price adjustments.
Co) The Contractor shall require Subcontractors here-
under to submit, in writing, cost or pricin~ dstta under the
foLlowil~ circumstances:
(1) Prior to award of any cog-reimbursement
type, ~-ne and material, labor-hours, incontive, or price redeter-
miuable subcontract, the price of which is expected to ~xceed
$I00,000;
(2) Prior to the pricin~ of any subcontract
change or other modification for which the price adjustment is
expected to exceed $100,000, where the price or price adjust-
ment is not based on adequate price competition, established
catalog or marke~ prices of commercial items sold in substantiel
quantities to ~he general public, or rates or prices set by law or
resulstion.
(¢) The Contractor shali require Subcontractors to
certify that to the best of' their knowiedge and beliof the cost
and pticins chta submitted under perqraph Co) above LM accu-
rate, complete, &nd curront es of the date of execution of' the
contract modification which date shall be as cioso as possible to
the date of' aszeement on the nefottated price.
(d) The ContracttnS shsil insert the substance of this
clause includin~ this para.apb (d) in cach subcontract hereunder
which exc~ts $I00,000.
26. CERTIFICATE OF CURRENT CO~T OR
PRICING DATA
In connection with the negotiation of any chan~ or other
modification of this contntct which involves a price adjustment
in excess of $100,000, the Contractor dmtl furnish cost or
pricin8 data u requi~d by the Contmctin~ Officer and, es soon
as practicable after a~eement is t~ached on price, dmli furnish
a certffication of' its accuracy, completene= and
using PS Fo~n ?4?0.
27. PRICE REDUCTION FOR DEFECTIVE ~ OR
PRICING DATA-PRICE ADJUSTMENT~
(a) This clause shall become operative with respect to
any change or other modification of' ~ contract which invokes
a price adjustment in excels of $100,000 that il not basad on
adequate price competition, established catalog or merket pflces
of commercial items sold in substantial quantities to the Sen-
e~l public, or prices set by law or ~esu~tion. The right to
price reduction under this clause shall be limited to tach price
adjustments.
CO) If the Contracth~ Officer determines tlmt any
price, including profit or fee, negotiated in connection with any
price adjustment under this contract was increased by any si~-
nflcant sum because the Contractor, or any Subcontractor
pursuant to the clause of this contract entitled "Subcontractor
Cost or Pricing Data-Price Adjustments" or any mbcontmct
clause therein required, furnished incomplete or inaccurate
cost or pricht~ data or data not current as of the date of' exe-
cution of his Certificate of Cur~nt Cost or Pricing Data, then
such price shall be reduced accordin~y and the contract shall
be modified in writing to reflect tach reduction.
NOTE: Since the contntct is subject to reduction under
this clause by reason of defective cost or pricing data
submited in connection with certain subcontracts, it is
expected that the Contractor may wish to include a
clause in each such subcontract requlrin~ the Subcon-
tractor to appropriately indemnify the Contractor. It
is also expected that any Subcontractor mbject to tach
indemnification will generally require substantially
similar indemnification for defective cost or pricing
data required to be submitted by his Lower-tier Sub-
contractors.
(c) Failure to agree on a reduction shall be a dispute
concerning a question of fact within the meaning o£ the "Claims
and Disputes" clause of this contract.
28. COVENANT AGAINST CONTINGENT FEES
The Contractor warrants that no person or selling agency
PS Form 7391, July 1984 (p. lOofYg)
has been employed or retal
upon an a~ent or u:
centqe, brokerage, or c(
employees or bona fide es
ci~ maintained by the Co
business. For breach or ~,
S~ice shall have the ~
liability or, in its discretio
or consideration, or oth(
such conmflasion, percem~
OFFICIAt.~ NOT T~
No member of' or cb
missioner, shall be admitted
or to any benefit that
~ not be construed to
cotlmmtion for its ~
30. GRATUITIES (JUL
(a) The x~ht of
terminated by written no
the Postal Service Boerd ~
the Contmctor, or the Cc
(1) Offared
merit or ~, ~ft) to an offica
and
(2) Intende
tract or favorable t~tmeat
(b) If tl~ contmc
the contract.
(¢) The rights an~
remedl~ provided by law or
31. PERMI'r8 AND RE~J
Tho Contr~tor
tho Porn1 Se~lce, be
liceaess md p~ and:
Fedend, State, and munk
in connection with the
dmtlady responsible for
ttmt occur as a retort of hi
proper safety and health
workees, the public, ~d th
be responsible for all mate
until completion and ac. ce
work, except for any corn
which theretoforo may have
32. FEDERAL, ~TATE ,I
(a) Except es m)
tract, the contract price in
and local taxes and duties.
CO) Neverthclon, ~
tax or duty on ~he tran~
contract, if a Statute, court
tion takes effect after the co~
(1) r~ults i
pey or bern the borden of;
or incre~a in the rate there
been payable on such tran
price shall be incramed by
or rate increase, provided
that no amount for such
or duty or rate incr~se
as a contingency res~e or
(2) n~ults b
to pay or b~ the burden,
drawback of, any such Fede
otherwis~ have bean pay~bh
ned to solicit or secure ~ contract
derstandins for a commission, per-
,nttngent fee, excapth~ bona fide
~ablished commerical or ~ a~n*
ntntctor for the purpose of securing
olation of this waninty the Postal
~tt to annul this contract without
~, to deduct fxom the contract price
rwiso recover, the fuli amount of
~, brokerage or contingent fee.
) BENEFIT
te~ato to Cong~u, or resident com-
to any sha~e or psrt of this contract,
, arise therefrom; but this provision
:tend to this contract i~ made with a
~nafit.
the Contractor to proceed may be
ica fi, a/let notice and a hexrins,
f Contract Appexil determines that
ntractor's agent or other represen-
or save a ~ramity (e.g., enter~J~n-
r or employee of the Postal Service;
by the sratuity to obtain a con*
rider a contract.
: is terminated under (a), the Postal
the same remedies as in a breach of
remedies of the Postal Service pro-
addition to any other rights and
und~ this contract.
ONglBI LITIE$
L without addition-I expemo to
)nsible for obtaining any
!or complyinl with any applicable
tpei laws, codes, and reSu~tinns,
· ecudon of the work. Ho ~ be
dMnqes to persons or
fault or ne~Igence. He ~ take
cautions to protect the work, the
B property of others. He shall also
~ ~ and work performed
pt~nce of the entire construction
)l~ted unit of construction thereof
~'~ ~_-pted.
ND LOCAL TAXES
be otherwise p~ovided in this con*
dudes ail applicable Federal, State
~h respect to any Federal excise
tions or property covered by this
d~n, written ruling, or reBula-
itract date, and -
] the Contractor bein~ required to
ny such Federal excise U~x or duty
~f which would not oth~3vise have
~ctJons or property, the contract
the amount of such tax or duty
he Contractor warrants m writing
tewly imposed Federal excise tax
· s included in the contract price
herewise; or
t the Contractor not bein8 required
~f, or in his ohtainin$ a refund or
afl exci~ tax or duty which would
on such tranractiom or property
or which was the basis of an increase in the contract price,
the contract price shall be decreased by the amount of ~he
relief, refund, or drawback, or that amount shall be paid to
the Postal Service as directed by the Contracting Officer. The
contract price shall be similarly decreased if the Contractor,
through his fault or negligence or his faliure to follow instruc-
tions of the Contracting Officer, is required to pay or bea~
the burden of, or does not obtain a refund or drawback of,
any such Federal excise tax or duty.
(c) No adjustment of less than $100 shall be made
in this contract price pursuant to paragraph Co) above.
(d) As used in para~aph Co) above, the term "con.
tract date" means the date set for bid opening, or ff ~ is a
negotiated contract, the contract date. A~ to additionai sup-
piim or services procured by modification to this contract,
the term "contract date" means the date of such modifica-
tion.
(e) Unless there does not exht any reasonable ba~
to mshfin an exemption, the Pearl Service upon the request
of the Contractor shall, without further liability, furnish evi-
dence appropriate to establish exemption from any Federal,
State, or locai tax; provided ~hat, evidence appropriate to esub-
lish exemption from any Federal excise tax or duty which may
give rise to either an increase or decrease in the con~act price
will be furnished only at the discretion of the Postal Service.
(f) The Contract shall promptly notify the Con-
tracting Officer of matters which will remit in either an in-
crease or decrease in the con~act price and shall ~ke action
with respect thereto as dkected by the Conwacf~ng Officer.
33. ASSIGNMENT OF CONTRACT AND CLAIMS
(a) Except u otherwise provided below, ne/ther
this conuact nor any interest in or claims for monies due or
to become due under this contract, may be ttm~ferred or
assigned by the Contractor to any other par~.
Co) If this contract provides for payments a~te~at-
ins $1,000 or more, claims for monies due or to become due
the Contractor from the Postal Service under this contract
may be MlJaned to a bank, trust company, or other flnanctn~
institution, including any Feder~ lendln~ agency, and may
thereafter be further as~ned and realigned to any such lmti-
tution. Any such assignment or reassignment shall cover all
amounts payable under this contract and not aL-andy paid,
and shall not be made to more than one party except that
any such a~ignment or reaasianment may be made to one
party as a&ent or trustee for two or more parties participatin8
in such f'mancing. No assianment or reassignment will be recog-
nized as valid and binding upon the Postal Service unle~j a
written notice of the assignment or teMsignment, together
with a true copy of the instrument of Msignment, is fled with
(1) the Contracting Officer, (2) the surety or sureties upon
the bond or bonds, if any, in connection with this contract;
and (3) the disbursing officer, if any, designated in this contract
to make payment, and the Contracting Officer has acknowl-
edged the assignment in writing.
(c) The Postal Servic~ may at its discretion recognize
a transfer of this contract incidental to the transfer of all of
the Contractor's assets or aL1 that part of the Contractor's
assets involved in the performance of this contract.
(d) Assignment of this contract or any interest in
or claims for monies due or to become due under this contract
other than in accordance with the provisions of this clause
shall be grounds for annulment of this contract at the option
of the Postal Service. The fights and remedies of the Postal Ser-
vice under this clause are not exclusive and shall be in addition
to any other rights and remedies provided by law or under
this contract.
BUY AMERICAN
(a) In accordance with the poUcies of the Postal
Service regarding the Buy American Act (41 U.$.C. lOa.lOd),
the Contractor agrees that only domestic construction mate-
PS Form 7391, July 1984 (0. 11 of 19)
/
rial will be used (by the C~nfracror, Subcontractors. Mare-
rialmen, and Suppliers} in t~e performance of ~ contract,
except for nondomestic materi~d lhted in the contract.
CO) "Domestic con,ruction material" means any
article, material, or supply I~rought to the cor, atruction site
for incorporation in the build~ or work. An unmanufactured
iomestic construction material"
construction material is a
if it has been mined et produ
ufactured construction mate1
material" if it' has been
and if the cost of its corn
produced, or manufactured
percent of the cost of ail its
any article, material or toPI
sUuction mateti&L
(c) A 'domestic o
to have been "mined, produce
States" (regardlett of its
rial, or supply in which it
in the United States and the
determined by the Postal Set
or manufacuued in the
tunable available commercial
quality.
36. PAYMENTS (JULY 191
(a) The Postal Servi
hereinafter provided.
CO) The Postal Se~
monthly u the work ptocce~
dete~nined by the Contmcti~
by the Contractin~ Officer.
tractins Officer baled upon
actual bond costs may be inc
(c) Before the first
tract becomes due, the Cont
of the contact price accepta~
values in the breakdown will
payments. The Contractor's
rated throughout the life of th
(d) l'~paratory wm
consideration in preparh~ esl
merits are baaed.
(e) Unless otherwi~
if the contract price is more
that will be incorporated int~
com~deration in compurin&
material is delivered on the
tot and properly stored by
or similar suitable place wi
reasonable distance in excess
by the Contracting Officer. I
for delivered material stored
furnish to the Contractin8 ~
requite as proof of the qua~
Before each such payment is
off the site, the Contractor
cer properly executed bills
uponwhich payment is beins
(f) Estlmatse on w
shall include the value [as d~
ceo of satisfactory inplace
change order as to which
:ed in the United States. A man-
iai is a "domestic construction
mfactured in the United States
onents which have been mined,
the United States exceed~ 50
~mponents. "Component" means
directly incorporated in a con-
nponent" shall be considered
t, or manufactumi in the United
:e ~n fact), ff the a~cle, mate-
incorporated was numufactured
component is of a clm or kind
dca to be not mined, produced,
:ed States in sufficient and rea-
quantities and of a satisfactory
will pa)' the contract price as
ce will make progre~ payments
or at more f~equent intervah u
Officer, on estimate~ approved
~bject tO approval by the Con-
athfactory evidence of payment,
~ded in the contractor's eatimates.
progress payment under this con-
,'actor shall prepa,-e a breakdown
~s to the Contracting Offlce~. The
bo used for determint~ pro.ass
verhead and profit shall be pro-
done will not be taken into
[mates upon which progress pay-
~ provided in the specifications,
than $$0,000, material delivered
tho structure will be taken into
~rogres~ payments, provided the
:e, or is delivered to the Conu'ac-
im in a warehouse, storage yard,
dn 25 miles of the site or such
of 25 miles as may be approved
;efore each such payment is made
on the site, the Contractor shall
)fflcer such evidence as he may
tit/ and value of such materials.
aade for delivered material stored
~all furnish the Contractin80ffi-
f sale for the delivered material
~ch progress payments ate based
termined by the Contracting Of/i-
work performed purmant to a
innl agreement on the equitable
dP_rice adjustment has not been] eached. . ~
~.,~._(g) In making suc! progress payments, there~
"~e ret~L~ercent of the ~ stimated amount u~31~ib'f~al eom-
pletion and ac~s~L~of ~he contrac~ . However, if
~r t~~e that satisfactory pro-
~ntr?J~fflcer may authorize
~ of the amount ad~quate for the protection of the P.~l~
Ser~'~._his discretion, may release to the Co~W~t%r all
or a portio-'~O~.such excess amount. Furth~e, on com-
pletion and accep~w~..of each separate~l~fl~ding, public work
or other 'division of the~i~_tract,.~,,~hich the price is stated
s~tract,.j~t may be mede therefore
the~uue' ' ' 30(g)_ ~ sub"~ct or purchase,,
ord~~ontnctot' in p~ "Con-
~' d
(h) All material and work coveted by progress pay-
ments mede shall thin. upon become the sole property of the
Pos~l Service. but this provision shall not be construed as
relieving the Contractor from the sole responsibiUty for all
material and work upon which payments have been mede or
the ~stomtion of any dnmal~d work, or as waiving the right
of the Postal Service to l~qnire the ftent of nil of the
terms of the contr~t.
(i) Upon completion and acceptance of ail work.
the amount due the Contractor under this contract shall be
paid upon the presentation of a properly executed voucher
and after the ConUactor shall have furnished the Postal Ser-
vice with a release of ail claims against the Postal Service arising
by virtue of this contract, other than claims in stated amounts
as may be specifically excepted by the Contractor from the
operation of the release. If the Contrnctor's claim to amounts
payable under the contract has been a~igned as provided in
the "Assignment of Claims" clause, a release may also be r~
qnired of the assignee.
CERTIFICATION OF PAYMENT
The Contractor, prior to receiving a progress or i'mal
payment unde~ this contract, shall submit to the Contracting
Officer, a certification that the Contractor has made payment
from proceeds of prior payments, or that he will make timely
payment from the proceeds of the progress or i'u~l payment
then due him to Ids Subcontractors and Suppliers in accord-
ance with his contractual arrangements with them.
37. FURNISHING INFORMATION AND RECORDS
(a) If the Contractor or any Subcontractor under
this contract, or the officers or agents of the Contractor or
any Subcontractor. shaH refuse or have refused, except as
provided by the terms of the prime contract involved, to fur-
nish to the Postal So.ice information or records reasonably
pertinent to this contract, or any other Postal Service con-
tract in connection with which the Contractor or such Sub-
contractor has or shaH have performed work or furnished mate-
rials or supplies or undertaken so to do, the following action
may be taken:
Co) In the case of a refusal by the Contractor, its
officers or agents, the Postal Service may, alter affording an
opportunity to explain or justify such refusal, terminate the
contract and thereupon the Postal Service may avail itself
of the rights and remedies provided in pitra~-aphs (a) and (b)
Of the clause entitled '~l'ermination for Default-Damages for
Delay-Time Extensions" of this contract in addition to any
other rights and remedies provided by law or under this con-
(c) In the case of a refusal by a Subcontractor. its
officers or ~gents, the Postal Service may, after affording an
oppon'unity to explain or justify such refusal, requke the
Contractor to terminate the subcontractor without cost to
the Postal Service, or if the Contractor fails or r~fuses to effect
such termination, the Postal Service may terminate the Con?
tractor's right to proceed with the work under this contract
and thereupon the Postal Service may avail itself of the rights
and remedies referred to in subparagraph Co) above.
(d) The term "Subcontract" as used in this paragraph
means any contract entered into, or any purchase order issued
by, a Prime Contractor under a contract with the Postal Service,
PS Form 7391, July 1984 (~. 12of19)
in connection with the peril
obligations under such Postal
(e) The term "Sut
l~aph means a party to a
Contractor under the related
38. U.S. POSTAL SERVI
DATA {Unlimited)
The Postal Service sh;
benefit of the Postal Servic
fications, notes and other w~
of thh contract, including ti
Postal Service work without
does hereby ~mt to the 1~
to nil such data which he ~
des~m as to which he may
claim under the dean l~t~
tractor, for a pe~od of tltree
project, agrees to lunch an~
or copies of ail such materla
lng Officer.
38. PATENT INDEMNITY
ff the amount of tl~
the Contractor sludl indenmt
cers, a~,mts, a~d employees
for infringement of any U~
lette~ patent issued upon an
hereafter be kept secret or,
order of the Government} a
delivery of supplies, or out
flcaton, or repair of r~l prop
structton"} under this contn
by or for the account of tt
or construction work. The fo
unless the ConUactor shall
practicable by the Postal Set
such infring~nent, and shall
as is afforded by applicable
ticpate i0 the defense therl
shaH not apply to: (a) an
pliance with specific writtel
Officer directing a change
in the materials or eqnipmen~
nor of performance of the cc
Contractor; Co) an infringen
or chan~e in. such supplies ~
struction work performed wh
subsequent to delivery or pc
(c) a claimed infringement M
sent of the Contractor. unle
court of competent judsdictiol
40. NOTICE AND A~SIS~
AND COPYRIGHT INF
The provisions of this
the amount of this contract ex
(a) The Contractor
Officer, promptly and in teas
or clahn of patent or copyl
performance of this contrac
knowledge.
CO) In the event of a~
Service on account of any aHe
meat aidsing out of the perfor
the use of any supphes furmsh,
hereunder, the Contractor she
when requested by the Contr
information in possession of
suit or claim. Such evidence a~
,rmance of the Prime Contractor's
Service contract.
contractor" as used in this l~tra-
ubcontrsct other than the Prime
)ostal Service contract.
CE RIGHTS IN DESIGNS AND
dl have unlimited rights, for the
:, in ail drawings, designs, speci-
,rk developed in the performance
· right to use same on any other
additiomd cost to the Postal Ser-
:to the Contractor ag~es to and
,stol Service a royalty-free Ucense
ay cover by copyright and to ail
assert any rights or establish any
at or copyright laws. The Con-
(3) years after completion of the
to provide access to the originals
on the request of the Contract-
contract is in excess of $5,000,
'y the Postal Service and its of fi-
against liability, including costs,
ted States letters patent {except
application which is now or may
~therwise withheld from issue by
~ out of the manufacture or
~f construction, alteration, modi-
~rty (hereinafter re/erred to "con-
ct, or out of the use or disposal
· Postal Service of such supplies
regoing indemnity shall not apply
~ave been informed as soon as
ice of the suit or act/on alleging
rove been g/yen such opportunity
aws, rules, or regulations to par-
}f; and further, such indemnity
afringement resulting from corn-
instructions of the Contracting
the supplies to be delivered or
to be used, or directing a man-
ntract not normally used by the
ent resulting from addition to,
ir components furn/shed or con-
ich additon or change was made
fformance by the Contractor; or
h/ch is settled without the con-
reqnired by f'mal decree of a
%NCE REGARDING PATENT
IlNGEMENT
lense shall be appUcable only if
eeds $10,000.
shah report to the Contracring
~nable written detail, each notice
ight infringement based on the
of which the Contractor has
ty ~ or suit against the Postal
ged patent or copyright infringe-
n~ance of this contract or out of
,'d or work or services performed
II furnish to the Postal Service,
~cting Officer, all evidence and
~e Contractor pertaining to such
intbrmation shall be furnished
at the expense of the Postal Service except where the Contractor
has agreed to indemnify the Postal Service.
(c) This clause shall be included in all subcontracts
which exceed $10,000 in amount.
41. AUTHORIZATION AND CONSENT
The Poatal Service hereby gives its authorization and
consent {without prejudice to any rights o£ indemnification}
for ail use and manufacture, in the performance of this con-
tract or any part hereof or any amendment hereto or any sub-
contract hereunder {including any Lower-tier subcontract}
of any invention described in and covered by a patent of the
United States ia) embodied in the structure or composition
of any a_nicle the delivery of which is accepted by the Postal
Service under this contract, or Co) utilized in the machinery,
tools, or methods the use of which necessarily results from
compliance by the Contractor or the using Subcontractor
with (1) specifications or written provisions now or hereafter
forming a part of this contract, or (2) specific written instru-
ments given by the Contracting Officer directing the manner
of performance. The entire liability to the Postal Service for
infringement of a patent of the United States shall be deter-
mined solely by the provisions of the indemnity clauses, if
any, included in this contract or any subcontract hereunder
{including any Lower-tier subcontract}, and the Postal Service
assumes liability for all other infringement to the extent of
the authorization and consent hereinabove granted.
42. EQUAL OPPORTUNITY
(This clause is applicable if the amount of the contract
exceeds $10,000.}
During the performance of this contract, the Contractor
agrees as folIowa:
ia) The Contractor will not discriminate against any
employee or applicant for employment because of race, color,
religion, sex, or national origin. The Contractor will take afl'um-
ative action to ensure that applicanta are employed, and that
employees are treated during employment, without regard
to their race, color, religion, sex, or national origin. Such action
shall include but not be limited to the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms
of compensation; and selection for training, including appren-
ticeship. The Contractor agrees to post in conspicious places,
available to employees and applicants for employment, notices
to be provided by the Contracting Officer setting forth the
provisions of this nondiscrimination clause.
(b) The Contractor will, in all solicitations or adver-
tisements for employees placed by or on behalf of the Con-
tractor, state that all qualified applicants will receive consid-
eration for employment without regard to race, color, religion,
sex, or national origin.
(c) The Contractor will send to each labor union
or representative of workers with which he has a collective
bargaining agreement or other contract or understanding, a
notice to be provided by the agency Contracting Officer,
advising the labor union or workers' representative of the Con-
tractor's commitments under the "Equal Opportunity" clause,
and shall post copies of the notice in conspicious places avail-
able to employees and appUcants for employment.
id) The Contractor will comply with all provisions
of Executive Order 11246 of September 28, 1965, as amended
by Executive Order No. 11375 of October 13, 1967, and of
the rules, regulations, and relevant orders of the Secretary of
Labor.
(e) The Contractor will furnish all information and
reports required by Executive Order 11246 of September 28,
1965, as amended by Executive Order No. 11375 of October
13, 1967, and by the rules, regulations, and orders of the Secre-
tary of Labor or pursuant thereto, and will permit access to
his books, records, and accounts by the Postal Service and the
PS Form 7391, July 1984 (p. 13 of 19)
Secretary of Labor for purp
compliance with such rules,
if) In the event of
with the nondiscrimination
any of such rules, regulatio
be cancelled, terminated or
and the Contractor may be d~
Service contracts in accord~
in Executive Order 11246 of
by Executive Order No. 113'
other sanctions may be impc
vided in Executive Order 11
amended by Executive Ordex
or by rules, regulations, or
or as otherwise provided by la'
(g) The Contractor
paragraphs ia) through
order unie*.~ exempted by
Secretary of Labor issued p,
utive Order 11246 of Sept~
Executive Order No. 11375 .
provisions will be binding ug
The Contractor will take mc
contract or purchase order
as a means of enforcing ~
for non-compliance: Provide~
Contractor becomes involve
gation with a subcontractor
tion by the Postal Service
United States to enter into
eats of the United States.
ia. PARTICIPATION OF
MINORITY BUSINES~
It is the policy of th
participation of small busin
procurement of constructior
cable consistent with its pro.
tot agrees to follow this
this contract.
REPORTING SMALL
BUSINES~ ENTERPRI
(This clause is applic,
excess of $30,000.)
The Contractor shall:
periodic reports of subcontr.'
t-ust-tier subcontractors and
and suppliers below the fir
form requited by the Cont
be submitted on a quarterly
dar quarter after contract a
Contracting Officer not late
the beginning of each quarte]
tracting transactions during
purposes, material suppliers
as subcontractors.
45. UTILIZATION OF MI
ENTERPRISES (JUL~
{This clause is appli~
in excess of $1 O. 000.}
ia) It is the policy
business enterprises shall ha~
tunity to participate in the
tracts.
ih) The Contractm
carry out this policy in the
fullest extent consistent w
this contract. As used in
enterprise is a concern of ~
by, and of which the man;
tions are controlled by, on~
~ses of investigation to ascertain
,~lations and orders.
the Contractor's noncompliance
clause of this contract or with
as, or orders, this contract may
suspended in whole or in part,
.~lared ineligible for further Postal
~nce with procedures authorized
September 28, 1965, as amended
rS of October 13, 1967, and such
sed and remedies invoked as pro-
246 of September 28, 1965, as
No. 11375 of October 13, 1967,
)rder of the Secretary of Labor,
¥.
will include the provisions of
n every subcontract or purchase
des, regulations, or order of the
irsuant to Section 204 of Exec-
~mber 28, 1965, as amended by
)f October 13, 1967, so that such
on each subcontractor or vendor.
a action with respect to any sub-
as the Postal Service may direct
ch provisions including sanctions
however, that in the event the
in, or is threatened with liti-
vendor as a result of such direc-
~e Contractor may request the
ach litigation to protect the inter-
;MALL BUSINESS AND
ENTERPRISE CONCERNS
= Postal Service to encourage the
ms and minority concerns in its
to the maximum extent practi-
.'urement objectives. The Contrac-
ne policy in the performance of
BUSINESS AND MINORITY
SE PARTICIPATION (JULY 1984)
rble to construction contracts in
ubmit to the Contracting Officer
ets for material or labor with all
uppliers, and with subcontractors
~t tier exceeding $2,000, in the
;acting Officer. The report shall
basis commencing the first calen-
#ard, and shall be furnished the
than 10 working days following
The report shall indicate subcon-
~e previous quarter. For reporting
and vendors shall be considered
~IORITY BUSINESS
' 1984)
'hie to construction contracts in
of the Postal Service that minority
the maximum practicable oppor-
~erformance of construction con-
agrees to use his best efforts to
award of his subcontracts to the
ith the efficient performance of
his contract, a minority business
hich at least 51 percent is owned
gement and daily business opera-
or more members of a minority
group. (For the purpose of this det't~ition, minority group
memben are U.S. citizens who are Black Americans, Hispanic
Americans, Native Americans, Asian-Pacific Americans or
Asian-Indian Americans. The term "Native Americans" means
American Indians, Eskimos, Aleuts or native Hawaiians. "Asian-
Pacific Americans" means those whose origins are in Japan,
China, the PhiUppines, Vietnam, Korea, Samoa, Guam, the U.S.
Trust Territories of the Pacific Islands, Northern Mafiana Islands,
Laos, Kampuchea or Taiwan. "Asian-Indian Americans" means
those whose origins are in India, Pakistan or Bangledeah.)
Contractors, acting in good faith, may rely on written repre-
sentations by Subcontractors re~ardin$ thei~ status as minority
business enterprises in lieu of an independent investi~tion.
4~. MINORITY BU~INE~ ENTERPRISES
SUBCONTRACTING PROGRAM
(T~ clause b ~pi~ble :o ~c~n con~c~ In
~cen of $5~, 000.)
(a) ~e Con~or ~s to ~b~ ~d
fat defln~ ~ the c~e enffri~ "U~l~a~n of Mi~H~ ~t.
and mpp~s u~r ~ ~n~. In ~ co~o~ th~ ~
~or ~:
(1) ~ a ~n Offi~t who ~ ~ini~
(2) ~e ~nate ~d ~y co~on
~ ~ "m~buy' d~
(3) ~ ~at ~o~ ~o~ ~
enters ~ ~ve ~ ~ui~b~ o~ffi~ to ~m~e for
mb~n~s, p~ly by ~ ~~ ~e for
the p~pm~on of bidk q~g~ ~o~ ~ ~
~es m ~ to fa~ ~e ~pa~on of ~o~ b~
n~ ent~
(4) M~ m~t~ ~o~ (i) ~d~s
which have been a~pt~ to ~mply ~ ~9 ~H~ ~t fo~
~d a~ con~s to ~ofl~ b~
(~) ~dudo ~s U~on of ~ B~-
m~ofl~ bu~eM ent~ mbmn~ op~.
(6) C~te ~ ~e ~n~ Offl~
~te~ ~oc~ ~d ~s ~t the Cont~ Of~r
may from ~e to t~e ~ndu~.
(7) ~u ~n~or f~ ~ to ~,
pro~io~ w~ ~ co~o~ mbs~y to ~e ~
of ~ c~e.
47. AFFIRMATIVE ACTION FOR DISABLED VETERANS
AND VETERANS OF THE VIETNAM ERA
(MARCH 1983)
{This clause ir applicable to contract~ in execs; of
$10,000./
(a) Tho Contractor must not discriminate against
any employee or applicant for employment because he or she
is a disabled veteran or veteran of the Vietnam era in regard to
any position for which the employee or applicant for employ-
ment is qualified. The Contractor agrees to take af~ative
action to employ, advance in employment, and otherwise
treat qualified disabled veterans and veterans of the Vietnam
era without discrimination based upon the/r disability or vet-
erans' status in all employment practices such as the follow-
lng: employment, upgracfing, demotion or transfer, recruit-
ment, advertising, layoff or termination, rates of pay or other
forms of compensation, and selection for training including
apprenticeship.
PS Form 7391, July 1984 (~o. 14 of 19)
Co) The Contracto
ment openings of the contra
execution of this contract
performance of this conm
by this contract and inclu,
being performed but exdu
ated corporate affiliates,
office of the State emniovrm
State and local gov
contracts of $10,000.00 or:
openin~ with the appmprh
smvice, but are not requ~
in pmsraphs (d) and (e).
(c) Listtns of
ment service systmn pursus
least concurrently with the 1
or effort and shall involve t
to the placing of a bona ~
of refmTals of veterans and
ment openh~ does not re
job applicant or front any
and nothing herein is extert
any requkements in Execut
nondiscrimination in employ:
(d) Whenever the
bound to the listing provi~
the employment ~wtce
establishments of the name
tion in the State. As long
bound to these provisions m
there is no need to advise ti
tracts. The Contractor may
no longer bound by this con~
(o) This clanse do~
ment openings which occot
States, the District of Cohr
v~stn b~nd~
(f) Tho provisions
(e) of this claus~ do not a
to ~ pu~snant to a custont
tlcul~ openi~ once an eft
cants outside of his own
ment for that opening.
(1) "An m~
eludes, but is not limited to
lowing job categories: prod
and office; labours and
mpe~dmry; technical; and
fesslonai ope.in? u
less then $2~,000.00 per y
employment, temporary e~
duration, and part-time empl
mss which the Contra~or p~
organization ot to fiti putsm
employer-union hiring ainu
tionai institutions which
institution. Under the mc
employment opening may n
lng such situations where
not reasonably be otherwi~
be contrary to national sec
of listing would otherwise n
Government.
(2) "Approp~
ment $er~ce ~ystem" me, il
State national system of
assigned responsibility for
ment opening is to be ~led.
Guam. Puerto Rico. and the V
? agrees that atl suitable err,~loy-
rtor which exist at the time of the
md those which occur during the
.ct, including those not generated
ting those wherein the contract is
ting those of independently oper-
dl be listed at an appropriate local
~t service svstem.
~nunent agencies holding Federal
note shall aJ~o list atl their suitable
tm off~ce of the State employment
to provide those reports set forth
)yment openings with the employ-
at to this clause shall be made at
· m of any other recruitment source
tm nctrm~ obligations which attach
ob order, including the acceptance
m-veterans. The listin~ of employ*
auire the hiring of any particular
[mrttculat group of job applicants,
led to relieve the contractor from
nent.
Contractor becomes contractually
ons of this clause, it shall advise
,~em in each State where it has
and location of each hiring loca-
as the contractor is contractuMly
id has so advised the State system,
~e gtatm system of subsequent con-
advise the State system when it is
not apply to the listing of employ-
and a~ filled outside of the 50
tbta, Puerto Rico, Guam, and the
of paragraph Co), (c), (d), and
rply to openings which the Con-
within his own organization or
ay and traditional employe~.union.
~usion does not apply to a par*
ployer decides to consider appll-
,i~nqion or employer-union arrange-
'nble employment openings" in-
, openings which occur in the roi-
action and non-production; plant
nechanics; supervisory and non-
xecutive, administrative, and pro-
~mpenasted on a sahu-y buis of
ear. This term includes fuU-time
ployment of more than 3 days
oyment It does not include open-
oposes to f'fll from within h/s own
nt to a customary and traditional
~ement nor openings in educa-
e zestricted to studenU of that
st compellinS circumstances an
~t be suitable for l/sting, includ-
needs of the Government can-
supplied, where listing would
rity, ot where the requirement
)t be for the best interest of the
iate office of the State employ-
the local office of the Federal-
mblic employment offices with
~ing the area where the employ-
nduding the District of Columbia,
ixgin Islands.
(3) "Openings which the Contractor proposes
to f'ill from within his own organization" means employment
openings for which no consideration will be given to persons
outside the Contractor's organization (including any afffiiates,
subsidiaries, and the parent companies) and includes any open-
ings which the contractor proposes to f'fil from regularly estab-
lished "recaLl" lists.
(4) "Openings which the Contractor .pro.pose~.
to ifil purmant to a custumar/ and traditional employer-union
hiring arrangement means employment openings which the
contractor proposes to /'ill from union hails, which is part of
the customary and traditional hiring relationship which exists
between the contractor and representatives of his employees.
(h) The Contractor agrees to comply with the rules,
regulations, and relevant orders of the Secretary of Labor
ismed pursuant to the Vietnam Em Veterans Readjustment
Assistance Act, 31 U.S.C. 2012 ("the Act").
(i) In the event of the Contractor's non-compliance
with the requirements of this clause, actions for non-compliance
may be taken in accordance with the rules, regulations, and
relevant orders of the Secretary of Labor issued pursuant to
the Act.
(j) The Contractor agxees to post in conspicious
places, available to employees and applicants for employment,
notices in a form to be prescribed by the Dkectur of the Office
of Federal Contract CompLiance Programs, provided by or
through the Contracting Officer. Such notice shall state the
Contractor's obligation under the law to take affirmative action
to employ and advance in employment qualified disabled vet-
erans and veterans of the Vietnam era.
(lc) The Contractor will notify each labor union or
representative of workers with which it has a collect/ye bargain-
in~ agreement or other contract understanding, that the Con-
tractor is bound by the terms of the Vietnam Era Veterans
Readjustment Assistance Act, and is committed to take affirma-
tive action to employ and advance in employment qualified
disabled veterans and veterans of the Vietnam era.
(1) The Contractor will include the provisions of
this clause in every mbcontract or purchaser order of
$10,000.00 or mote unless exempted by rules, regulations,
or orders of the Secretary issued pursuant to the Act, so that
such provisions will be bantling upon each Subcontractor or
Vendor. The Contractor will take such action with respect to
any mbcontract or purchaser order as the Director of the Office
of Federal Contract Compliance Programs may direct to enforce
such provisions, including action for noncompliance.
48. AFFIRMATIVE ACTION FOR HANDICAPPED
WORKERS
{This clause is applicable ro construction contracts in
excess of $2,500.00}
(a) The Contractor w/Il not discriminate against any
employee or applicant for employment because of physical
or mental handicap in regard to any position for which the
employee or applicant for employment is qualified. The con-
tractor agrees to take affiramtive action to employ, advance
in employment and otherwise treat qualified handicapped
individuals without discrimination based upon their physical
or mental handicap in all employment practices such as the
following: employment, upgrading, demotion or transfer,
recruitment, advertising, layoff or termination, rates of pay
or other forms of compensation, and selection for training,
including apprenticeship.
(b) The Contractor agrees to comply with the roles,
regulations, and relevant orders of the Secretary of Labor
issued pursuant to the Rehabilitation Act of 1973, 29 U.S.C.
793, as amended ("the Act").
(c) In the event of the Contractor's non-compliance
with the requirements of this clause, actions for non-compliance
may be taken in accordance with the rules, regulations and
relevant orders of the Secretary of Labor issued pursuant to
the Act.
PS Form 7391, July 1984 {0. I5of191
(d) The Contractor
places, available to employee
notices in a form to be prescl
of Federal Contractor COral
through the Contracting Off
Contractor's obligation under
to employ and advance in e~
employees and applicants fol
applicants and employees.
(e) The Contractor
ot representative of workers
bargaining agreement or off
the Contractor is bound by
Act, and is committed to ta
and advance in employment
capped individuals.
(f) The Contractor .
clause in every subcontract o:
more unless exempted by m
Secretary issued pursuant to
such provisions will be bindin8
doz. The Contractor will take
subcontract ot purchase otdl
of Federal Contract Complia
force such provisions, indue
49. PARTICIPATION OF C
SURPLUS AREAS
It is the policy of the
partidpation of concerns in a
labor surplus in its procureme~
maximum extent practicable
objectives. The Contractor ag
50. CONVICT LABOR
The Contractor agrees
employed in the performance
51. INSPECTION AND AC
(a) Except as other
inspection and test by the Pos
manship required by this cont
times and at the site of the w
ces determines that such insp,
is to be incorporated in the
of production, manufacture,
To the extent specified by th
of determining to make off-sit
tion or test shall be conclusiw
volved conforms to the cont
inspection or test shall not r~
sibility for damage to or loss
tance, not in any way affect th
Service after acceptance of !
terms of paragraph g of this
provided.
· Co) The Contractor
any material or correct any w~
Serv/ce not to conform to th
in the public interest the Po
such material or workmanshi
ment in contract price. The C
gate and remove rejected matezi
(c) If the Contractc
rejected material or correct re
Service (1) may, by contract ~
rial or correct such workmans
to the Contractor, or (2) may
to proceed in accordance with
clause of these General Provisio~
(d) The Contractor
additional charge, all facilities
agrees to post in conspicious
; and applicants for employment,
ibed by the Director of the Office
,Llance Programs provided by ot
cer. Such notices shall state the
the hw to take af£umative action
aployment qualified handicapped
employment, and the rights of
will notify each labor union
with which it has a collective
er contract understanding, that
the terms of section 503 of the
~re af£Lm~ative action to employ
physically and mentally handi-
viii include the provisions of this
r purchase order of $2,500.00 or
Les, resulations, or orders of the
Section 503 of the Act, so that
upon each Subcontractor or Ven-
such action with respect to any
r as the Director of the Office
tce Programs may direct to en-
ing action for non-compliance.
3NCERNS IN LABOR
Postal Service to encourage the
· as of persistent and substantial
.t of property and services to the
consistent with its procurement
~ to follow this same policy.
that no convict labor will be
~ this contract.
EPTANCE
rise provided in this contract,
~1 Service of material and work-
tact shall be made at reasonable
ork, unless the Contracting Offi-
,,ction ot test of material which
;otk shall be made at the place
ot shipment of such material.
Contracting Officer at the time
inspection or test, such inspec-
as to whether the material in-
act requirements. Such off-site
lieve the Contractor of respon-
of the material prior to accep-
= continuing rights of the Postal
~e completed work under the
clause, except as hereinabove
shall, without charge, replace
~rkmanship found by the Postal
; contract requirements, unless
~tal Service consents to accept
) with an appropriate adjust-
'ontractor shall promptly segre-
from the premises.
does not promptly replace
:cted workmanship, the Postal
r otherwise, replace such mate-
dp and charge the cost thereof
terminate the Contractor's right
the "Termination for Default"
S.
hall furnish promptly, without
Labor, and material reasonably
needed for performing such safe and convenient inspection
and test as may be required by the Contracting Officer. AH
inspection and test by the Postal Service shall be performed
in such manner as not to delay the work unnecessarily. Special,
full size, and performance tests shah be performed as described
in this contract. The Contractor shall be charged with any addi-
tional cost of inspection when material and workmanship
are not ready at the time specified by the Contractor for its
inspection.
(e) Should it be considered necessary or advisable
by the Postal Service at any time before acceptance of the
entire work to make an examination of work already com-
pleted, by removing or tearing out same, the Contractor shall,
on request, promptly furnish all necessary facilities, labor,
and material. If such work is found to be defective or non-
conformin~ in any material respect, due to the default of the
Contractor or his Subcontractors, he shall defray all the ex-
penses of such examination and of satisfactory reconstruction.
If, however, such work is found to meet the requirements
of the contract, an equitable adjustment shall be made in the
contract price to compensate the Contractor for the additional
services involved in such examination and reconstruction and,
if completion of the work has been delayed thereby, he shall,
in addition, be granted a suitable extension of time.
(f) The Contractor shall give the Contracting Officer
at least ten (10) days advance written notice of the date the
work will be fully completed and ready for f'mai inspection
and tests. Final inspection and tests will be started within ten
(10) days from the date specified in the aforesaid notice unless
the Contracting Officer determines that the work is not ready
for f'mai inspection and so informs the Contractor.
(g) Unless otherwise provided in this contract, accep-
tance by the Postal Service shall be made as promptly as prac-
ticable after completion and inspection of ail work requited by
this contract. Acceptance shall be f'mal and conclusive except
as regards latent defects, fraud, or such g~oss mistakes as may
amount to fraud, or as regards the Postal Service's rights under
any warranty or guarantee.
52. BUILDING CODES, FEES AND CHARGES
(a) State and local building codes and regulations do
not apply as a matter of law to work inside the property lines
of Postal Service-owned properties but generally do apply to
Postal Service-leased properties. In compliance with U.S. Postal
Service policy the Contractor shall comply with all State and
local buldling code requirements unless otherwise specifically
provided.
(b) The Contractor shall obtain and pay aH fees and
charges for connection to outside services and for use of prop-
erty outside the site.
53. ACCIDENT PREVENTION
(a) In the performance of the contract, the Contrac-
tor shall comply with the applicable provisions of the Occupa-
tional Safety and Health Act of 1970.
(b) The Contractor will maintain an accurate record
of, and will report to the Contracting Officer, in a manner and
on the forms prescribed by the Contracting Officer, exposure
data and aH accidents resulting in death, traumatic injury,
occupational disease and damage to property, materials, sup-
plies and equipment incident to the work performed under
this contract.
54. PROTECTION OF EXISTING VEGETATION,
STRUCTURES, UTI LITIES AND IMPROVEMENTS
(a) The Contractor will preserve and protect aH
existing vegetation such as trees, shrubs, and g~ass on or adja-
cent to the site of work which is not to be removed and which
does not unreasonably interfere with the construction work.
Care will be taken in removing trees authorized for removal
to avoid damage to vegetation to remain in place. Any limbs
or branches of trees broken during such operations or by the
operation of equipment, <
with a clean cut and pain
compound as directed by th.
(b) The Contract
existing improvements or
work, the location of whi~
repair or restore any dam
failure to comply with t~
the failure to exercise rea
the work. If the Contractc
damage promptly, the Con
sary work performed and
t~actor.
HEAT
Unless otherwise s
wise by the Contracting Of
(1) Provide
work materials and equlp~
and cold;
(2) Protect
necessary to produce and
than 50 degrees FaHrenh~
placing, settin~ and curins
appUcation, setting and cuff
(3) Provid~
the area where such work
less than 70 degrees Falu
(10) days before the pla
materials and continuin8 ~
pancy of the area, whichev~
58. DEBRIS AND CLE~
(a) The Contracl
work, remove and dispose
keep the premises clean.
(b) The Contrac
work, remove aH construc
(except ,~ter~ls or ec/ui~
~ice property ~ provide(
otherwise provided in th
broom clean condition
addition, the Cont~ctor
clean and polish aH
plaster d~opplngs, stains.
work; clean hardware, c
and stainiess steel; temo~
surfaces, clean fLxtures an~
57. MEASUREMENTS
AH dimensions she
stoas required for work t
place, shah be verified b
ment of the existing w~
contract requirements a~
referred to the Contracti
thereby has been performe
SURVEY MCN~UMI
(a) The Postal S,
such general reference p~
proceed with the work. T
ments where shown or s
any previously established
or displaced, or that n
promptly notify the Cont~
(b) The Contra~
llshed bench marks and =
in locations without the
Officer. Established refer
ered, destroyed or distu~
,r by workmen, shah be trimmed
~ed with an approved tree pruning
Contracting Officer.
3r will protect from damage aH
,~tilities at or near the site of the
:h is made known to him, and will
~e to such faciities resulting from
requirements of this contract or
~)rmble care in the performance of
fa/Is or refuses to repair any such
ti'acting Officer may have the neces-
:harge the cost thereof to the Con-
~.~/fied, or unless directed other-
~cer, the Contractor shall:
heat as necessary to protect aH
nent .?inst injury from dampness
, cover and/or heat, as may be
maintain a temperature of not less
it (1) in the concrete during the
, and (2) in the plaster during the
~g.
heat as necessary to produce in
is to be done a temperature of not
.'nheit for the period beginning ten
:in~ of interior f'mishes and i'mish
intil completion or beneficial occu-
: is earUer.
MING
or shall during the progress of the
of the resultant dirt and debris and
;NTS AND BENCH MARKS
.'~ce has established, or will establish,
ints as will enable the Contractor to
te Contractor will provide new monu-
~ectfied. If the Contractor finds that
reference points have been destroyed
)ne have been established, he shah
acting Officer.
tot shaH protect and preserve estab-
ionuments and shaH make no changes
written approval of the Contracting
;nee points, which may be lost, coy-
bed in the course of performance of
~n of existing work and aH dimcn-
~at is to connect with work now in
the Contractor by actual measure-
~rk. Any discrepancies between the
the existing conditions shall be
1~ Officer before any work affected
:or shaH, upon completion of the
:Ion equipment and surplus materials
merit that are to remain Postal Set-
! by this contract}, and except as
s contract, leave the premises in a
~tisfactory to the Postal Service. In
~taH, upon completion of the work,
, replace any broken glass, remove
~ots, marks and dirt from decorated
~an aH exposed interior aluminum
'e paint spots and smears from all
wash aH concrete, tile and linoleum
the work under this contract or which require shifting because
of necessary changes in grades or locations shall, subject to
prior approval of the Contracting Officer, be replaced and
accurately located or relocated [as appropriate) at the Con-
tractor's expense, by a licensed enginer or licensed land sur-
veyor.
(c) New monuments shall be 6 inches square by
3 feet deep (unless otherwise specified), of concrete or stone,
with a 3-inch copper or brass pin, 3/8-inch in diameter, in the
center, and shall be set flush with ~he ground or pavement in
locations indicated on the site plan.
(d) Monuments will not be requited where lines of
building(s) are coincident with property lines.
(e) The Contractor shall verify the figures shown
on the survey and site plan before undertaking any construc-
tion work and shall be responsfole for the accuracy of the
t'mished work.
(f} After completion of construction and prior
to f'mai payment, the Contractor shall furnish the Postal Service
blueprints [in triplicate} of plans showing the exact location
of construction survey monuments with references to true
property lines.
59. SAMPLES
(a) After the award of the contract, the Contractor
shall furnish for the approval of the Contracting Officer, samples
required by the specifications or by the Contracting Officer.
Samples shall be delivered to the Contracting Officer or to the
architect aa specified or as directed. The Contractor shall prepay
all shipping charges on samples. Materials or equipment for
which samples are required shall not be used in the work until
approved in writing by the Contracting Officer.
(b) Each sample shall have a table indicating:
(1) Name of project building or facility, project
title and contract number.
(2) Name of Contractor and, if appropriate,
name of Subcontractor.
(3) Identification of material or equipment
with specification requirement.
(4) Place of origin.
(5) Name of produce~ and brand [if any).
Samples of f'mish materials shall have additional markings
that will identify them under the finish schedules.
(c) The Contractor shall mail under separate cover
a letter in triplicate submitting each shipment of samples and
containing the information required in (b) above. He shall
enclose a copy of this letter with the shipment and send a copy
to the Postal Service representative on the project. Approval
of a sample shnll be only for the characteristics or use named
in such approval and shall not be construed to change or modify
any contract requirement. Substitutions will not be perrnitred
unless they are approved in writing by the Contracting Officer.
(d) Approved samples not destroyed in testing will
bc sent to the Postal Service representative at the project.
Approved samples of hardware in good condition will be marked
for identification and may be used in the work. Materials and
equipment incorporated in the work shall match the approved
samples. Other samples not destroyed in testing and not ap-
proved will be returned to the Contractor at his expense if
so requested at time of submission.
(e) Failure of any material to pass the specified tests
will be sufficient cause for refusal to consider, under this con-
tract, any further samples of the same brand or make of that
material. The Postal Service reserves the right to disapprove
any material or equipment which previously has proved unsatis-
factory in service.
(f) Samples of various materials or equipment de-
livered on the site or in place may be taken by the Postal Ser-
vice representative for testing. Samples failing to meet contract
requirements will automatically void previous approvals of
the items tested. The Contractor shall replace such materials
or equipment found not to have met contract requirements,
~ r:~,.... 7~Cll h,h, 10R4 /n, 17nte?qj
or there shall be a proper a
determined by the Contractir
(g) Except as otb
called for in the specificatio)
of such tests. Where tests a~
specifications but are requir
Postal Service will pay all <
services unless the tests indk
rials used by the Contractor
ings, specifications, approve
materials. In such event, the
shall remove all work and u
replace with work and mate
All tests pertaining to ph
of materials shall be made
Contracting Officer.
60. SPECIFICATIONS AB
(a) The Cent.facto
of the drawings and specifi
the Contracting Officer ac~
in the specifications and no~
on the drawings and not m~
be of like effect aa if showl
difference between drawin
tions shall govern.
Co) In case of ct
scale drawings, the large-sc~
on any contract drawing sh~
information on that or any
the drawings where a portic
out and the remainder is si
or drawn out shall apply at
work.
(c) Where the wo~
Lugs, it shall have a general
meaning identical, and all ¢
tion to their location and
of the work.
(d) tn case of dis~
drawings, or in the specifica
submitted to the Contract
make a determination in w~
tractor without such a dete
and expense. The Contracti
to time such detail drawing:
consider necessary, unless otl
61. STANDARD REFERI
(a) All documenti
not limited to. rnanuais.
specifications) which are c
pose of establishing requb
materials, or workmanship u
to be incorporated herein aa
the specifications of this
following:
(1) Whereve
Specifications or the PubUc
Specifications, Interim Ami
[nterim Federal Standards,
eral Standards, the Contra¢
ments set out in the issue <
except as modified or as
tions of this contract.
(2) Wherev
document other than those
the Contractor shah comp
in the edition specified in
the latest edition or revision
ment or supplement thereto
tion for Bids on this project.
tjustment of the contract price as
g Officer.
erwise specified, where tests are
a the Contractor shall pay ail costs
e not specificaUy called for in the
.~t by the Contracting Officer, the
osts of such tests and engineering
ate that the workmanship or mate-
are not in conformance with dr'aw-
l shop drawings, or the approved
Contractor shall pay for the tests,
taterial so failing to conform, and
rials which are in full conformity.
tslcal and/or chemical properties
in a laboratory approved by the
iD DRAWINGS
shall keep on the work a copy
ations and shall at ail times give
.,ss thereto. Anything mentioned
shown on the drawings, or shown
.,ntioned in the specifications, shall
or mentioned in both. In case of
and specification, the specifica-
~rence between small- and large-
e drawings shall govern. Schedules
dl take precedence over conflicting
other contract drawing. On any of
n of the work is detailed or drawn
own in outline, the parts detailed
~) to all other ILke portions of the
d "similar" appears on the draw-
meaning and not be interpreted as
etails shall be worked out in rela-
their connection with other pa~s
epancy either in the figures, in the
:ions, the matter shall be promptly
Lng Officer, who shall promptly
iting. Any adjustment by the Con-
rmination shall be at his own risk
ng Officer shall furnish from time
~ and other information as he may
.erwise provided.
;NCES
and publications (such as, but
kandbooks, codes, standards and
ted in this contract for the pur-
cments applicable to equipment,
nder this contract, shall be deemed
fully as if printed and bound with
contract, in accordance with the
reference is made to Standard
Buildings Service, Interim Federal
ndments to Federal Specifications,
or Interim Amendments to Fed-
tot shall comply with the requite-
r edition identified in this contract
therwise provided in the specifica-
r reference is made to any such
~pecffied in subparagraph (1) above,
.y with the requirements set out
this contract, or, if not specified,
thereof, as well as the latest amend-
in effect on the date of the Invita-
except as modified by, as otherwise
provied in, or a~ lim/ted to type, ch~ or/~le, by the specifi-
cations of thh contract.
Co) Federal Specifications, Fedend Standards, and
Standard Speciflcatiom of the Public Bulldin~s Service may
be ob~ined from the Bus/ne~ Service Center at any GSA
Re~ion~ Office. Inqu/fies re~a~ding "Commercial Stand. ds",
"Product Standards" and "Simplified Practice Recommen-
dation'' should be addre~ed to the Office of Product Stan-
dards, National Bureau of Standa~h, Wa~fin~on, D.C. 20234.
Publicatiom of A.~odafiom referred to in the ~pecifications
may be obtained dkecfly from the A~ociation.
(c) Upon reque~, the Contractor shall make avail-
able at the job fire within a reasonable time, a copy of each
~ manu~l and standard which i~ incorporated by reference
in flfl~ contract and which governs quality and workmanship.
B2. SHOP DRAWINGS, COORDINATION DRAWINGS
AND SCHEDULES
ia) Th~ Contractor shall submit shop drawings, co-
ordination drawing, and schedules for approval as required
by tho spec/flcation~ or reque~ed by the Con~ractin~ Officer
u follows:
(b) Shop dsawin~ shall include fabrication, erection
d~awin~ ~ and control din~an~, cut~ or entire eatalo~,
pamph~, da~r/~ l/teratu~, and l~dorm~ce and
(c) Drawin~ end schedules, other than catalog,
pamphle~ and ~ printed material, ~ be ~ubmitted in
reprodudble form with ~wo print~ made by a proce~ approved
by the Contracfl~ Officer. Upon approval, the rewoduciable
form ~ be ~e~tu'ned to the Con~'actot who ~ then furnish
the ~mmber of additional pflnU, not to exceed ten (10),
quimd by the Spechl Conditiom of the speciflcatiom. The
Con~'tor shall submit shop dmwi~ in catalog, pamphlet
and ~ l~inf~d form in a m/n/mum of four (4) copies plus
a~ many additional copies a~ the Contractor may dele or
need for hl~ use or use by Subcontractors.
(d) Before mbmittin~ shop drawin~ on the mechani-
cal and electrical work, the Con.actor ~ subnfit and obtain
the ConU'acfl~ Officer's approval of such lh~ of mechanical
and electri~ equ/pment and materiah a~ may be required
by the ~lcatiom.
(e) The Contra~oz shall check the drawinss and
schedules$ shah coordinate thenl (by means of coordination
drewings wherever required} with the work of aH trades in-
involved before submission and shall indicate thereon his
approvaL Drawings and sehedul~s submitted without evidence of
the Contractur's approval may be returned for resubnfi~on.
(0 Each shop drawing or coordination drawing shall
have a blank ax~a $ by $ inches, located adjacent to the tire
block. The fire block shaH display the following:
(1) Number and title of drawing;
(2) Date of drawing or revis/on;
(3) Name of project building or fac/lity;
(4) Name of Contractor and (if
name of Subconlxactor submitlin$ drawing;
(5) Clea~ identity of contents and location of
the work;
(6) Project title and contract number.
(g) Unless otherwisa provided in this contract, or
otherwise directed by the Contracting Officer, shop drawings,
coordination drawingr and schedules shaH be submitted to
the Contracting Officer, with a letter in triplicate, sufficiently
in advance of construction requirements to permit no less than
ten (10) work/ng days for checking and appropriate act/on.
(h) Except as otherwise prov/ded in subparagraph
(i) of this clause, approval of drawings and schedules will be
general and shaH not be construed as:
(l) Permitting any departure from the con-
tract requirements;
Form 7391, July 1984 (1~. I8 of 19)
(2) RelievinR
sibRity for any errors, inclm
rials;
(3) Approvi~
furnished by the Contracting
(i) If dsawings o~
the contract requirements t
or for other ~easons, the C~
tions in his letter of transmi
Officer may approve any o:
appropmte change order. I:
such v~iation~ he shall no'
for executins the work in a
thoush such drawinss or sc
RECORD "AS BUILT
(a) The Contractoz
work, keep a master set of;
shall keep a careful and nea
contract drawings pt~red
~e made dufin~ the course of
(b) Upon completi~
prints shaH be c~,tifled a~ tc
of the Contractor and tumid
u~ by him in the
64. ~PARE-PARTS DATA
The Contractor shall
different item of ~quipment
a complete Hst of parts and
and ~muce of mpply; a list c
normally furnished at no es
equipment, or specified hm
of the contract; and a list
by the manufa~eer to a~u
of 180 days at the pattit~h
not rdleve the Contractor
Suarantees specified herein.
CONSTRUCTION
(a) Within 30 days
the Contractor shall prepar
Officer for approval, six (61
chart. The d~rt ~ show
con~ondl~ ~ those u
progz~s paymenu am ba~d
tot propose~ to earry on th~
start each of the categoric.
dates for complctin~ the sa
~ale to indicate graphically
uled to be in place at any
payment period, or at suc~
tracting Officer, the Contra~
reflect any chan~e~ in the
or both as approved by the
tho chart tho total
(3) submit th~ copies of
ing Officer.
(b) If, in the opin
actually in pla~ fall~ behir
shaH take such action as n~
addition, the ~ontracting O
to submit a revised chart de
posed plan to make up lag
completion of work within
lng Officer £mds the prop~
require the Contractor to
plan is not agreed upon, th
the ~ontractor to increase
plan and equipment, or the
additional cost to the Postal
the Contractor of the respon-
ling details, dimensions and mate-
departures from full-size details
)fficer. .
schedutes show variations from
~cause of standaxd shop practice
ntractor shaft describe such vafia-
ttaL If acceptable, the Contracting
all tach variations and issue an
the Contractor fails to describe
be relieved of the respons/billty
cordance with the contract, even
tedules may have been approved.
DRAWINGS
shall, during the progress of the
tints on the job site, on which he
: record of ali deviations from the
by the Architect-Engineer which
the work.
,n of the project, these "as built"
their correctness by the signature
over to the Krehitect-Engineer for
of a permanent set of "as built"
hmish spate-parts data for each
furnished. The data shall include
supplies, with current unit prices
f pa-ts and supplim that a~ either
Ua cost with the purohase of the
~h~fter to be furnished as part
~f additional i~en~ recommended
~e efficient operation for a period
~ installation. The for~oin~ shall
of any responsibfl/tim under the
IGRESS CHART
after receipt of notice to proceed,
and submit to the Contracting
copies of a practicable progress
the principal categories of work
~d in the breakdown on which
the order in which the Contrac-
work, the date on which he will
of work, and the contemplated
ac. The cha~ shall be in suitable
he total percentage of work sched-
ime. At the end of each progress
intervals as directed by the Con-
:tot shall (1) ad]ust the chart to
contract work, completion time,
Contracting Officer, (2) enter on
ge of work actually in place, and
xe adjusted chart to the Contract-
,n of the Contracting Officer. work
d that scheduled, the Contractor
:ersery to improve his progress. In
~flcer may requke the Contractor
monstrating his program and pro-
n scheduled progress and to insure
:he contract time. If the Contract-
sed plan not acceptable, he may
bmit a new plan. If a satisfactory
." Contracting Officer may require
the work force, the construct/on
number of work shifts, Vathout
ervice.
(c) Failure of the Contractor to comply with these
requirements shall be considered ~rounds for determination
by the Contracting Officer that the Contractor is failing to
prosecute the work with such diligence as will insure its com-
pletion within the time specified.
66. POSTAL SERVICE OCCUPANCY
(a) The Contracting Officer reserves the ri~t of
partial occupancy or use of facilities, services and utilities,
prior to final accepu~nce, without implying completion
acc~.mnce of any p~.,-:, of the Frojec~ by the POs~[ Semce.
Prior Co such occupancy or use, he shaJl furnish the C,~nwac-
tor w/th an kern/zed ~ of work r~r~.i.i~g to be t~n'ormed
or con-ceded.
Co) Costs incurr~ u a r~tt o£ such pardal occu-
pancy or use of facilifi~ s~vices and uu!i~s ~ suig~c:, to
equir~ble adju.rlmen£ ~nd~r the provisions of the
clause and the 'Equitable Adjuscmenr~" ~-t,,,~e of these
(c) Necessary Ies~olation and repai~ of rl~m~
ins from partial occupancy or use shifll not be at the expense
of the Conuactor.
67. GUARANTEES (JULY 19841
(a) Unless otherwi~ provided in the speck~c=dons.
the Con;actor guai-.mte~s ail work to be in accordance with
conWact requirements and f~e from defective o; inferior ma[e-
rials, equipment and workman.ship for one year zfter the date
of fatal acceptance of the project.
Co) If. within any ~uar~t=e period, the
Office Ends that guaranteed work needs to be reprisal or
chan=-.ed because of the use of materials, equipment, or work°
manship which, in his opinion, are inferior, defective, or not in
accord=ncc with the te.-ms of the con;z-act, he ;h~I! so inform
the Contractor in wririn; and the Corm'actor shall promptly
and without additional expense to the Postal Service:
(1) Pk, ce in ~ satisfactory condition all of such
guaranteed work;
(2) Satiffaclor~y correct all damage to equip-
merit, the sim. the buildin~ or contents ~he.-cof. which is the
~sult of such unsatisfactory D~.rameed wodc; and
(3) Sadsfac:.on~y con, ct any wo~. materials, and
equipment that al~ ~ed in ful~lin.- the =~mmntee, includ-
in; any disturbed work, materaiLs and equipment that may
have been guaranteed under another contract.
Should the Contractor fail to proceed promptly in accord-
once with the ~uaranlee, the Postal Service may have such work
performed at file expense of the Cunt. fac=or.
(c) Any ~ecial ~uaranlees thai may be r~lul~ed unde. r
the conwac~ shatl be subiect .m :he stipulations se; forth above,
i.-,~ofar as they do not confli~ with. the provisions of such_spedal
gua_r-J.n~ees.
(d) The Contractor
guarantee or warranty of e~
thereof which is furnished
installer in the ordinn_.-y cc
plier's or insraller's business
~ractor shall obtain and fumi
marion which is requl~d in ~
or wan-anW legally binding
both the information and
Postal Service in su/fiaient
or wan:mW or, if no time 1i
68. CLEAN AIR AND WA
ffhir ~e ~ applicab
offer er. cede $I 00,00~
finite ~ ~d
~n~ w~ ~c~
~ nor oM~e
~e Con~o~
(a) To ~mpty
114 of ~e ~ AP A~, u
u ~d~ by ~bEc ~w
~eml ~ar~ Poi~oa Co
~en~ by ~b~c ~w
~n~ ~ be p~o~
m~ _~c~on A~
~e ~A ~ov~ ~e ~e c
(c) To no~y
· e mc~pt of ~y
~t ~y ~W ~oposed
b ~d~ ~d~don to be
FaciE~ks.
(d) To ~ ~e m
Water Ce~don ~n~
pro~o~ of ~ ~e ~t,
~ ~ ~e above
~t~, te~ for defa~
('Errv~ u~¢n-,ai Protection
the i~'ovis/om for ~
may be found al ~0
35.(g) In making such I
be retained 5 percent
final completion and
However, if the Contrac'
that satisfactory progr~
Contracting Officer may
in full without retentic
whenever the work is sub
Contracting Officer, if
retained to be in excess
the protection of the Po
discretion, may release
portion of such excess a
completion an.d acceptanc
public work or other day
which the price is state
payment may be made ther
perc.en.tage. The Contrac
provisions of this claus
or purchase orders, subs
"Contractor" in place of
"Postal Service",and sub
"Subcontractor" in place
shall obtain each transferable
dpment, materials or installation
F any manufacturer, supplier or
· se of the manufacturer's, sup-
or Wade. In addition, the Con-
~ to the Postal Service all inior-
~rder to make any such guarantee
and effective, and shall submit
te guaran~e~ or wa.tTant'y to the
me to permit the Postal Service
nit is speci~ed, prior to comple-
ER (JULY 1975)
Fe ro Otiz contract o~y if: (i] the
~d~r~ r~r o~ for
$100,000 ~ ~y y~, or {~)
red on the E~A L~ of
~ ~n~ic~ or (iv} the con~cr
~faHo~
~ ~e ~emen~ of Se~on
m~d~ (42 U~.C. 1857, et s~..
~1 Act (~ U~.C. I~i,
m~er.
~ of ~e Wo~ ~ by
a 5~ ~d on ~e
:PA) L~r of ~o~ny Fac~i~
a ~ aw~d~, ~e=, ~d un~
~y ~e Con~ct~ Offi~
r, ox ~ ~e under. ~ con.ct
~led on the ~A L~r of Vio~dn~
~stance: (O of any Clean Air and
tiffs solicitation and (ii) of the
every nonexempt subcont'~ct.,
:o t~ such s't'~gs as the Postal
,f enforcin~ these orovisions.
t the Contra~or'fails to comply
lr.~, his right to pe~o~n may be
dr, or suspended/'or such fa~ure,
gency _~/~uafions implementing
mi:ed by the .~e~-~..,~ed stymies
-~.)
rogress payments, there shall
the estimated amount until
eptance of the contract work.
lng Officer finds at any time
ss is being made, the
authorize payment to be made
n of a percentage. A1 so,
stantially complete, the
he considers the amount
of the amount adequate for
stol Service, at his
to the Contractor all or a
nount. Furthermore, on
~ of each separate building,
ision of the contract, on
d separately in the contract,
~fore with retention of a
tot shall include the
-~ 35(g) in all subcontract
Cituting the word
"Contracting Officer" or
~tituting the word
of "Contractor".
SUPPLEMENT TO GENERAL PROVISIONS
Paragraph 1
Add subparagraph (d):
(d) "Specifications" means the Contract Documents consisting of si
drawings, schedules, addenda and all authorized changes to the co~
Paragraph 24
In subparagraph (b) change:
"This paragraph (b)" to read:
"Subparagraph (a) above."
Paragraph 25
In subparagraph (d) change:
"Contracting" to read "Contractor".
Paragraph 32
In subparagraph (f) change:
"Contract" to read "Contractor".
Paragraph 58
In subparagraph (f) after words "Postal Service" add "one sepia a
)ecifications,
ltract.
U.S. PosTAL SERVICE
CONSTRUCTION CONTRACT
i~ See Instructions on Reverse
3. CONTRACTOR NAME AND ADDRESS
1. CONTRAC1
2. DATE OF
0 INDI
[] PAR'
[] ,~Ol~,
[] CDR
THE
5. ISSUING OFFICE (Name and Address)
6. cONTRACT FOR (Work to be performed)
7. PLACE
8. CONTRACT PRICE (Expressed in words and figures)
9. WORK SHALL BE STARTED (Date) / 10.
11. FISCAL DATA
WORK SHALL BE cOMPL~
12. '['he United States Postal Service {hereinafter called the Postal Sera'ice), repremntcd by the Contra
contract, and the individual, partnership, joint vcnturc, or corporation named above (hereinafter
agree to perform this contract in strict accordance with the General Provisions (PS Form 7391),
specifications, schedules, drawings, and conditions:
L
PS Form 7390
July 1974
NO;
INT RACT
BOX
tlDUAL
NERSHIP
vENTURE
~ORATION, iNCORPORATED IN
STATE OF
' ED (Date)
:tin~g Officer executing this
:lied the Contractor), mutually
id tim folio'wing designated
13, ALTERATIONS. The following alterations were made in this contract before it was signe( ~rties hereto:
14. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE EXECUTED THIS
DATE ENTERED ON THE FIRST PAGE HEREOF.
THE UNITED STATES POSTAL SERVICE
SIGNATURE
TYPED NAME
OFFICIAL TITLE
NAME OF
SIGNATURE
BY
TYPED NAME
TITLE
INSTRUCTIONS
1. The full name and business address of the Contractor
must be inserted in the space provided on the face of the
form. The Contractor shall sign in the space provided above
with his usual signature and typewrite or print his name
under the signature.
2. An officer of a corporation, member of a partnership,
or agent signing for
typed name and title
contract executed b
Contractor shall be
copies of his power of
authority to act on bel
~r U.S. GOVERNMENT PRINTING OFFICE
' AS OF THE
:tot shall place his signature.
name of the Contractor. A
~y or agent on behalf of the
by two authenticated
or other evidence of his
Contractor.
P --- ~ OATE BO~O EX~CVT£O (Must be same o* la;e'
ERFORM~,NCE BOND
(See Iastructio.s oa reverseJ J I
pRINCIP~ (Legal name and business addres~f TYPE OF ORGANIZATION (e[X'S one)
~ INDIVIDU~ J~ PARTNERSHIP
/
~ ~URE J~ ~R~RATION
/
STATE OF INCORP~ATION/
SURETY{ IESI (Name(s) and business address(es)) PENA~
C~TRACT DATE ~R~T NO.
KNOW ALL MEN ~Y THESE PRESENTS, That we, the P~cipa] and Su;ety(ies) hereto, ~e f~mlyl bound to the ~ited States
Postal Se~ice (he;e~nafte; ca[]ed the Posta] Se~ice) ~ the above penal ~m fo; the payment of wh~c~lwe b~nd ouTse[ves, our ~e~,
executors, adm~ist;ators, a~d successor, jointly a~d seve;a~y: ~o~MeE, That, wheze the Sureti~ ate co~o;atioas acting as
co-sureties, w~, the Sureties, b~d ou~e]ves ~ suc~ ~m "jointly and ~era]ly" as
allowing a joint action or actions a~st a~y o; aH of us, and ~or a]~ other pu~oses eac~
with the Pr[~c~pal, for the payment of ~ch ~m only as is set fo~ op~site the name
~icated, the ]imit o~ ~ab~hty sha~ be the fu~ amount of the penal ~m.
~E COND[T]O~ OF THIS OB~I~AT[O~ IS S~CH, ~at whereas the Principal entered into the contract identffied above;
NOW, ~EEEFOEE, ff the Principal ~]:
(a) Pe;~o~ a~d ~u]~H a]l the undertakings, covenants, te~s, conditions, a~d agreements o~ saidl co~tmct during t~e od~n~
term o~ said co~tract ~d a~y extens~om ~er=o~ ~at ma~ be Bra~ted b~ the ~osta]
Surety0es), ~d dufi~; the life o~ any Euaranty requked under ~e comract, a~d shall ~so peffo~ a~d ~utfiH ~ ~e u~de~a~,
covenants, te~s, co~ditio~s, a~d a~;eeme~ts o~ a~y a~d aH ~u]~ au~or~zed m~i~cat]ons
made, notice of w~ch m~ifications to the Surety(les) berg hereby waived; and ~ ,
(b) If the said contract is subject to the M~er Act, as amended (40 U.S.C. 270a-270e), pay to the ~sta~ Semite the full mount
of the taxes imposed which are collected, deducted, or wit~eld from wages paid by the Principal in ~ar~ing out ~e construction
contract with respect to which this bond is furnished; ~en the above obligation shall be void and of nol~fect.
IN WITNESS ~EREOF, the Pr~cipal and Surety(les) have executed ~is perfomance bond and hqve af~med
date set forth above. /
/
PRINCIPAL /
1. Z. '
(Seal) I (3~1) Gorporate
Nam,{s) & ~' Z. / Seal
Title(s}
/
( Type d)
/
INDIVl DUAL SU RETY(IE~
l. 2.
(Seal) I
I
Nares(s) ~. ' Z 1
CORPORATE SU R ETY{, ES} /
N.e& I STAT~ O.
< Address I I /
~ ~i,n...(.) /
PS Form 73~5
July 1971
CORPORATE SURETY(lES) (Continued)
Name.. & STATE OF INC. .ITY LIMIT
Address
m Corporate
~ Signature(s) 1. 2.
Seal
~ Nome(s) & I. 2.
Title(s)
(Typed/
Nome .q- I STATE OF' Ihl~. ILITY LIMIT
U Address
I
>- 1. 2. Corporate
~U~ Signature(s) Seal
~ Name(s) & I 2.
Title(s)
(Typed/ STATE OF INC. LITY LIMIT
Nome & ]
Address
c~ Corporate
>- I. 2.
~ Signature(s) Seal
:::) Name(s) & ! Z.
~n Title(s)
(Typed/
STATE OF INC. IL. ITY LIMIT
Nome &
uJ Address
>' 1 2. · Corpora te
~ Signature(s) Seal
~ Name(s) & 1
Title(s)
(Typed/
STATE OF INC. /LITY LIMIT
Nome &
u. Address
Corporate
)' 1. 2.
~ Signature(s) Seal
~ Nome(s) & I.
Title(s)
(Typed)Name & J STATE OF INC. ILITY LIMIT
Address
o Corporate
>- 1. ~ Seal
~ Signature(s)
~ Nar. e(s) & 1 Z.
Title(s)
(Typed)
INSTRUCTIONS
1. This form /s authorized for use m connection with
contracts for construction work or the furnishing of supplies
or services. There shall be no deviation from tiffs form without
approval in accordance with the provisions of Postal Con-
tracting Manual 1-109.
2. The full legal name and business address of the Principal
shall be inserted ir, the space designated "Principal" on the
face of this form. The bond shall be signed by an authorized
person. Where such person is signing in a representative
capacity (e.g., an attorney-in-fact), but is not a member of the
firm, partnership, or joint venture, or an officer of the
corporation involved, evidence of his authority must be
furnished.
3. (a) Corporations executing the bond as sureties must be
among those appearing on the Treasury Department's List of
approved sureties and must be acting within the limitations set
forth therein. Where more than a single corporate surety is
involved, theft
inserted in the
"CORPORATE
identification of 1
(b) Where
be two or more
Individual
furnish
assets and
require.
4.
rate seals.
word "Seal";
shall also affix
$. The name
should be typed
oU.S.Governmer
addresses (city and State) shall be
A, Surety B, etc.) headed
lES)", and in the space designated
face of this form 0nly the letter
shaU be inserted.
:ties execute the bond, they shaU
persons. A completed Affidavit of
7328), for each individual surety,
Such sureties may be required to
information concerning their
as the Postal Service may
the bond shall affix their corpo-
execute the bond opposite the
in Maine or New Hampshire,
seal.
~erson signing this performance bond
ce provided.
Office: 1974 -- 650-425/1221 Region 5-I
PAYMENT BOND
(See Instruction~ on reuerse)
· 'CUTED (Muse be =m~e or
IC~NTI al
KNOW ALL MEN BY THESE PRESENTS,That we, the Principal and Surety(ica) hereto, are firmly b~und to the United Stat~
Postal Service (hereinafter called the Postal Service) ia the above penal sum for the payment of which' w~ bind ourselves, our heir~,
executors, administrators, and successors, jointly and severally: Provided. That, where the Sureties :~re corporations acting as
co-sureties, we, the Sureties, bind ourselves in such sum "jointly and severally" as well as'"severally" only for the purpose of
allowing a joint action or actions against any or all of us, and for all other purpose~ each Surety binds itself, jointly and s~verally
with the Principal, for the payment of such sum only aa is s~t forth opposite the name of such Su. rety, ut.if no limit of liability ia
indicated, the limit of liability shaU be the full amount of the penal sum.
THE CONDITION OF THIS OBLIGATION IS SUCH,' that whereas the Principal entered into the contrac
NOW/THEREFORE, if the Principal shall promptly make payment to all persons supplying labor and
of the work provided for in said contract, and any and all duly authorized modifications of said contt
.made, notice of which modifications to the Surety(ica) being hereby wa/red, then the above obligatic
effect.
IN WITNESS WHEREOF, the Principal and Surety(les) have executed this Payme~'t b~nd and have
set forth above. --
Title(s)
fT.,pea)
(Trped/
Addrese
.<
>-
t-- Signatut.(s}
~ Name(s) &
Title(,)
'\ (Typed)
- PS Fo,m 7325-A
July, 1971
PRINCIPAl
2.
INDIVIDU AL SURETY(IIg'SJ
(Seal)I Z·
CORPORATE 5LI RETYII ES}
identified above;
taterial La the prosecution
act that may hereafter be
n shall be void and of no
xed their gals on the date
(Seal)
Corporate
J:
ISTAT[ OF INC.
JLIABILITY LIMIT
Corporate
Seal
/
CORPORATE SURETY(II:S) (Continued) m
Name &
SignMurl(I) I. Z, Cor~oraM
Nmi(s) &
Title(m)
Addre. I
~gneeu~.) Corporate
Seal
Name(a} & I. 2.
Title(s)
Addr.im
Slgn~w~.) I. Z. Corpom~
TiU~t)
Signatuve(~) I. 2. Corpora:e
Name(s) &
Title(s)
Sigfl~ure(I). I. 2. Carporu:e
Hame(s) & ~1. . 2.
~ille{s) -
Addree.
I. Z. Corporate
Signefu~e(m} - Sea~
Hame(I) & 1. 2.
Title(~)
(T~ed)
.)
INSTRUCTIONS
I. ~ form, t'or th· protection of persons supplyir~ labor tnd
mlterisl, shsll be used when~er · payment bond is requited under t~e
act of August 24, 1935, 49 Stat. 793, u amended (40 U.S.C.
270a-270e). The~ s~aLl be no deviation from this form without
· ppmv,~ in acco~lsnce with the previous of P0mi Con~c~nl
Mtnu~l 1-109.
2. The lull le~l name aztd business add.ss of the Principal ~all be
imened in the space designated "Princil~" on tl:.e face of the form.
The bond ~ be s~gned by an authorized pexsoa. Where such person is
si&nih& in a representative capacity (e4., an attomeydnJact), but is nat
a m~nber of the firm, partnenhip, or joint venture, or tn officer of the
corporation involved, evidenc~ of his authority must be furnished.
3. (a) Corporatians executin& the bond u sureties must be amonl
those appenzing on the Treasury D~pstrtmcnt's L~st of approved sureties
a~d must be acting within the limitations set forth therein. Where more
than · sinf~e corporate mt
(city and State) ~
headed "CORPORATE
"SURETYOES)" on the
of the Suxedes ~aa
Cb) Where indiv~du~
more responsible petsous.
(PS Form 7328), for each
Such sureties may be
Information concemin&
Post~ Service may r~quis~.
4. Corporations
Individuals shaU execute
executed in Maine or
5. The name of each
typed in the ~pace
r~lved, their names and addresses
spaces (Surety A, Stucty B, etc.)
S)", and in 0re spruce desi~tzted
only the letter identilic?tion
the bond, ~ey shall be two or
Affidsvit of Indiv~lual Surety
shall accompany thc bond.
furnish additional subst~nt~tmg
and f'mancial capability as the
~d shall alTLx theLt corporate seals.
the word "S~"; ~, ·
~, ~ ~o aff~ ~ ~e~ve ~.
U.S. Postal Service
Labor Standards Pro¥isions Applicable to Contracts in Excess of $;
I. DAVIS BACON ACT (40 U,S.C. 276a-a(7)
a. Minimum wages.
(I) All laborers and mechanics employed or working upon
the site of the work (or under the United States Housing Act of
1937 or under the Housing Act of 1949 in the construction or
development of the project), will be paid unconditionally and not
less often than once a week, and without subsequent deduction
or rebate on any account (except such payroll deductions as are
permitted by regulations issued by the Secretary of Labor under
the Copeland Act (29 CFR Part 3), the full amount of wages and
bona fide fringe benefits (or cash equivalents thereof) due at time
of payment computed at rates not less than those contained in
the wage determination of the Secretary of Labor which is attached
hereto and made a part hereof, regardless of any contractual rela-
tionship which may be alleged to exist between the contractor and
such laborers and mechanics. Contributions made or costs reason-
ably anticipated for bona fide fringe benefits under section l(b)(2)
of the Davis-Bacon Act on behalf of laborers or mechanics are
considered wages paid to such laborers or mechanics, subject to
the provisions of sub-paragraph (a)(4) of this clause; also, regular
contributions made or costs incurred for more than a weekly
period (but not less often then quarterly) under plans, funds, or
programs which cover the particular weekly period, are deemed
to be constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate wage
rate and fringe benefits on the wage determination for the classi-
fication of work actually performed, without regard to skill, except
as provided in the clause entitled "Apprentices and Trainees."
Laborers or mechanics performing work in more than one classi-
fication may be compensated at the rate specified for each classi-
fication for the time actually worked therein: P~ovided, That the
employers payroll records accurately set forth the time spent in
each classification in which work is performed. The wage deter-
ruination (including any additional classification and wage rates
conformed under subpara~aph (a)(2) of this clause and the Davis-
Bacon poster (WH-I321) shall be posted at all times by the con-
tractor and its subcontractors at the site of the work in a prominent
and accessible place where it can be easily seen by the workers.
(2)(A) The contracting officer shah require that any class
of laborers or mechanics which is not listed in the wage deter-
mination and which is to be employed under the contract shah
be classified in conformance with the wage determination. The
contracting officer shall approve an additional classification and
wage rate and fringe benefits therefor only when the following
criteria have been met:
(i) The work to be performed by the classifi-
cation requested is not performed by a classification in the wage
determination; and
(ii) The classification is utilized in the area by
the construction industry; and
(iii) The proposed wage rate. including any bona
fide fringe benefits, bears a reasonable relationship to the wage
rates contained in the wage determination.
(B) if the contractor and the laborers and mechanics
to be employed in the classification (if known), or thcig represen-
tatives, and the contracting officer agree on the classification and
wage rate (including thc amount designated for fringe benefits
where appropriate), a report of the action taken shall be sent by
the contracting officer to thc Administrator of the Wage and Hour
Division, Employment Standards Administration, U.S. Department
of Labor, Washington, DC 20210. The Administrator, or an autho-
rized representative, will approve, modify, or disapprove every
additional classification action within 30 days of receipt and so
advise the contracting officer or will notify the contracting officer
within the 3e-day period that addition~ time is necessary.
(C) In the event the contractor, the laborers or me-
chanics to be employed in the classification or their representa-
fives, and the contracting officer do not agree on the proposed
classification and wage rate (including the amount designated for
fringe benefits, where appropriate), the contracting officer shall
refer the questions, including the views of all interested parties
and the recommendation of the contracting officer, to the Admin-
istrator for determination. The Ad
representative, will issue a determin~
and so advise the contracting
officer within the 30-day period th:
(D) The wage rate (inc
appropriate) determined pursuant
{a)(2)(C) of this clause shall be p:
work in the classification under th
on which work is performed in the ct
(3) Whenever the minimum
contract for a class of laborers
benefit which is not expressed as
shall either pay the benefit as stal
or shall pay another bona fide fri:
equivalent thereof.
(4) If the contractor does
or other third person, the contracb
wages of any laborer or mechanic ti
ably anticipated in providing bona f
or program, t~ovided, That the Sect
the written request of the contractc
of the Davis-Bacon Act have been
may require the contractor to set as
for the meeting of obligations under
2. CONTRACT WORK HOURS
ACT - OVERTIME COMPENSA
(a) Overtime requirements.
tot contracting for any part of the
quire or involve the employment
require or permit any such laborer
in which he or she is employed or
such workweek unless such laborer
sation at a rate not less than one a:
of pay for all hours worked ;,i
~:.~; :..- in excess of forty hours
(b) Violation: liability for uN
In the event of any violation of ti
(a) of this clause, the contractor an
therefor shall be liable for the unp~
tractor and subcontractor shall be 1
Service, for liquidated damages. St
computed with respect to each
including watchmen and guards,
clause set forth in subparagraph (a)
$10 for each calendar day for wh,
or permitted to work ~.~ ;:;;;.~ af
standard workweek of forty houri
time wages required by the provisi
this clause.
(c) Withholding for unpaid
The contracting officer shall upon
written request of an authorized
of Labor withhold or cause to be
able on account of work perform~
tractor under any such contract
with the same prime contractor,
contract subject to the Contract W
Act, which is held by the same
may be determined to be necess
such contractor or subcontractor
damages as provided in the provis
this clause.
(d) Subcontracts. The contra(
in any subcontracts the clauses
(d) of this clause and also a cla~
include these clauses in any lower t
The prime contractor sha
by any subcontractor or lower ti~
set forth in paragraph (a) through (
,000
tinistrator, or an authorized
tion within 30 days of receipt
or will notify the contracting
tt additional time is necess~y.
[uding fringe benefits where
o subparagraphs (aj(2)(B) or
id to all workers performing
is contract from the fkst day
tssification.
wage rate prescribed in the
r mechanics includes a fringe
tn hourly rate, the contractor
ed in the wage determination
,ge benefit or an hourly cash
~t make payments to a trustee,
ir may consider as pa~t of the
te amount of any costs reason-
de fringe benefits under a plan
;tary of Labor has found, upon
r, that the applicable standards
met. The Secretary of Labor
ide in a separate account assets
the plan or program.
~ND SAFETY STANDARDS
rlON (40 U.S.C. 327-333)
o contractor or subcontrac-
contract work which may re-
ef laborers or mechanics shall
or mechanics in any workweek
such work ~
,~, in excess of forty hours in
or mechanic receives compen-
td one-haif times the basic rate
such workweek, .;.\i;~:'.':: ::
,id wages; liquidated damages.
~e clause set forth in paragraph
d any subcontractor responsible
id wages. In addition, such con-
able to the United States Postal
ch liquidated damages shall be
ndividual laborer or mechanic,
employed in violation of the
of this paragraph, in the sum of
ch such individual was required
--'-'-- ~- .... or in excess of the
without payment of the over-
on set forth in paragraph (a) of
rages and liquidated damages.
his or her own action or upon
;presentative of the Department
~ithheld, from any moneys pay-
~d by the contractor or subcon-
or any other Federal contract
or any other Federally-assisted
ork Hours and Safety Standards
prime contractor, such sums as
~ry to satisfy any liabilities of
'or unpaid wages and liquidated
on set forth in paragraph (b) of
tor or subcontractor shall insert
forth in paragraphs (a) through
tsc requiring the subcontract to
er subcontracts.
I be responsible for compliance
r subcontractor with the clauses
l) of this clause.
3. CONTRACT WORK HOURS AND SAFETY STANDARDS
ACT - CONSTRUCTION SAFETY STANDARDS (40 U.S,C.
327-333)
la) To the extent this contract is for construction, modifica-
tion, alteration and/or repair, including painting and decorating,
the contractor or any subcontractor shall not require any laborer
or mechanic employed in the performance of this contract to work
in surroundings or under working conditions which are unsanitary,
hazardous, or dangerous to his health or safety as determmed under
Standards promulgated by the Secretary of Labor. (See 29 CFR
Part 1926).
lb) In the event it is determined that the contractor has failed
to comply with this provision regarding health and safety standards,
the contracting officer, in his discretion, may cancel this contract
for the balance of the work or term and charge to the contractor
the additional cost, if any, incurred thereby.
4. APPRENTICES AND TRAINEES
la) Apprentices. Apprentices will be permitted to work at less
than the predetermined rate for the work they performed when
they are employed pursuant to and individually registered in a
bona fide apprenticeship program registered with the U.S. Depart-
ment of Labor, Employment and Training Administration Bureau
of Labor, Employment and Training Administration Bureau of
Apprenticeship and Training, or with a State Apprenticeship Agency
recognized by the Bureau, or if a person is employed in his or her
f'trst 90 days of probationary employment as an apprentice in such
an apprenticeship program, who is not individually registered in
the program, but who has been certified by the Bureau of Appren-
ticeship and Training or a State Apprenticeship Agency (where
appropriate) to be eligible for probationary employment as an
apprentice. The allowable ratio of apprentices to journeymen on
the job site in any craft classification shall not be greater than the
ratio permitted to the contractor as to the entire work force under
the registered program. Any worker listed on a payroll at an appren-
tice wage rate, who is not registered or otherwise employed as
stated above, shall be paid not less than the applicable wage rate
on the wage determination for the classification of work actually
performed. In addition, any apprentice performing work on the
job site in excess of the ratio permitted under the registered pro-
gram shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed. Where a
contractor ts performing construction on a project in a locality
other than that in which its program is registered, the ratios and
wage rates (expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor's registered
program shall be observed. Every apprentice must be paid at not
less than the rate specified in the registered program for the appren-
tice's level of progress, expressed as a percentage of the journey-
men hourly rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be
paid the full amount of fringe benefits listed on the wage deter-
ruination for the applicable classification, if the Administrator
determines that a different practice prevails for the applicable
apprentice classification, fringes shall be paid in accordance with
that determination. In the event the Bureau of Apprenticeship
and Training, or a State Apprenticeship Agency recognized by
the Bureau, withdraws approval of an apprenticeship program
the contractor will no longer be permitted to utilize apprentices
at less than the applicable predetermined rate for the work per-
formed until an acceptable program is approved.
lb) Trainees. Except as provided in 29 CFR 5.16 trainees
will not be permitted to work at less than the predetermined rate
for the work performed unless they are employed pursuant to
and individually registered in a program which has received prior
approval, evidenced by formal certification by the U.S. Department
of Labor. Employment and Training Administration. The ratio
of trainees to journeymen on the job site shall not be greater than
permitted under the plan approved by the Employment and Train-
ing Administration. Every trainee must be paid at not less than
the rate specified in the approved program for the trainee's level
of progress, expressed as a percentage of the journeyman hourly
rate specified in the applicable wage determination. Trainees shall
b.e paid fringe benefits
trainee program. If the
benefits, trainees shall
listed on the wage
Wage and Hour
ship program associated
rate on the wage deter
fringe benefits for a
roll at a trainee rate w
training plan approved
istration shall be paid
the wage determination
formed. In addition,
in excess of the ratio
be paid not less than
ruination
merit and Training
lng program, the
trainees at leas than
work performed
rices, trainees and
formity with the equal
Executive Order l 1246,
$. PAYROLLS
la) Payrolls and
rained by the
served for a period of
mechanics working at
States Housing Act of
in the construction or
shall contain the nam
each such worker, his c
wages paid (including
for bona fide fringe be
types described in
daily and weekly
actual wages paid.
under 29 CFR 5.5(a)(
chanic include the
in providing benefits
section (I)(b)(2)iB)
maintain records which
vide such benefits is
has been co
affected, and records wi
cost incurred in
apprentices or trainees
written evidence of the
certification of trainee
tices and trainees, and
applicable programs.
lb)(1) The
which any contract
the contracting officer.
rately and completely
rained under 5,$al3)I
formation may be su
Form WH-347 is availal
from the Superintende:
029-005-00014-1), U.S
ton, DC 20402. The
mission of copies of pay~
(2) Each
"Statement of Cpm
tractor or his or her
the persons employed
following:
(i) That
the information
Regulations, 29 CFR
complete.
(ii) That
helper, apprentice, ant
lance with the provisions of the
does not mention fringe
full amount of fringe benefits
unless the Administrator of the
that there is an apprentice-
corresponding journeyman wage
provides for less than full
thy employee listed on the pay-
registered and participating in a
~ment and Training Admin-
the applicable wage rate on
of work actually per-
work on the job site
the registered program shall
wage rate on the wage deter-
In the event the Employ-
withdraws approval of a train-
longer be permitted to utilize
predetermined rate for the
The utilization of appren-
:nder this part shaU be in con-
ent opportunity requirements of
and 29 CFR Part 30.
relating thereto shall be main-
course of the work and pre-
thereafter for all laborers and
' the work (or under the United
ander the Housing Act of 1949,
of the project). Such records
and social security number of
classification, hourly rates of
or costs anticipated
cash equivalents thereof of the
2)lB) of the Davis-Bacon Act),
.worked, deductions made and
: Secretary of Labor has found
the wages of any laborer, or me-
my costs reasonably anticipated
or program described in
Act, the contractor shall
that the commitment to pro-
and that the plan or program
to the laborers or mechanics
the cost anticipated or the actual
benefits. Contractors employing
programs shall maintain
of apprenticeship programs and
the registration of the appren-
md wage rates prescribed in the
weekly for each week in
a copy of all payrolls to
submitted shall set out accu-
information required to be main-
ations. 29 CFR _Part 5. This
any form desired. Optional
and may be purchased
{Federal Stock Number
Printing Office, Washing-
is responsible for the sub-
subcontractors.
shall be accompanied by a
ed by the contractor or subcon-
or supervises the payment of
contract and shall certify the
for the payroU period contains
under 5.5¢a)(3)(i) of
such information is correct and
.'r or mechanic {including each
mployed on the contract during
PS Form 7322-A, Jan. 1984 (p. 2oJC?}
the payroll period has been paid the tull ~eekly wages earned.
without rebate, either directly or indirectly, and that no deduc-
cons have been ~nade either directly or indirectly from the full
wages earned, other than pernlissible deductions as set forth in
Regulations 29 CFR Part 3:
liii) That each laborer or mechanic has been paid not
less than the applicable wage rates and fringe benefits or cash
equivalents for the classification of work performed, as specified
in the applicable wage deter~nination incorporated into the con-
tract.
(3) The weekly submission of a properly executed certi-
fication set forth on the reverse side of Optional Form WH-347
shall satisfy the requirement for submission of the "Statement
of CompLiance" required by subparagraph lb)(2) of this clause.
(4) The falsification of any of the above certifications
may subject the contractor or subcontractor to civil or criminal
prosecution under Section 1001 of Title 18 and Section 231 of
Title 31 of the United States Code.
lc) The contractor or subcontractor shall make the records
required under paragraph ia) of this clause available tbr inspection,
copying, or transcription by authorized representatives of the
contracting officer or the Department of Labor, and shall permit
such representatives to interview employees during working hours
on the job. If the contractor or subcontractor fails to submit the
required records or to make them available, the Federal agency
may, after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore, failure to submit
the required records upon request or to make such records avail-
able may be grounds for debarment action pursuant to 29 CFR
5.12.
The contractor shall comply with the requirements of
29 CFR Part 3, which are incorporated by reference in this con-
5
7. WITHHOLDING OF FUNDS
The contracting officer shall upon his or her own action or
upon written rquest of an authorized representative of the Depart-
ment of Labor withhold or cause to be withheld £rom the con-
tractor under this contract or any other Federal contract with
the same prime contractor, or any other Federally-assisted con-
tract subject to Davis-Bacon prevailing wage requirements, which
is held by the same prime contractor, so much of the accrued
payments or advances as may be considered necessary to pay
laborers and mechanics, including apprentices, trainees, and helpers,
employed by the contractor or any subcontractor the tull amount
of wages required by 'the contract. In the event of failure to pay
any laborer or mechanic, including any apprentice, trainee, or
helper, employed or working on the site of the work (or under
the United States Housing Act of 1937 or under the Housing Act
of 1949 in the construction or development of the project), all
*6. COMPLIANCE WITH COPELAND REGULATIONS (july 1 971)
The Contractor shall comply with the Copeland
Regulations of the Secretary of Labor (29 CFR
Part 3) which are incorporated herein by reference.
PS Form 7322-A, Jan. 1984 FP. 3 oi'31
or part of tile wa~cs required by
officer inay. after written notice
action as may bc necessary to cat
ther payment, advance or guarani
lions have ceased.
8. SUBCONTRACTS
The contractor or subcontract(
tracts the clauses entitled "Davis-B-
"Contract Work Hours and Safer
Compensation (40 U.S.C. 327-333
Safety Standards Act - Constructb
327-333)," "Apprentices and Train
ords," "Compliance with Copelan
holding of Funds," "Subcontracl
Bacon and Related Act Requirem
bility,' "Disputes Concerning Lab
clauses as the Postal Service may
quire, and also a clause requiring
these clauses in any lower tier subc
shall be responsible for the tempi
lower tier subcontractor with all sucl
9. CONTRACT TERMINATION-DI
A breach et' the contract clau
(40 U.S.C. 276a-a{7)," "Contract
dards Act - Overtime Compensatiot
"Payrolls and Basic Records," "C
Requirements," "Withholding of F
pliance with Davis-Bacon and
"Certification of Eligibility" may
the contract, and for debarment
tractor as provided in 29 CFR 5.12.
10. COMPLIANCE WITH DAVI
ACT REQUIREMENTS
All rulings and interpretations c
Acts contained in 29 CFR Parts [,
by reference in this contract.
11. CERTIFICATION OF ELIGIBI
(al By entering into this cot
that neither it (nor he or she) nc
an interest in the contractor's firn
to be awarded Government contr
of the Davis-Bacon Act or 29 CFR 5
(b) No part of this contract
person or firm ineligible for award
virtue of section 3(al of the Davis-B
(c) The penalty for making If'j
the U.S. Criminal Code, 1 8 U.S.C. ,
thc contract, thc contracting
to tile contractor, take such
sc tile suspcnsmon of any fur-
ec of funds until such viola-
,r ~hall insert in any subcon-
:on Act t40 U.S.C. 276a-al7},"
Standards Act .- Overtime
"Contract Work Hours and
Safety Standards {40 U.S.C.
:es," ~'Payrolls and Basic Rec-
t Act Requirements," "With-
s,' "Compliance with Davis-
ents," "Certification of Eligi-
>r Standards" and such other
ay appropriate instructions re-
the subcontractor to include
ontracts. The prime contractor
lance by any subcontractor or
t contract clauses.
BARMENT
ses entitled "Davis-Bacon Act
Atork Hours and Safety Stan-
t," "Apprentices and Trainees,"
~mpliance with Copeland Act
ands," "Subcontracts," "Corn-
sted Act Requirements," and
}e grounds for termination of
a contractor and a subcon-
BACON AND RELATED
the Davis-Bacon and Related
and 5 are herein incorporated
ITY
tract, the contractor certifies
any person or firm who has
ts a person or firm ineligible
:ts by virtue of section 3ia}
12(a)( 1 ).
~hall be subcontracted to any
of a Government contract by
~con Act or 29 CFR 5.12(a){1).
lse statements is prescribed in
01.
U.S. Department of Labor
GENERAL WAGE DECZSION NO. TX87-3(
Supersedes General Wage Dectston No. TX86-36
State: TEXAS
County(les):
Construction
Type:
Colltn, Dallas, Ellts, Grayson & Rockwal
Heavy &Htghway
Construction
Description: Water & Sewer Ltnes and Htghway Projects
Modification Record:
No.
Publication Date
Only
Page No.(s)
Vol. II 1023
U.S. Department of Labor
TX87-36
AIR TOOL OPERATOR
ASPHALT RAKER
BATCHING PLANT SCALE OPERATOR
BATTERBOARD SETTER
CARPENTER
CARPENTER HELPER
CONCRETE FINISHER (PAVING)
CONCRETE FINISHER HELPER (PAVING)
CONCRETE FINISHER (STRUCTURES)
CONCRETE ~INISHER HELPER (STRUCTURES)
CONCRETE RUBBER
ELECTRICIAN
ELECTRICIAN HELPER
FORM.BUILDER (STRUCTURES)
FORM BUILDER HELPER (STRUCTURES)
FORM LINER (PAVING & CURB)
FORM SETTER (PAVING & CURB)
FORM SETTER HELPER (PAVING & CURB)
FORM SETTER (STRUCTURES)
FORM SETTER HELPER (STRUCTURES)
LABORER, COMMON
LABORER, UTILITY
MECHANIC
MECHANIC HELPER
OILER
SERVICER
PAINTER (STRUCTURES)
PAINTER HELPER (STRUCTURES)
PIPELAYER
PIPELAYER HELPER
REINFORCING STEEL SETTER (PAVING)
REINFORCING STEEL SETTER (STRUCTURES)
REINFORCING STEEL SETTER HELPER
STEEL WORKER (STRUCTURAL)
SIGN ERECTOR
SIGN ERECTOR HELPER
POWER EQUIPMENT OPERATORS:
Asphalt Distributor
Asphalt Pavtng Machine
Broom or Sweeper Operator
Bulldozer t50 HP & Less
Bulldozer over 150 HP
Concrete Paving Curtng Machtne
Concrete Pavtng Finishing Machtne
Concrete Pavtng Longitudinal F~oat
Concrete Paving Mtxer
Concrete Pavtng Saw
Concrete Pavtng Spreader
Crane, Clamshell, Backhoe, Derrtck,
Drag]Ire, Shove~ (3ess than 1 1/2 CY)
Cra~e, Clamshell, Backhoe, Derrtck,
Drag]~ne, Shove3 (1 1/2 CY & Over)
Bastc
Hourly
Rates
6.80
8.35
8.40
8.75
8.45
6.25
8.85
6.70
8.35
6.75
6.40
11.75
9.45
7.75
6.20
7.70
8.15
6.45
8.00
6.20
5.65
6.30
9.55
7.50
7.95
7.25
8.00
6 25
7 35
6 15
6 95
7 55
6 15
8 25
7 85
7 10
7.60
8.35
8.50
7.95
8.50
7.90
8.35
7.25
7.50
7.60
8.00
8.80
9.50
VoI. II 1024
U.S. Department of Labor
TX87-36
Foundation Drill Operator (Crawler
Mounted)
Foundation Drill Operator (Truck
Mounted)
Foundation Drill Operator Helper
Front End Loader (2 1/2 CY & less)
Front End Loader (Over 2 1/2 CY)
Hoist (Double Drum & Less)
Motor Grader Operator, Ftne Grade
Motor Grader Operator
Roller, Steel Wheel (Plant-Mix Pave-
ment)
Roller, Steel Wheel (Other-Flat Wheel
or Tamping)
Roller, Pneumatic (Self-Propelled)
Scrapers (17 CY & Less)
Scrapers (over 17 CY)
Tractor (Crawler Type) 150 HP & Less
Tractor (Crawler Type) Over 150 HP
Tractor (Pneumatic) 80 HP & Less
Tractor (Pneumatic) Over 80 HP
Traveling Mixer
Trenching Machtne, Ltght
Trenching Machine, Heavy
TRUCK DRIVERS:
Single Axle, Light
Single Axle. Heavy
Tandem Axle or Semi-trailer
LowDoy-Float
Transit-Mix
Winch
VIBRATOR OPERATOR (HAND TYPE)
WELDER
Unllsted classifications needed for work not tncl
of the classifications ltsted may De added after
provided in the laDor standards contract clauses
1thin the scope
ly as
5.5 (a) (1)
Vol. II 1025
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
5H02, 7G28
DOCUMENT 00220
SOIL INVESTIGATION DATA
PART 1 - GENERAL
1.01 SOILS REPORT
ae
Soils report dated April 24, 1987 has been pz
Southwestern Laboratories, 2575 Lone Star Dr.
75222 for Contracting Officer. Report was pz
assist in design process. Copies are availak
request.
Be
No representation or warranty is made by Arc?
Engineer, Contracting Officer or any other p~
regarding completeness, adequacy or contents
report or of the subsurface investigation up¢
report is based.
1.02 AVAILABILITY
ae
Copies of report are on file and may be reviE
office of testing laboratory and at offices
Henningson, Durham & Richardson
12700 Hillcrest Road, Suite 125
Dallas, TX 75230-2096.
Samples of core borings recovered may be obs
Soils Laboratory.
Copies of report may be obtained from Contra(
upon request.
1.03 BIDDER RESPONSIBILITY
ae
Bidders using soil information described in t
accept full responsibility for its use in pr~
Be
Bidder is responsible to obtain, at its exper
additional information necessary to bid and
END OF DOCUMENT
00220-1
epared by
, Dallas, TX
epared to
.le upon
.itect,
rty
of this
.n which this
.wed at
,f
~rved at
..ting Officer
.his section
~par lng bids.
Lse, any
~er form work.
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
6D18, 7G24
DOCUMENT 00440
SUBSTITUTIONS
1.01 DESCRIPTION
ae
General:
1. Furnish all work and services for furnis~
submitting, processing and handling of re
substitutions. Any substitution must be
with provisions of Contract Documents.
2. Completely coordinate with work of other
3. See appropriate sections for specific ite
4. See General Provisions for additional inf
B. Address for submission:
HENNINGSON, DURHAM & RICHARDSON
Suite 125
12700 Hillcrest Road
Dallas, TX 75230
Attn: Jeff Forrest
1.02 PRODUCT SELECTION - GENERAL
ae
Base all bids on materials, equipment and pre
specified.
Certain types of equipment and kinds of mater
described in specifications by means of trade
catalog numbers and/or manufacturer's names.
intended to exclude from consideration other
may be capable of accomplishing purpose indic
Ce
Other types of equipment and kinds of materis
acceptable to Contracting Officer.
De
Listing of a manufacturer implies acceptance
as supplier of a product which complies with
item.
Equipment and materials, if not specifically
must be approved in writing and be agreed up¢
Contracting Officer.
Fe
Contracting Officer reserves right to require
substitutions to comply color and pattern wis
specified items.
Ge
Conditional bids and voluntary alternates wi
considered.
1.03 REQUESTS FOR SUBSTITUTION
00440-1
ing,
quests for
in accord
trades.
ms.
ormation.
cedures
ial are
names,
This is not
items which
ated.
1 may be
of them only
specified
indicated
n by
e with base
1 not be
01
02
03
04
O5
06
07
O8
O9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
00440-2
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
ae
B.
C.
1.04
A.
B.
C.
Only written requests with complete
considered.
Submit request in three copies.
In making request for substitution, or i
approved substitute item, Subcontractor
1. He has investigated proposed product
has determined that it is equal or s
respects to that specified, and that
intended function.
2. He will provide same warranty for su
for product or method specified.
3. He will coordinate installation of a
substitution into Work, to include
modifications if necessary, making s
be required for Work to be complete
4. He waives all claims for additional
related to substitution which
apparent.
5. Acknowledge acceptance of these pro,
SUBSTITUTION
Complete data substantiating compliance
substitution with Contract Documents.
For products:
1. Product identification, including
2. Manufacturer's literature, marked
model, type, size, and options to be
a. Product description.
b. Performance and test data
compliance with specific paragra
specification.
c. Reference standards.
d. Difference in power demand, air
e. Dimensional differences from s
3. Full size samples if requested.
reserves right to impound sample unt
are installed on project for compari
Requester pay all costs of furni
samples. Contracting Officer is not
loss of, or damage to, samples.
4. Name and address of similar projects
Owner's representative Contracting
contact, to discuss product, install
performance data.
For construction methods:
1. Detailed description of proposed me
2. Illustrate on drawings.
data will be
ng an
.sents:
lethod, and
or in all
'ill perform
ute item as
ed
ng
.hanges as may
1 respects.
or time
y become
s in request.
oposed
~turer's name.
cate specific
idered:
how
.f
ities, etc.
.d unit.
lng Officer
.ysical units
.urposes.
. return of
.onsible for
name of
.r can
~, and field
01
02
03
04
O5
O6
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G & V.M.F.
01
02 D.
03
04
05 E.
06
07 F.
08
09 G.
10
11
12 1.05
13
14 A.
15
16
17
18
19
20
21
22
Itemized comparison of proposed substitute to
item.
Data relating to changes in construction sche
Relation to separate contracts.
Cost of proposed substitution in comparison w
or method specified.
REJECTION OF SUBSTITUTIONS
Substitutions will not be considered if:
1. They are not submitted in accord with thi
2. Acceptance will require substantial revis
Contract Documents, or building spaces.
3. Request for substitution does not indicat
item for which request is submitted.
4. Acceptance of manufacturer only will not
END OF DOCUMENT
00440-3
specified
~ule.
ith product
s section.
ion of
~ specific
De made.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
United States Post Office - North Texas G.M.F. ~ V.M.F.
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
4C02, 7G28
SECTION 01012
WORK BY OTHERS
PART 1 - GENERAL
1.01 DESCRIPTION
A®
Work by others:
1. Relocation of 20 IN Explorer pipeline.
2. Street construction of Royal Lane, adjace
site.
3. Construction of drainage structures and d
ditches along Bethel St.
Coordination:
1. Cooperate fully with other Contractors en
listed projects and any other concurrent
which might cause conflicts.
END OF SECTION
01012-1
nt to
rainage
]aged in
,rojects
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
4C02, 7G29
SECTION 01200
PROJECT MEETINGS
PART 1 - GENERAL
1.01 DESCRIPTION
A®
General Contractor schedule and administer pr
meetings:
1. Prepare agendas.
2. Make physical arrangements for meetings.
3. Preside at meetings.
4. Record minutes; include significant proce
decisions.
5. Distribute copies of minutes to participa
Be
Architect representative attend meetings to a
work is expedited consistent with constructio
and with Contract Documents.
1.02 PRE-CONSTRUCTION MEETING
ae
General Contractor schedule and hold pre-cons
meeting prior to construction.
Attendance:
1. Contracting Officer.
2. Subcontractors.
3. Subcontractors safety representative.
Ce
Subcontractors must be prepared to discuss fo
on minimum agenda prepared by General Contrac
1. Distribute and discuss:
a. List of subcontractors.
b. Tentative construction schedule.
2. Critical work sequencing.
3. Relation and coordination of subcontracto
4. Designation of responsible personnel.
5. Processing of field decisions and change.
6. Adequancy of distribution of Contract Doc
7. Submittal of shop drawings, project data.
8. Procedures for maintaining record documen
9. Use of premises:
a. Office and storage areas.
b. Contracting Officer's requirements.
10. Submission and processing of monthly app
payment forms and associated requirements
1.03 PROGRESS MEETINGS
Attend regularly scheduled meetings; time, da
determined by General Contractor.
01200-1
oject
edings and
hts.
scertain that
n schedule
truction
flowing items
for:
s.
.rders.
lments.
~nd samples.
s.
ication for
and place
01
02
O3
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01200-2
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
2O
21
22
23
24
25
26
27
28
Ce
Hold called meetings as progress of work
Generally, meetings will be held biweekl
Location of meetings; at job site or as
notice.
Attendance:
1. Contracting Officer.
2. Subcontractors.
3. Subcontractors safety representative
E. Minimum Agenda:
1. Review, approve minutes of previous
2. Review work progress since last meet
3. Note field observations, problems an
4. Identify problems which impede plann
5. Review off site fabrication problems
6. Develop corrective measures and
planned schedule, if required.
7. Review construction schedule as indi
8. Plan progress during next work perio
9. Coordinate projected progress with o
subcontractors.
10. Review submittal schedules, expedit
maintain schedule.
END OF SECTION
~ates.
~ated in
ng.
~isions.
ogress.
s to regain
required to
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
United States Post Office - North Texas G. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
4D20, 7G24
SECTION 01310
CONSTRUCTION SCHEDULES
PART 1 - GENERAL
1.01 DESCRIPTION
ae
Immediately after Contract award, prepare and
progress schedule of work consistent with Con
Documents as herein specified.
Coordinate Subcontractors' schedules for enti
1. Resolve conflicts among schedules of Subc
2. Revise as required by conditions and prog
3. Furnish copy of schedule for entire proje
Subcontractor.
1.02 SUBMITTALS (See Division 1)
A. Shop drawings: Not required.
B. Product data: Not required.
C. Samples: Not required.
De
Project information:
1. Initial construction schedule to Contract
prior to start of work, but not later tha
for preconstruction conference nor later
after Notice to Proceed.
2. Updated schedules accurately depicting pr
last day of each month with Progress Repc
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION
3.01 FORM OF SCHEDULES
Prepare in form of horizontal bar chart.
1. Provide separate horizontal bar column of
operation.
2. Order: Table of contents from Project Ma
Chronological order of beginning and com~
each item of work, whichever is most app]
3. Identify each column:
a. By major specification section number
b. By distinct graphic delineation.
4. Horizontal time scale: Identify first wE
each week.
01310-1
submit
tract
re project.
ontractors.
ress of work.
ct to each
ing Officer
n date set
than 15 days
ogress to
rt.
each
nual or
.letion of
icable.
.ek day of
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01310-2
01
O2
O3
04
O5
06
07
08
O9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
Be
3.02
A.
B.
C.
D.
E.
3.03
A.
B.
C.
D.
3.04
5. Scale and spacing: To allow space
Sheet size: Maximum 8-1/2 x 14 IN.
CONTENT OF SCHEDULES
Provide complete sequence of const
1. Shop drawings, product data and
a. Submittal dates.
b. Dates reviewed copies will be
2. Decision dates for:
a. Products specified by allowances
b. Selection of finishes.
3. Product procurement and delivery dat~
4. Dates for beginning, and completion
construction.
Identify work of separate floors, or sep
other logically grouped activities.
Show projected percentage of completion
work as of last day of every month.
Provide separate subschedule showing
times, procurement schedules, and delivel
Provide subschedule to define critical pc
schedule.
UPDATING
Show all changes occuring since previous
updated schedules.
Indicate progress of each activity, show
Include:
1. Major changes in scope.
2. Activities modified since previous u
3. Review projections due to changes.
4. Other identifiable changes.
Provide narrative report including:
1. Discussion of problem areas includin
anticipated delay factors and their
2. Corrective action taken or proposed
3. Effect of change in schedule of subc
4. Description of revisions.
a. Effect on schedule due to change
b. Revisions in duration of activit~
c. Other changes that may affect sc]
DISTRIBUTION
rig.
ctivity.
:h element of
phases, or
ch item of
s, review
les.
%s of entire
Lssion of
~tion dates.
and
s effect.
~tors.
01
02
03
04
05
06
07
08
O9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
United States Post Office - North Texas G. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
Distribute copies of revised schedules to:
1. Contracting Officer.
2. Subcontractors.
3. Job site file.
4. Other concerned parties.
Instruct recipients to report any inability t(
provide detailed explanation, with suggested
END OF SECTION
01310-3
comply and
'emedies.
01
02
03
04
O5
06
07
O8
09
10
11
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
4D20, 7G24
PART 1 - GENERAL
1.01
A.
B.
C.
D.
SECTION 01320
PROGRESS REPORTS
SUBMITTALS
Shop drawings: Not required.
Product data: Not required.
Samples: Not required.
Project information:
1. Progress report.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION
3.01
A.
Be
GENERAL
Each subcontractor prepare comprehensive dail
maintain it during entire project period.
Each subcontractor present' copy of daily log
Contractor for compilation into weekly Progr~
Ce
De
General Contractor present copies of Progres
Application for Payment.
Progress reports to include following data f
entire project period.
1. Manpower, by trade.
2. Work being performed, with location.
3. Weather.
4. Situations or circumstances which could
give cause for claims for extension of ti
cost.
5. List of visitors names, to include officJ
Contracting Officer's representatives, ar
authorities. Record their observations.
Se
Progress reports to include progress photogr~
1. Minimum 12, 3 IN x 5 IN color, glossy phc
taken from different viewpoints of interE
progress.
2. Identify all photographs with project nar
and view or vantage point.
END OF SECTION
01320-1
y log and
to General
ss Reports.
Reports with
r each day of
.elay work or
me or added
als,
~d other
Lphs.
~tographs
!st to current
le, date,
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
6L23, 7G28
SECTION 01340
SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND PROJECT
PART 1 - GENERAL
1.01 DESCRIPTION
ae
General:
1. Furnish all labor, materials, tools, equ
services for furnishing, processing, del
reproduction and other functions for sch
handling of shop drawings, product data,
project information as indicated, in acc¢
Contract Documents.
2. Completely coordinate with work of all ot
3. Although such work is not specifically i
furnish and install all supplementary or
items, appurtenances and devices inciden
necessary for completion of work under tt
4. See general and special provisions for ad
information.
Related work specified elsewhere:
1. Project record documents: See Section 0
C. See General Conditions for additional requir.
D. See technical sections for data required.
1.02 DEFINITIONS
A. Shop Drawings are drawings, diagrams, schedul
data specially prepared for the Work by Contr
Subcontractor, manufacturer, supplier or dist
to illustrate some portion of the Work.
B. Product Data are illustrations, standard sch~
performance charts, instructions, brochures,
test data and other information furnished by
Contractor to illustrate material, product or
some portion of the Work.
Samples are physical examples which illustrat
equipment or workmanship and establish stand~
the Work will be judged.
De
Project Information are submittals pertainin¢
control and Contracting Officer information
retained for project file only.
1. Examples:
a. Test reports.
b. Certifications.
01340-1
NFORMATION
pment, and
very,
duling and
samples and
rd with
her trades.
dicated,
miscellaneous
al to or
is section.
ditional
720.
ments.
es and other
actor or
ributor
dules,
diagrams,
the
system for
e materials,
rds by which
to quality
o be
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-2
Fe
1.03
C. Design calculations.
d. Warranties.
e. Operation and maintenance data.
f. Owner instruction reports.
"Base" manufacturer: Manufacturer listed as
manufacturer in Part 2 of specification sect
than one manufacturer can be listed as "base
Manufacturer(s) listed as "base" are particu
manufacturer(s) project was designed around.
"Optional" manufacturer: Manufacturer liste(
"optional" manufacturer in Part 2 of specifi(
section. More than one manufacturer can be
"optional". Manufacturer(s) listed as "opti
similar to the particular manufacturer proje(
designed around. Contractor is responsible
for all costs for dimensional, structural or
adjustments to fit "optional" manufacturer px
to Work.
SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND PROJ}
INFORMATION - GENERAL
A. Submit items to General Contractor for trans~
Cm
HENNINGSON, DURHAM & RICHARDSON, INC.
Suite 125
12700 Hillcrest Road
Dallas, TX 75230
Attn: Shop Drawing Department
Contractor is responsible for making submissJ
1. Submit to address indicated.
2. Transmittal to include items from 1 sectJ
2. Transmit items with transmittal form (fol
attached or supplied).
a. Identify each transmittal using applJ
digit specification section number pi
designation character (A = Shop drawJ
Product data, C = Sample, D = Project
with a dash and an added number, i.e.
shop drawing submittal of item in Se(
would be numbered 03450A-1. If retul
re-submission, second submission wou]
b. Indicate description and manufacturex
Provide information required for complete ret
each item in one submittal.
Make submittals sufficiently in advance of de
to allow Architect reasonable time for revie~
resubmission if necessary.
"ba s e"
.on. More
.ar
as
ation
.isted as
~nal" are
.'t was
utility
'oduct
:CT
littal to:
.ons.
~on only.
'm
.cable 5
.us submittal
.ng, B =
information)
· first
tion 03450
'ned fo r
.d be 03450A-iA
iew of
Lte required
, and
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
1.04
A.
B.
C.
D.
1.05
A.
B.
C.
1.06
A.
1. Items not submitted in accord with provi~
section will be returned, without action
resubmission.
2. Submissions on items not approved for us~
Contract Documents will be rejected.
SHOP DRAWINGS AND PRODUCT DATA
Shop drawing and product data submittals are
called for by specification section submitta
Identify drawings with manufacturer, item, u:
project designation, specification section o
detail reference.
Submit 1 reproducible transparency of each
review is complete.
1. PRINTS ARE NOT ACCEPTABLE.
2. Submit in mailing tube.
3. Do not fold.
4. Submit drawings 24 x 36 IN or not larger
IN.
5. Allow clear space, approximately 40 SQ IN
stamping on right hand side.
Submit 1 copy of standard items such as equip
brochures, cuts of fixtures, or standard cata
1. Indicate exact item or model and all prop
2. Include scale details, sizes, dimensions,
characteristics, capacities, wiring diagr
and other pertinent data.
3. Submit in envelope.
4. Do not fold.
5. Submit copy 8 1/2 IN x 11 IN.
SAMPLES
Identify samples with manufacturer's name, it
type, project designation, specification sect
drawing detail reference, color, range, textu
and other pertinent data.
Submit samples to address indicated, or const
if required.
Architect may, at his option, retain samples
comparison purposes.
PROJECT INFORMATION
Submit project information as indicated in in
sections.
01340-3
.ions of this
for
by
required as
paragraph.
e, type,
drawing
awing until
than 30 x 42
· for
ment
log items.
Dsed options.
performance
ams, controls
~m, use,
[on or
re, finish
fuction site
~or
~ividual
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-4
C.
1.07
A.
B.
C.
D.
E.
F.
G.
1.08
Project information is information to be reta
project file and will receive no Architect ac
Submit in same manner as product data.
CONTRACTOR ACTION: SHOP DRAWINGS, PRODUCT DAT
AND PROJECT INFORMATION
Review, approve, stamp and sign items prior t
to Architect.
Stamp indicates Contractor has:
1. Verified all field dimensions and quantit
2. Verified all field construction criteria,
catalog numbers and similar data.
3. Reviewed and coordinated all submittal da
requirements of the Work and Contract Doc
4. Certified submittals comply with Contract
Reproduce and distribute submittals receiving
or "approved as noted" stamp.
1. Subcontractor/vendor: 1 copy.
2. Contracting Officer: 1 copy.
Resubmit items stamped "revise and resubmit"
approved".
1. Add letter suffix to previous transmittal
indicate resubmission.
Contractor shall not be relieved of responsib
deviation from requirements of Contract
Documents by Architect's approval of Shop Dra'
Product Data and Samples unless Contractor ha
specifically informed Architect in writing of
deviation at time of submission and Architect
given written approval to specific deviation.
Contractor shall not be relieved from respons
errors or omissions in Shop Drawings, Product
Samples by Architect's approval thereof.
Contractor direct specific attention, in writ
or on submitted Shop Drawings, Product Data o
to revisions of the Contract Documents.
Contractor direct specific attention, in writ
or on resubmitted Shop Drawings, Product Data
to revisions other than those requested by Ar~
previous submittals.
SUBMITTALS
A. Shop drawings: Not required.
ined for
tion.
AND SAMPLES
submission
ies.
materials,
ta with
~ments.
Documents.
"approved"
Dr "not
number, to
lity for
ings,
such
has
[bility for
Data or
Lng
Samples,
ng
or Samples,
~hitect on
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
C.
D.
1.09
A.
B.
C.
D.
1.10
A.
B.
C.
1.11
A.
B.
C.
Product data: Not required.
Samples: Not required.
Project information:
1. Product list: 30 days after Notice to Pr(
updated no later than installation of pr(
2. Schedule of submittals: Prior to first a
for payment.
PRODUCT LIST
Complete list of products and subcontractors
use.
Format of Product List:
1. Specification section.
2. Product.
3. Manufacturer.
4. Subcontractor.
Only products and manufacturers which have be
indicated in Contract Documents may be used.
Partial payment request will not be processed
satisfactory product list has been received.
SCHEDULE
Complete schedule of required submittals indi
proposed submittal dates.
1. Include all shop drawings, product data,
project information.
Schedule submittals requiring Architect appro
during first quarter of construction period.
Partial payment requests will not be processe
satisfactory schedule of submittals is receiv
ARCHITECT APPROVAL: SHOP DRAWINGS, PRODUCT DAT
Approval is only for conformance with design
project and compliance with intent of informa
in Contract Documents.
Contractor is responsible for dimensions to b~
and correlated at job site; for information ti
solely to fabrication processes or to techniq~
construction; and for coordination of work of
Approved samples, submitted or constructed, c,
criterion for judging completed work.
01340-5
~ceed and
~duct.
,plication
proposed for
en
until
cating
samples and
~al
~ until
_=d.
% AND SAMPLES
.~oncept of
ion given
confirmed
at pertains
les of
all trades.
)nstitute
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01340-6
D. Work or items not equal to samples will be rE
E®
Start of work which requires submittals, pri¢
of submittals with Architect's stamp indicat~
is at Contractor's risk.
1.12 SUBMITTAL TRANSMITTAL FORM
ao
Following is sample transmittal form.
for copy made for project.
Contac
~jected.
,r to return
ng approval
t Architect
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
STF-1
SUBMITTAL TRANSMITTAL FORM
PROJECT: USPS NORTH TEXAS MAIL PROCESSING CENTER
SPECIFICATION TITLE:
01
02
03
04
O5
DESCRIPTION:
MANUFACTURER:
HDR PROJECT NUMBER
ROUTING SEQUENCE
CHECKED DATE DATE
BY REC'D SENT
CONTRACTOR : : :
ARCHITECT : : :
HDR : : :
12700 Hillcrest, Suite 125 : : :
Dallas, TX 75230
CONTRACTOR : : :
SUBCONTRACTOR/VENDOR : : :
CONTRACTING OFFICER : : :
OTHER : : :
ACTION
A.
B.
C.
Approved.
Approved With corrections.
Disapproved.
REMARKS
United States Post Office - North Texas G.M.F.
SUBMITTAL NO. 06
07
08
09
10
11
12
13
NO. 14
COPIES 15
: 16
17
: 18
: 19
: 20
21
: 22
23
: 24
25
: 26
27
: 28
29
30
31
32
33
34
35
36
37
38
39
40
& V.M.F.
01
02
O3
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
4D20, 7G28
SECTION 01400
QUALITY CONTROL
PART 1 - GENERAL
1.01 DESCRIPTION
General:
1. Furnish all labor, materials, tools, equ
services for quality control as indicate~
with provisions of Contract Documents.
2. Completely coordinate with work of all o
3. Although such work is not specifically i~
furnish and install all supplementary or
items, appurtenances and devices inciden
necessary for a sound, secure and comple
installation.
4. See Division 1 for General Requirements.
B. See technical sections for specific items to
See General Conditions for inspection and te
by public authorities having jurisdiction.
De
Contractor arrange and pay for following tes
inspections:
1. Soil compaction testing: Section 02210,
2. Inspection of excavations: Section 0222
Arrange and pay for following testing and in
1. Re-testing of provided tests due to fail
2. Concrete testing for qualification of ma
for Contractor's convenience: Section 0
3. All other testing and inspections specif
1.02 QUALITY ASSURANCE
Test and inspection method standards:
sections.
See t.
Qualifications of independent testing agenci.
1. Meet American Council of IndePendent Lab~
"Recommended Requirements of Independent
Qualification", latest edition.
2. Meet requirements of ASTM E329, "Standar.
Recommended Practice for Inspection and
Agencies for Concrete and Steel as used
Construction", latest edition.
3. Satisfy inspection criteria of Materials
Laboratory of National Bureau of Standar.
4. See technical sections for additional re
01400-1
[pment and
· in accord
her trades.
Ldicated,
miscellaneous
-~al to or
be performed.
sting required
2ing and
02221, 02222.
· 02222.
pections:
]re.
~erials and
1001.
.ed.
.~chnical
!s:
Dratories,
Laboratory
~s of
Pesting
in
Reference
Is.
~uirements.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01400-2
Ce
1.03
Testing equipment calibration: By accredited
agency, at 12 month intervals, maximum, by de
accuracy traceable to either:
1. National Bureau of Standards.
2. Accepted values of natural physical const
JOB CONDITIONS
Employment of independent testing agency does
obligation to comply with Contract Documents
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION
3.01 PERFORMANCE
ae
Perform indicated inspections, sampling and
materials and methods of construction.
Be
Use test/inspection/sampling methods conformi
methods indicated.
Ce
Report each test/inspection/sampling as indic
1. Report results called for by test method
specified.
D. Retest failed products and systems·
3.02 REPORTS
Submit reports promptly; see Section 01340 fo
requirements.
Test/inspection reports:
1.
2.
3.
4.
5.
6.
7.
8.
10.
11.
12.
13.
Include:
Project name and number·
Project location.
Product and specification section applica]
Type of test/inspection.
Name of testing agency (if used).
Name of testing/inspecting personnel.
Date of test/inspection.
Record of field conditions encountered (t.
weather).
Observations regarding compliance.
Test method used.
Results of test.
Date of report.
Signature of testing/inspecting personne~
3.03 INDEPENDENT TESTING AGENCY DUTIES AND LIMITATI(
United States Post Office - North Texas G.M.F.
calibration
vices of
ants.
not relieve
.~sting of
ng with
~ted.
· in form
additional
le.
~mperature,
,NS OF
V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A®
B.
C.
3.04
A.
B.
C.
D.
E.
AUTHORITY
Cooperate with Contracting Officer and Contr~
Provide qualified personnel promptly on noti~
Promptly notify Contracting Officer and Contl
irregularities, or deficiencies of work whic]
observed during performance of services.
Testing agency is not authorized to:
1. Release, revoke, alter, or enlarge on re(
Contract Documents.
2. Approve or accept any portion of the wor
3. Perform any duties of the Contractor.
CONTRACTOR'S DUTIES WHEN INDEPENDENT TESTING
USED
Cooperate with testing agency personnel; pro
the work and to manufacturer's operations.
Provide preliminary representative samples of
be tested, in required quantities.
Furnish copies of mill test reports.
Furnish labor and facilities:
1. To provide access to work to be tested.
2. To obtain and handle samples at site.
3. To facilitate inspections and tests.
4. Storage and curing facilities for testin¢
exclusive use.
Notify Contracting Officer sufficiently in
operations to allow for proper notification
agency.
END OF SECTION
01400-3
~ctor.
~e.
:actor of
are
uirements of
~GENCIES ARE
'ide access to
materials to
agency ' s
~ance of
f testing
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
4C02, 7G24
SECTION 01600
MATERIAL AND EQUIPMENT: DELIVERY, HANDLING AND
PART 1 - GENERAL
1.01 DESCRIPTION
General:
1. Furnish all labor, materials, tools, equi
and services for delivery, receiving, hah
storage and protection of materials and e
2. See technical sections for additional re(
3. Completely coordinate with work of other
4. Although such work is not specifically ii
furnish all supplementary or miscellaneou
appurtenances and devices incidental to c
for a sound, secure and complete installa
1.02 JOB CONDITIONS
A. Comply with applicable codes.
B. Accomplish work to avoid damage to property.
C. Clean debris from streets and walks.
D. Provide fire protection.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION
3.01
A.
B.
C.
D.
E.
F.
3.02
A.
PRODUCT DELIVERY
By manufacturer's normal means.
In original labeled containers.
Where applicable, with U/L labeling on packaq
Contractor responsible for acceptance at site
Schedule deliveries to avoid delaying work.
Inspect items for damage upon delivery, reord
required to avoid delays.
PRODUCT HANDLING AND STORAGE
Use methods to avoid damage to item or struct
01600-1
STORAGE
pment, work
dling,
quipment.
uirements.
trades.
dicated,
s items,
r necessary
tion.
es.
er as
ure.
01
O2
O3
04
O5
06
07.
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
01600-2
3.03
A.
B.
B. Protect weather fragile items from weather dar
C. Handle and store bulk aggregates to avoid con
D. Store to allow air circulation.
E. Store only in authorized areas on site.
F. Replace or repair damaged items.
G. Protect installed items as required until acc
building.
Uncrate, assemble, if required, and remove del
CLEANUP
Remove excess materials from site.
Turn over to Contracting Officer, excess mate]
scheduled to remain.
C. Restore site storage areas as directed by Con'
Officer.
END OF SECTION
lage.
~amination.
~ptance of
)ris.
~ials
~racting
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
4D20, 7G28
SECTION 01700
PROJECT CLOSEOUT
PART 1 - GENERAL
1.01 DESCRIPTION
General:
1. Furnish all labor, materials, tools, equ~
services for project closeout as indicat.
with provisions of Contract Documents.
2. Completely coordinate with work of all o~
3. Although such work is not specifically ii
furnish and install all supplementary or
items, appurtenances and devices incident
necessary for a sound, secure and complet
installation.
4. See General Provisions and Special Provi~
for additional general requirements.
5. See technical sections for specific subm~
1.02 SUBMITTALS
A. Shop drawings: Not required.
B. Product data: Not required.
C. Samples: Not required.
De
Project information:
1. For substantial completion:
a. List of all items to be completed or
b. Written notice of substantial comple
c. Certificates of governing authoritie:
d. Initialed punch list.
2. For final completion:
a. Written certification that work is c(
b. Evidence of payments and release or
liens.
c. USPS Form 7307.
d. List of all sales and services taxes
e. Letter of site conformance.
1.03 FOR SUBSTANTIAL COMPLETION
Obtain evidence of compliance with requiremer
governing authorities:
1. Certificates of inspection of:
a. Elevators.
b. Mechanical.
c. Electrical.
d. Plumbing.
01700-1
[pment and
.~d, in accord
:her trades·
tdicated,
miscellaneous
:al to or
:e
~ions
ttal items.
corrected.
:ion.
mplete.
,aiver of
~ts of
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01700-2
Be
C.
D.
E.
G.
1.04
A.
e. Fire protection systems.
2. Health Department and other authorities
3. Certificate of occupancy.
Submit written notice, including list of all
completed or corrected, which states that Pr(
designated portion thereof, is substantially
Contracting Officer will, within reasonable
notification, review the Work and list of it
completed or corrected, and revise or add to
necessary.
If Contracting Officer does not agree that W(
substantially complete:
1. He shall immediately notify Contractor i~
stating reasons.
2. Contractor must substantially complete We
second written notice, including list of
completed or corrected, that Project, or
portion thereof, is substantially comple
3. Contracting Officer will again review th.
list of items to be completed or correctE
If Contracting Officer agrees that Work is si
complete:
1. Contracting Officer will prepare punch 1~
project, or designated portion thereof,
provide one copy each to Contractor and
2. Contracting Officer will return revised
to be completed or corrected, and punch
Contractor.
3. Contracting Officer will prepare Certifi
Substantial Completion, accompanied by r~
of items to be completed or corrected an~
4. Contracting Officer may occupy Project, ~
portion thereof, at this time, under pro,
stated in Certificate of Substantial Com]
F. If Contracting Officer is going to occupl
designated portion thereof, Contractor m~
final cleaning.
Contractor shall complete work listed for col
correction and all punch list items, within
time, and return both lists with each item i
dated to indicate completion.
FOR FINAL COMPLETION
Submit written certification that:
1. Contract Documents have been reviewed.
2. Project has been inspected for complianc
Contract Documents.
s required.
items to be
~ject, or
complete.
~eriod after
~ms to be
list if
~rk is
writing,
rk and submit
items to be
designated
le.
: Work and
:d.
Lbstantially
.st for
~nd will
)wne r.
ist of items
ist to
;ate of
.~vi sed list
~ punch list.
)r designated
~isions
)letion.
! Project, or
~st perform
npletion or
]esignated
~itialled and
_= wi th
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
Ce
De
Ee
Fo
3. Work has been completed in accordance wi~
Documents.
4. Equipment and systems have been tested a]
operational.
5. Project is complete in every respect.
Contracting Officer will make final walk thr~
ten (10) days after receipt of certification
Contractor remedy any remaining deficiencies
final closeout submittals.
Should final completion be materially delaye.
fault of Contractor, Contractor may submit a]
payment for portion of work on punch list wh
completed, in accord with provisions of Genel
Upon completion of project, before final pay]
Contracting Officer, in number of copies req~
Contracting Officer, certified list of all sl
services taxes paid by Contractor (and subco]
execution of this Contract.
Upon completion of the Work, employ Licensed
make survey of site to insure conformance of
grade, and site work to contours shown. Red~
not in accord with Contract Documents at Con,
expense. Preserve monuments and property li]
displaced, reset at Contractor's expense.
END OF SECTION
01700-3
ih Contract
%d are
)ugh within
and submit
through no
plication for
[ch has been
~al Provisions.
~ent, furnish
lired by
~les and
~tractor) in
Surveyor to
elevations,
Work found
~ractor's
~es, if
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
5O
51
52
53
4C02, 7G24
SECTION 01710
CLEANING UP
PART 1 - GENERAL
1.01 DESCRIPTION
General:
1. Furnish all labor, materials, tools, equil
services for cleaning up required in conj%
work performed, as indicated or required,
with provisions of Contract Documents.
2. Completely coordinate with work of all ot~
3. Although such work is not specifically in(
furnish and install all supplementary or
items, appurtenances and devices incident~
necessary for a sound, secure and complet(
installation.
1.02 FIRE PROTECTION
A. Store volatile waste in covered metal contain~
B. Remove from premises daily.
1.03 POLLUTION CONTROL
Conduct clean-up and disposal operations to c(
local ordinances and anti-pollution laws.
B. Do not burn or bury rubbish and waste on site
PART 2 - PRODUCTS
2.01 CLEANING MATERIALS
A. Use materials recommended by manufacturers of
be cleaned.
B. Use cleaning materials only on surfaces reco~
cleaning material manufacturer.
PART 3 - EXECUTION
3.01 GENERAL
ae
Clean all items installed under this Contract.
1. Leave free of stains, damage, or other del
to final acceptance.
2. Include washing, sweeping, polishing of a]
01710-1
~ment, and
~nction with
in accord
~er trades.
[icated,
Liscellaneous
~1 to or
rs.
imply with
surfaces to
Lended by
!ects prior
~1 finished
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
01710-2
Be
3.02
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
3.03
A.
B.
wall surfaces, floors, windows, hardware,
lighting fixtures and items of equipment.
Replace damaged or defaced items not acce
Contracting Officer, to his satisfaction.
additional expense to Contracting Officer
See technical sections for additional cleanin¢
requirements.
DURING CONSTRUCTION
Clean up all waste materials, rubbish, and de]
resulting from the work at such frequencies a~
Contracting Officer.
Ensure that building and grounds are maintainE
accumulations of debris.
Sprinkle dusty debris with water.
At reasonable intervals, minimum once a week,
site and access and dispose of debris off site
Remove grease, dust, dirt, stains, labels, fir
and other foreign materials from interior and
surfaces of fixtures, hardware, and equipment
Repair, patch, and touch-up marred surfaces t¢
adjacent finishes damaged by his own operatior
Comply with additional requirements defined i
specifications.
Vacuum interior areas when ready for painting
Schedule cleaning operations so that contamin.
resulting from cleaning do not fall on wet pa
surfaces.
Clean all glass and aluminum surfaces.
Leave the work "broom clean".
FINAL CLEANING
Use experienced workmen or professional clean,
cleaning.
At completion of construction, just prior to a
occupancy, perform final cleaning.
C. Remove dirt, stains, labels, and foreign mater
United States Post Office - North Texas G.M.F. &
mirrors,
)table to
~t no
ris
required by
d free from
clean-up
gerprints,
exterior
is~atch
nts
nted
rs for final
cceptance or
ials.
V.M.F.
01
02
O3
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
D. Repair and touch-up marred areas.
E. Broom clean paved surfaces; rake clean other s
grounds; vacuum, polish and mop floors.
F. Replace air conditioning filters if units were
during construction.
G. Clean ducts, blowers, and coils if air condit
were operated without filters during construc
H. Remove snow and ice from accesses to buildings
END OF SECTION
01710-3
urfaces of
operated
oning units
ion.
01
02
03
04
05
06
O7
08
09
10
11
12
13
14
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
4E04, 7G24
SECTION 01720
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.01 DESCRIPTION
General:
1. Furnish all labor, materials, tools, equil
services to provide Project Record Docume]
specified, in accord with provisions of C~
Documents.
2. Completely coordinate with work of all ot]
3. See Division 1 for additional General Req~
Be
Definitions:
1. Documents required for construCtion: Com]
all documents required by Contract Docume
including but not limited to:
a. Contract drawings.
b. Project manual/specifications.
c. Addenda.
d. Shop drawings.
e. Product data.
f. Samples and mock-ups.
g. Project data.
h. Change orders.
i. Modifications.
j. Field test records.
2. Field documents: Complete set of all doc
required for construction.
a. Used for construction of project.
b. Contract drawings in form of prints.
3. Periodic Update Documents: Complete sepa
all documents required for construction w
of samples and mock-ups.
a. Not used for construction of project.
b. Contract drawings in form of clean pr
4. Project Record Documents: Complete set o
documents required for construction with
samples and mock-ups.
a. Do not use for construction of projec
b. Provide contract drawings in form of
reproducible sepia mylars.
1.02 SUBMITTALS (See Division 1)
A. Shop drawings: Not required.
B. Product data: Not required.
C. Samples: Not required.
01720-1
)ment, and
%ts as
)ntract
%er trades.
lirements.
)lete set of
{ts,
~ments
rate set of
th exception
nts.
all
~xception of
~orrectable,
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01720-2
Project information:
1. Project Record Documents, at completion o~
Owner with letter of transmittal.
a. Submit Project Record Documents in cot
for Periodic Update Documents.
2. Provide transmittal letter containing:
a. Date.
b. Project title.
c. Contractor's name and address.
d. Title and number of each Project Reco]
e. Certification that Project Record Doc%
submitted are complete and accurate.
3. Copy of transmittal letter to Contracting
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION
3.01 POSTING PRIOR TO CONSTRUCTION
A. After Contract is executed, but prior to star~
construction, obtain Contract Drawings and Pr,
Manual/Specifications which will be used for
Documents and Periodic Update Documents.
B. Obtain copies of all addenda and post above d
3.02 MAINTENANCE OF FIELD DOCUMENTS
A. Maintain minimum of one copy at project site.
B. Label each document "FIELD".
C. These documents will be used for construction
D. Make documents available at all times for rev
Contracting Officer and authorities having ju
3.03 MAINTENANCE OF PERIODIC UPDATE DOCUMENTS
A. Maintain one copy at project site.
B. Label each document "PERIODIC UPDATE".
C. Do not use these documents for construction p
D. Make documents available at all times for rev
Contracting Officer and authorities having ju
E. Maintain in clean, dry, legible condition.
project, to
tainers used
~d Document.
lments
Officer.
of
ject
ield
)cuments.
of project.
ew by
isdiction.
Lrposes.
iew by
risdiction.
01
02
03
04
O5
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
3.04
A.
B.
C.
D.
E.
3.05
A.
Maintain contract drawings in stackable, encl
cardboard file drawers designed to hold Drawi
horizontally.
1. Provide index of contents of each file dr
outside of drawer.
Maintain all other Periodic Update Documents
enclosed file boxes designed to hold specific
document.
1. Provide index of contents of each box on
box.
POSTING AND UPDATING OF PERIODIC UPDATE DOCUME
Post and update on weekly basis.
Contract drawings: Mark legibly to record ac
construction including but not limited to:
1. Depths of various elements of foundations
to first floor level.
2. Horizontal and vertical location of under
utilities and appurtenances referenced tc
surface improvements.
3. Location of internal utilities and appur
concealed in construction referenced to
accessible features of structure.
4. Field changes of dimension and detail.
5. Changes.made by change order or field or
Project Manual/Specifications: Type on each
record all changes including but not limited
1. Addenda.
2. Change order or field order.
3. Modifications to contract.
4. Bind added sections into Project
Manual/Specifications.
5. Indicate manufacturer.
Do not conceal work for which information mu~
until all required information is recorded or
Update Documents.
Any work concealed prior to recording of req%
information will be exposed. Once all requi]
information is recorded on Periodic Update Dc
will be restored at Contractor's expense.
PRODUCTION OF PROJECT RECORD DOCUMENTS
At substantial completion, obtain complete se
correctable, reproducible mylars for each co~
drawing.
01720-3
osed
ngs
awer on
in stackable,
type of
outside of
NTS
tual
in relation
ground
permanent
~nances
'isible and
.er.
section to
to:
~t be recorded
Periodic
ired
ed
)cuments, work
~t of
ltract
01
02
O3
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
2O
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
01720-4
Be
C.
D.
E.
Label each document "PROJECT RECORD".
Have skilled draftsman transfer all changes,
entries, etc., from Periodic Update Documents
Record Documents.
Ail other Periodic Update Documents may be us~
Project Record Documents provided they are in
condition.
Replace any Periodic Update Document, found t~
unsatisfactory condition. Transfer all recor~
from original to replacement copy.
END OF SECTION
~orrections,
to Project
~d for
satisfactory
) be in
led changes
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
5H02, 7G28
SECTION 02210
SITE EXCAVATION AND ROUGH GRADING
PART 1 - GENERAL
1.01 DESCRIPTION
ae
General:
1. Furnish all labor, materials, tools, equ
services for earthwork as indicated, in
provisions of Contract Documents..
2. Completely coordinate with work of all o
3. Although such work is not specifically il
furnish and install all supplementary or
items, appurtenances and devices incident
necessary for a sound, secure and complet
installation.
B. Related work specified elsewhere:
1. Site clearing: Section 02100.
2. Building excavation, filling and backfill
Section 02222.
C. Definitions:
1. Unclassified excavation: Excavate and g]
materials.
1.02 QUALITY ASSURANCE
A. Compaction density test: Standard Proctor A~
Layout work by Surveyor or Civil Engineer rec
State of Texas.
Ce
Contractor to hire an independent soils labo
(approved by Contracting Officer) to conduct
moisture and density tests. The minimum fre{
testing is as follows:
1. Under buildings and paved areas: One tel
lift per 5,000 square feet.
2. Outside buildings or paved areas: One t~
lift per 10,000 square feet.
3. If initial tests fail, further retesting
required.
De
Tolerances of sub-grade:
1. Unsurfaced areas: 0.20 FT (60 mm) plus/i
required elevations.
2. Paved areas: 0.10 FT (30 mm) plus/minus
elevations.
1.03 JOB CONDITIONS
02210-1
.pment, and
Lccord with
:her trades.
kdicated,
miscellaneous
:al to or
'e
ing:
ade all
TM D698.
istered in
atory
in-place
uency of
t per
.~st per
will be
.~inus from
from required
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02210-2
1.04
A®
Protect existing facilities, utilities (overh
underground), pavement.
1. Repair damaged items.
2. Cost of repair to items not indicated pai
3. Notify Owner and make emergency repair as
Protect graded areas against erosion.
1. Re-establish grade where settlement or wa
at no extra cost.
EXTRA WORK
Replacement of unsuitable material will be ps
extra work.
1. Include unit price per cubic yard on prop
PART 2 - PRODUCTS
2.01 MATERIALS
Fill materials:
1. Reasonably free of roots, organic materi~
frozen matter, and stones larger than 6 ]
2. Add water to dry material, as required.
3. Allow wet material to dry, as required.
4. Provide additional borrow or fill as req~
extra cost.
5. No borrow or fill can be obtained on site
removed from excavating and grading or a~
Contracting Officer.
Be
Surplus material:
1. Stockpile surplus material on site as di
Contracting Officer.
PART 3 - EXECUTION
3.01
A.
PREPARATION
Layout all units, structures, piping, paved
establish their elevations.
B. Perform all other layout work required.
C. Replace property corner markers to original
disturbed or destroyed.
Preparation for embankments and fills:
1. Before fill is started, scarify to a min
6 IN (150 mm) under proposed paved areas
ead and
d by Owner.
directed.
shing occurs
id for as
osal form.
~1, trash,
N (150 mm).
.ired, at no
, except as
permitted by
ected by
~reas and
Location if
[mum depth of
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
03.
02
03
04
05
06
O?
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
3.02
A.
B.
C.
E.
F.
G.
H.
I.
3.03
A.
B.
C.
D.
E.
F.
In areas where existing ground surface i!
one vertical to four horizontal, bench si
order to spread fill horizontally so that
material will bond with existing surface
GENERAL
Excavate and grade site as shown on rough gr~
Excavation and grading to be unclassified.
Fill as required to bring existing grades to
grades.
Furnish and place all additional approved ma'
required to bring rough grade to proper line
During construction, shape and drain embankm,
excavation.
Maintain ditches and drains to provide drain;
times.
Provide pumping if required.
Remove materials which cannot be compacted a:
and replace with suitable material.
Remove materials unsuitable to receive fill.
1. Replace with suitable material.
CONSTRUCTION OF EMBANKMENTS AND FILLS
Construct embankments and fills to lines and
Make completed fill correspond to shape of t
section or contour indicated regardless of m
show shape, size, and extent of line and gra.
Insure that cobbles larger than 4 IN (100 mm
placed in upper 6 IN (150 mm) of fill or emb
Place material in lifts, maximum 8 IN (200 m
thickness.
Place layers horizontally and compact each 1
placing additional fill.
Compact using suitable equipment.
1. Control moisture to meet requirements of
2. Do not place materials in embankments or
exceed 3 percent above or below optimum
content.
02210-3
i steeper than
lrface in
fill
ding plans.
rough
:erial
and grade.
~nts and
~ge at all
specified
grades.
Fpical cross
~thod used to
~e of work.
, are not
nkment.
~) loose
~yer prior to
compaction.
fills which
moisture
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
02210-4
Ge
H.
I.
3.04
A.
B.
Compaction tests to be as specified in pa
1.02 C, this section.
Under all paved areas and extending 1 FT (30G
pavement edge, compact to 95 percent maximum
For other embankments and fills not listed, ¢
percent of maximum dry density.
Under proposed building and structure sites,
density as specified in Section 02222 "Buildi
Excavation, Filling and Backfilling".
LAYOUT FOR ROUGH GRADING
Install grading stakes for checking rough gra
throughout area to be graded.
1. Set at 50 FT (15 M) grid intervals, and ~
to reflect all grading variations.
2. Stakes: 1 x 2 x 24 IN (25 x 50 x 600 mm)
3. Set securely so that minimum of 6 IN (15£
rough grade.
4. Mark each stake to indicate design finis?
indicated.
Maintain stakes until Contracting Officer has
rough grade.
END OF SECTION
ragraph
mm) beyond
dry density.
ompact to 90
compact to
ng
de
s required
, sound wood.
mm) is above
.ed grade
reviewed
01
O2
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
O3
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
4E04, 7G28
SECTION 02221
TRENCHING, BACKFILLING AND COMPACTING FOR UTi
PART 1 - GENERAL
1.01 DESCRIPTION
ae
General:
1. Furnish all labor, materials, tools, equ~
services for excavation, trenching, back~
compacting for all underground utilities
in accord with provisions of Contract Do,
2. Completely coordinate with work of all o
3. Although such work is not specifically ii
furnish and install all supplementary or
items, appurtenances and devices inciden'
necessary for a sound, secure, complete
installation.
Be
Related work specified elsewhere:
1. Rough grading: Section 02210.
2. Water distribution system: Section 0266
3. Sanitary sewers: Section 02732.
1.02 QUALITY ASSURANCE
A. Compaction density test: ASTM D698.
Be
Contractor hire an independent soils laborat~
by Contracting Officer) to conduct in place ]
density tests.
1. The minimum frequency of testing is one
lift per 3000 linear feet of trench.
2. Test locations to be staggered along tre
each successive lift.
Ce
Comply with all aspects of "Safety Rules & R
Excavation" as promulgated by State of Texas
1.03 JOB CONDITIONS
ae
Verify location and existence of all undergr
utilities.
1. Omission or inclusion of located utility
drawings does not constitute non-existen
location.
2. Secure and examine local utility surveyo~
available location data.
Protect existing utilities from damage due tO
construction activity.
1. Repair all damages to utility items.
02221-1
[LITIES
~pment, and
filling and
as indicated,
:uments.
:her trades.
ldicated,
miscellaneous
~al to or
nd compatible
ry (approved
Noisture
~est per
lch for
~gulations for
)und
items on
:e or definite
records for
any
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02221-2
Ce
De
Avoid overloading. Keep surcharge sufficient
back from edge of excavation to prevent slide
Maintain and trim excavated materials in such
be as little inconvenience as possible to puk
adjoining property owners.
Provide full access to public and private pre
fire hydrants, at street crossings, sidewalks
points to prevent serious interruption of tra
E. Ail excavation is unclassified.
PART 2 - PRODUCTS
2.01 MATERIALS
ae
Backfill material: As approved by Contractin
1. Free of rock cobbles, roots, sod or other
matter°
2. Moisture content at time of placement: 3
plus/minus of optimum moisture content, a
in accord with ASTM D698.
Be
Embedment materials: As shown on plans.
1. Plans refer to materials defined in "Stan
Specifications for Public Works Construct
Central Texas, Council of Governments.
PART 3 - EXECUTION
3.01 GENERAL
A°
Remove and dispose of materials determined
Officer to be unsuitable.
Be
Trench, backfill and compact for all undergr¢
utilities.
3.02 TRENCH EXCAVATION
Excavate trenches by open cut method to depth
and necessary to accommodate the work.
Be
Open no more than 300 LF (90 M) of trench at
less, as required by Contracting Officer. Fa
comply may necessitate shutdown of entire pre
backfilling is performed.
Ce
Avoid over excavating below indicated grades
required to remove unsuitable material.
distance
s or caving.
a manner to
lic and
mises, to
and other
vel.
g Officer.
organic
percent
s specified
dard
ion, North
Contracting
und
indicated
one time, or
ilure to
ject until
unless
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36 --
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
F.
G.
3.03
A.
B.
C.
D.
E.
3.04
A.
B.
Backfill over excavations in firmly compacte(
mm) lifts.
Trench size: Excavate only sufficient width
accommodate free working space.
1. Cut trench walls vertically from bottom
top of pipe, conduit, or utility service.
2. Trench width at top of pipe or conduit m~
outside diameter of utility service by m(
following dimensions:
Overall Diameter
of Utility Service
Excess Dime
33 IN (840 mm) and less
more than 33 IN (840 mm)
16 IN (
24 IN (
Keep trenches free of water.
Brace and sheet trenches as soil conditions
not remove until backfilling has progressed
that no damage to piping, utility service, o
result due to removal.
PREPARATION FOR PIPE LAYING
See drawings and specific pipe material sect
embedment requirements.
When discrepancy exists between those requir~
these specifications, provide type of embedm(
provides greatest load factor.
Types of embedment: See details on plans.
Provide trench embedment conditions shown on
Form bell holes in trench~s such that only
is firmly supported by bedding material.
BACKFILLING
Do not backfill until all tests are performe{
and system complies with specified requireme]
Hand or pneumatic tamp backfill around and o,
lifts not exceeding 8 IN (200 mm) loose thicl
C. Compact to density specified, so pipe will nc
D. Exercise care in backfilling operations to a,
displacing pipe joints either horizontally ol
02221-3
6 IN (150
to
~f trench to
~y not exceed
~re than
~nsion
:00 mm)
;00 mm)
lictate. Do
:o a stage
conduit will
ons for
!ments and
nt which
plans.
rrel of pipe
~ on system,
~ts.
7er pipe in
ness.
,t be injured.
~oid
vertically
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
O5
06
O7
08
09
10
11
12
13
14
15
16
17
02221-4
Ze
3.05
A.
B.
C.
and to avoid breaking pipe.
Do not water flush for consolidation.
COMPACTION
Compact all trench backfill in paved areas as
Engineer to at least 95 percent of maximum dr
In locations where trench will not be under p
compact backfill to minimum 90 percent of max
density.
Test compaction as required in paragraph 1.02
section.
END OF SECTION
directed by
y density.
aved areas,
lmum dry
B, this
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
5C14, 7G28
SECTION 02222
BUILDING EXCAVATION, FILLING, BACKFILLING AND S~
PART 1 - GENERAL
1.01 DESCRIPTION
Am
General:
1. Furnish all labor, materials, tools, equ~
services for all excavating, filling, ba(
stabilizing for building construction, az
in accord with provisions of Contract Doc
2. Completely coordinate with work of all ot
3. Although such work is not specifically i
furnish and install all supplementary or
items, appurtenances and devices inciden
necessary for a sound, secure and complet
installation.
4. See Division 1 for General Requirements.
Be
Related work specified elsewhere:
1. Site excavation and rough grading:
Sect~
Ce
Definition:
1. Maximum Density (Max.Den.): Determined
2. Unsuitable material: Debris and/or soil
judged unsuitable for support of slabs a
foundations or for use as a fill or back~
material. Unsuitable material shall be ~
replaced with compact backfill as direct.
Contracting Officer. Dispose of unsuital
off site as directed.
1.02 QUALITY ASSURANCE
Subsurface soils investigations have been ma~
site.
1o Soils information was obtained for use ii
foundation design.
2. Soils report location is included in spe~
3. Examine site and soils report and determ
of materials to be encountered.
Bo
Contractor hire an independent soils laborat~
by Contracting Officer) to conduct in-place ~
moisture-density tests and to observe and co:
of pressure injection.
1. If initial test fails, further re-testin~
required.
2. Minimum testing requirements are as foll,
Contractor's geotechnical engineer may p,
additional testing as needed for proper
02222-1
'ABILIZING
pment, and
~kfilling and
indicated,
~uments.
:her trades.
ldicated,
miscellaneous
:al to or
e
on 02210.
)y ASTM D698.
.~ater ial
.-'ill
:emoved and
.~d by the
)le material
]e at project
preparing
ifications.
.ne character
)ry (approved
;ompaction
~duct testing
shall be
WS:
:r form
:ecommendat ions
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
02222-2
1.03
A.
Bo
1.04
A.
1.05
A.
of conformance.
a. In place compaction moisture density
test per lift per 5,000 square feet.
b. Testing of pressure injection: One b
10,000 square feet. Depth of boring
depth of injection. Take tube sample
and moisture determined on 1 FT inter
c. Make Atterberg limits tests on each s
per 20,000 square feet.
d. Make swell tests on each soil type pe
square feet.
SUBMITTALS
Product data:
1. Maximum Density curves and Atterberg limi
and backfill material.
Samples: As required for product data.
JOB CONDITIONS
Carefully maintain all bench marks, monuments
reference points and replace if disturbed or
Comply with rules and regulations governing
utilities. Protect active utilities from dan
and relocate only as indicated.
EXTRA WORK
Unsuitable material: Removal and replacement
unsuitable material as directed by the Contr~
Officer will be extra work. Payment will be
by multiplying the Unit Price furnished on tf
times the volume of unsuitable material repl~
Payment volumes: Volumes of unsuitable materJ
determining payment will be estimated by the
Building pad protection: Maintenance of bui]
pad beyond March 1, 1988 is extra work. Payr
be determined by multiplying the Unit Price
in the Proposal by the time of extended main
PART 2 - PRODUCTS
2.01
A.
MATERIALS
Fill and backfill material: Clean selected mi
approved by Contracting Officer, from site e:
from off-site borrow areas.
01
testing: One 02
O3
oring per 04
shall equal 05
s continuously 06
vals. 07
oil type 08
09
r 50,000 10
11
12
13
14
15
ts for fill 16
17
18
19
20
21
22
and other 23
destroyed. 24
25
espective 26
.age; remove 27
28
29
30
31
of 32
.cting 33
determined 34
~e Proposal 35
ced. 36
37
als for 38
Engineer. 39
40
.ding 41
tent will 42
!urnished 43
:enance. 44
45
46
47
48
49
50
~terials, 51
[cavation or 52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
Be
Ce
Submit Maximum Density curves for each source
backfill material.
Select fill: Very sandy clay to clayey sand
limit less than 30 and plasticity index betwE
SC per Unified System Classification of Soil~
41
42
43
44
45
46
47
48
49
50
51
52
53
PART 3 - EXECUTION
3.01 EXCAVATION - GENERAL
Do not perform any blasting.
Excavate to dimensions and elevations indicat
regardless of the materials encountered. Ali
additional space as required for constructior
Ce
De
Remove any old foundations, building ~constru(
other materials concealed beneath present gr~
required to execute work, and as indicated.
If unsuitable material is encountered during
remove and replace material as directed by C¢
Officer.
Ze
Properly grade bottoms of all excavations fol
drainage.
Where cuts are indicated, excavate to levels
directed by Contracting Officer.
1. Remove rocks, lumps, vegetation and othel
material.
Contractor is responsible for shoring and br~
excavations as required to protect utilities
construction and new work.
Remove shoring as backfilling progresses, bu
excavations are safe.
Control grading around building.
1. Pitch earth to prevent water'from runnin¢
excavated areas.
2. Maintain all pits and trenches free of w~
times.
3. Provide all pumping required to keep exc~
clear of water during construction.
4. When springs or running water are encount
Contracting Officer, provide free discha]
by trenches or pumps, and drain to appro!
of disposal as directed.
02222-3
of fill or
with a liquid
~en 4 and 12.
ed
operations.
tion, and
~de, where
excavation,
tntracting
proper
shown or
foreign
cing
existing
only when
into
ter at all
Lvated spaces
~ered, notify
,ge of water
~riate point
01
02
03
04
O5
O6
O7
08
O9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02222-4
3.02
A.
B.
C.
D.
E.
F.
G.
I.
LIME SLURRY PRESSURE INJECTION
Injection process shall be observed on a full
by a qualified technician under direction of
geotechnical engineer.
Proportion the lime slurry within the range c
(2.5) to 3 LBS of hydrated lime per gallon of
Specific gravity readings shall range from 1.
at 20 degC. The lime slurry shall be continu
agitated to insure uniformity of mixture. SE
gravity should be the same at both mixer tank
injection nozzle.
A surfactant (wetting agent) shall be used ir
slurry. The amount of surfactant used shall
accordance with the manufacturer's recommende
The lower portion of the injection nozzle she
of a hole pattern that will uniformly disper
lime slurry throughout the entire depth.
Injection pressures shall be adjusted to dis
large a volume of lime slurry as possible wi
pressure range of 50 to 200 LBS per square ir
Injection pipe shall be forced downward (not
washed) in 12 to 18 IN intervals, injecting
each interval (minimum of four intervals) fo~
depth of 7 FT or 10 FT, see plan for locatior
will be determined on site by the Geotechnic~
Spacing for the injections shall not exceed
each way, and injections shall be carried at
outside building lines. Subsequent injectior
offset from inital locations in a pattern the
distribution of the slurry.
After each injection the moisture content of
shall be evaluated by the Contractor's geote(
engineer on the basis of laboratory tests on
(not cu~ings) obtained from shallow borings
supervision after each injection'pass (or pa~
time basis
Contractor's
f 2-1/2
water.
14 to 1.17
ously
ecific
and
the lime
be in
tions.
11 consist
e the
~erse as
hin a
.ch.
jetted or
o refusal at
a total
~. Refusal
.1 Engineer.
~ FT on center
least 5 FT
~s shall be
~t maximizes
the soils
:hnical
tube samples
under his
~ses)
following a 24 hour curing period. Contract~.ng Officer
shall develop recommendations on the need fo~ additional
injections.
In the event that more than three injection ~asses are
required, the surface of the injected area s~all be
scarified to a depth of at least eight inche:~ and
recompacted prior to the next injection.
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Je
3.03
A.
Free lime on surface shall be scarified to a
least 8 IN and thoroughly mixed into surfici~
the mixture compacted to 95 percent of maximL
FILLING AND BACKFILLING - INSIDE BUILDING
Scarify top 8 IN (200 mm) of earth and compa(
percent of maximum density.
B. Place select fill material in 10 IN loose lit
compact each lift to 95 percent maximum dens
C. Maintain moisture between 0 and 3 percent ab,
during compaction.
D. Compact fill and backfill using suitable mec~
tamping equipment to obtain specified densit
E. Before placing fills on subgrade, obtain app
Contracting Officer.
F. Correct and recompact any compacted material
specified compaction requirements.
G. Continue corrective measures until required
has been attained.
3.04
A.
3.05
A.
3.06
A.
Ce
De
FILLING AND BACKFILLING - OUTSIDE BUILDING
Refer to Section 02210 "Site Excavation and
GRADING NEXT TO BUILDING
Evenly slope rough grade as shown on drawing
BUILDING PAD PROTECTION
Extend building pad protection to 5 FT outsi{
line.
Contractor is responsible for maintaining bu~
until March 1, 1988.
Maintenance of building pad includes maintai
moisture content of soil, maintaining final
shown on plan and maintaining proper density
compaction.
Contractor determine means of maintaining pa~
include, but are not limited to:
1. Use of a protective covering such as pol~
sheeting or an asphaltic emulsion conforl
specification SS-1 per Texas Highway Dep~
02222-5
depth of at
~1 soil and
lm density.
:t to 95
its and
.ty.
~ve optimum
Lanical
oval of
not meeting
:ompaction
[ough Grading".
e building
lding pad
.ing proper
'rades as
and
· Options
ethylene
~ing to
~rtment
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30.
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
-- United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
02222-6
3.07
A.
Item 300.
Staging sitework such that building pad i;
in proper order, at same time as contract
ACCEPTANCE OF WORK
Obtain Contracting Officer's approval of exca'
before starting any construction.
Notify Contracting Officer 48 hours in advanc~
excavations are ready for inspection.
END OF SECTION
completed,
close out.
;ations
of when
01
02
03
04
05
06
07
08
09
10
11
12
13
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
6K26, 7G28
SECTION 02665
WATER DISTRIBUTION SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION
ae
General:
1. Furnish all labor, materials, tools, equ
services for underground water distribut
indicated, in accord with provisions of
Documents.
2. Completely coordinate with work of all o
3. Although such work is not specifically il
furnish and install all supplementary or
items, appurtenances and devices inciden
necessary for a sound, secure and comple
installation.
Bo
Related work specified elsewhere:
1. Site excavation and rough grading: Sect
2. Trenching, backfilling and compacting fo
Section 02221.
1.02 JOB CONDITIONS
ae
Verify location of all existing utilities an
and underground utilities.
Be
Protect existing utilities and structures an
damaged.
PART 2 - PRODUCTS
2.01 MATERIALS
ae
Water mains:
1. Ductile iron pipe and fittings, ANSI A21
A21.11, and A21.10, thickness Class 2, o
cement mortar lined in accord with ANSI
2. Polyethylene wrapper: Provide for all p
fittings.
Bo
Service lines 3 IN and smaller: ASTM B88 co
type "K" hard drawn, with solder type bronze
Ce
Valves: AWWA C500, gate type, with mechanic
or as otherwise may be necessary; cast iron
mounted, parallel seat, double disk, non-ris
left (counter clockwise), working pressure 2
valves from a single manufacturer.
02665-1
Lpment, and
Lon system as
'.ontract
'.her trades.
~dicated,
miscellaneous
:al to or
:e
[on 02210.
utilities:
structures
~ replace if
.51, A21.5,
r heavier,
.~21.4.
ipe and
?per tubing
fittings.
~1 joint ends
body, bronze
ing stem, open
00 PSI; all
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
United States Post Office - North Texas G.M.F & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02665-2
De
Se
Fe
Valve boxes: Roadway type, cast iron, 2 sect
adjustable screw type, proper, length and base
depths required; word "water" cast in cover;
with valves.
Fire hydrants: AWWA C502, dry barrel type de
150 PSI working pressure, with valve opening
in diameter, 6 IN bell connection, two 2-1/2
connections, and one 4-1/2 IN pumper connecti
1. Outlets: American National fire hose cou
threads.
2. All working parts: Bronze.
3. Latest stock pattern produced by manufact
4. Opening counterclockwise.
Corporation and service stops: Ail bronze wi
joint coupling, threads on inlet end conformi~
C800; tested to minimum hydraulic pressure of
Buttresses: Portland cement concrete, 6 bag 1
1. Minimum 28 day compressive strength: 3,00~
PART 3 - EXECUTION
3.01 CLEANING PIPES
A. Thoroughly clean pipes and fittings before la,
B. Keep clean until acceptance of Work.
Thoroughly clean inside of every pipe and fit
before lowering into trench, to remove all fol
Carefully lower into trench in manner to excll
matter while jointing it to other pipe.
Ee
At close of each work day, or during any peri¢
job is not being actively pursued, tightly se~
ends with an expansion type stopper or other
type of watertight seal so that no foreign su
water may enter line.
F. Keep seal in place until pipe laying is again
Ge
Under no circumstances use pipe that has been
inside with petroleum products or any other 1
will soak into cement lining or soften bitumi
In event that any foreign matter or water ent
that has already been laid, immediately cease
lay no more pipe until contamination has been
ion,
size for
:ompatible
igned for
t least 5 IN
£N hose
pling
rer.
h flange
~g to AWWA
200 PSI.
nix.
PSI.
ing.
~ing just
eign matter.
.de foreign
)d when
il pipe
lpproved
)stance or
resumed.
contaminated
.quid that
~ous lining.
~rs pipe
work and
removed
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
O5
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
3.02
A.
D.
E.
F.
G.
H.
I.
J.
K.
L.
M
N.
O.
3.03
A.
to satisfaction of Architect.
LAYING PIPE
Use only proper and suitable tools and appli~
and convenient handling and laying of pipes
Carefully place pipe, fittings and valves in
1. Install polyethylene wrapper on all pipe
and valves.
Do not dump or roll pipe or fittings into tr
Do not allow any pipe or fitting to drop aga
fitting already in trench.
Take care to prevent damage to pipe, lining,
Repair all lining or coating damaged in any
satisfaction of Contracting Officer.
Install pipe so ends of pipe abut against ea
so there is no shoulder or unevenness inside
Take special care to insure that pipes are
on a solid foundation, and any defects due
made good by Contractor at his own expense.
Dig bell holes large enough to insure proper
Do not allow pipe to rest on rock.
Whenever a pipe or fitting requires cutting,
in a satisfactory manner with tools which lei
right angle cuts without damaging lining or
Make such cuts at no added cost to Owner.
Do not spring joints, to effect a change in
unless directed to do so by Contracting Offi
Secure pipe, fittings and valves in place on
foundation, thrust blocks or by strapping, al
Thrust blocks are required at all bends, tee:
hydrants.
PERMISSIBLE DEFLECTION AT JOINTS
Wherever it is necessary to deflect pipe fro~
line, either in vertical or horizontal plane
deflection allowed shall not exceed that req
satisfactory calking or assembly of joint.
02665-3
nces for safe
nd fittings.
o trench.
fittings
nch.
nst pipe or
and coating.
lay to
:h other
main.
~11 bedded
settlement
jointing.
perform work
~ve smooth
)ipe.
tirection,
~er.
concrete
indicated.
, valves and
a straight
amount of
ired for
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02665-4
Be
3.04
A.
B.
3.05
A.
B.
C.
D.
E.
F.
G.
Make any such necessary deflection in accord
and tolerances established by pipe manufactur
JOINTS
Ductile iron push-on joint pipe: Circular rub
which fits into specially designed bell or so
pipe and a specially prepared lubricant. Mak
following manner:
1. Thoroughly clean gasket seat and gasket.
2. Wipe with a cloth and apply thin film of
to inside surface of gasket which will co
contact with entering pipe.
3. Use only lubricant furnished with pipe.
4. In no case use mineral oil or petroleum b
5. Thoroughly clean plain end of pipe to be
start it into socket so it is in contact
6. Apply a thin film of lubricant to outside
end for about 25 mm (1 IN) back from end.
7. Complete joint by exerting sufficient for
entering pipe so that it's plain end is m
gasket until it makes contact with socket
8. Any method may be used to home pipe.
Ductile iron mechanical joint pipe.
1. Make joints according to manufacturer's i
FITTINGS AND VALVES
Place fittings, gate valves, and valve boxes
mains where indicated on drawings.
Place in accord with requirements as provided
in these specifications.
Set fittings and valves and join to pipe in m
specified for cleaning, laying and jointing p
Where valves are placed on end of a pipe line
iron plug and secure in exposed bell before b
Provide valve box for every nut operated valv
case enclosed operating mechanism valve.
Carefully place valve box at right angle to m
Do not allow valve box to transmit shock or s
valve; center it plumb over wrench nut of val
box cover flush with surface of finished pave
set to elevation indicated.
H. Rest flange at bottom of top section on plank
with values
er.
ber gasket
cket end of
e joint in
lubricant
me into
ase lubes.
jointed and
with gasket.
of plain
ce on
~ved past
base.
nstructions.
along water
elsewhere
~nner
ipe.
place a cast
~ckfilling.
e and grease
~in.
tress to
~e, with
Rent, or
~ which
01
02
03 --
04
05
06 -~-
07
08
09
10
11
12
13 --
14
15
16 _
17
18
19
20
21
22
23 --
24
25
26 _
27
28
29
30 --
31
32
33 --
34
35
37
38
39
40 ~-
41
42
43 -~
44
45
46
47
48
49
50 --
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29.
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
ne
3.06
A.
3.07
A.
B.
3.08
A.
extend 200 mm (SIN) into solid ground on trex
trench.
I. Take care in tamping backfill around valve t(
place and firmly supported to preclude settl~
J. Remove and reset all boxes found out of plac~
supported, at no added cost to Contracting OJ
K. Determine whether valve or valves are in pro~
order before and after installation.
If not, notify Contracting Officer, and repl~
HYDRANTS
Install hydrants in accord with AWWA C600 or
applicable, except as modified herein.
B. Set operating nut not over 4 FT above finish
C. Thoroughly compact backfill around hydrants
D. Make hydrant available for beneficial use.
E. Set hydrant on slab of stone or concrete, mi
thick and 15 IN SQ.
CONNECTION TO EXISTING WATER SYSTEM
Make connections to water system as indicatef
Make connections at such hours, determined b5
Officer, to cause least disturbance of water
existing consumers.
C. Notify Contracting Officer at least 3 days ir
time Contractor desires to make connections.
D. Make no connections without Contracting Offi¢
approval.
Include all expense of making connections in
ARTIFICIAL FOUNDATION
When directed, lay pipe upon an artificial f¢
consisting of gravel, sills, wedges, plank or
of concrete, sized and placed as directed by
Officer.
B. Include all necessary excavation for such cot
02665-5
~ch sides.
~ keep box in
!ment.
or not firmly
ricer.
~er working
ce.
C603, as
grade.
~o grade.
~imum 4 IN
Contracting
supply to
advance of
er's prior
bid price.
.undation,
timber, or
Contracting
.struction.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
United States Post Office - North Texas G.M.F. & V.M.F.
01
02
O3
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02665-6
3.09
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
L.
M.
N.
3.10
A.
B.
TESTING WATER MAINS
Test completed water mains for leakage.
Test sections as directed or approved by Cont:
Officer.
Maximum allowable leakage: As required in "St
Specifications for Public Works Construction,
Central Texas, Council of Governments".
Fill length of water main under test with wat~
to test pressure of 10 KG/SQ CM (150 PSI).
Operate all valves in test section during test
After valves have been tested, and their defi~
any, corrected, fill length of main under test
taking care to eliminate all air from line.
Raise pressure to test pressure by means of cc
Maintain at test pressure for at least 2 HR.
At end of test period, again fill pipe with wi
either measured receptacle or an accurately c~
meter and determine leakage.
Repair every leak which Contracting Officer de
important, and every section of line in which
exceeds maximum allowable amount, whether or
has been filled.
Replace every pipe, fitting, valve, etc., whi
evidence under test of being defective.
If line shows excessive leakage in any phase
retest line after correction of defects.
Continue correcting defects until all leaks e
allowable leakage have been remedied.
Repair leaks and defects or otherwise remedy
expense to Contracting officer and to complet~
satisfaction of Contracting Officer at whatew
they become apparent.
STERILIZATION OF WATER MAINS
Sterilize water mains as specified and direct[
Perform sterilization by either of following
1. By introducing a chlorine gas/water mixtu]
:acting
:andard
North
ir and bring
;iencies, if
with water,
mpressed air.
[ter from
[librated
~ems
leakage
lot trench
:h gives
test,
[ceeding
It no added
r time that
lethods:
· e by means
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
Ce
D.
E.
F.
G.
H.
I.
3.11
A.
B.
of a solution/feed chlorinating device.
By introducing a mixture of calcium hypo~
(comparable to commercial products known
Perchloron) and water.
Prior to beginning of sterilizing operations.
Contracting Officer's approval, schedule list
of procedure to be followed.
Before beginning sterilization, remove dirt
matter from mains by a thorough flushing wit
Introduce water slowly and introduce sterila]
corporation cocks at rate 1 LB chlorine gas/i
of water, (1.0 KG/20,000 Ltr, or at rate of
calcium hypochlorite (measured in a dry stat
preparation of slurry)/1,680 GAL of water (1
14,000 liters).
After sterilizing agent has been in pipe min~
take samples and analyze.
If less than 5 MG/L residual chlorine is ind~
pipe and repeat treatment.
If more than 5 MG/L residual is indicated, dl
waste and refill with clear water.
Take care to prevent contamination of steril~
DEFECTS TO BE MADE GOOD
If, at any time prior to expiration of warra]
any broken pipes, or any defects, are found
in any of their appurtenances, remove and re
proper material and workmanship, at no added
Contracting Officer.
Carefully examine all materials for defects
placing; do not place any found defective.
END OF SECTION
02665-7
:hlorite
as HTH or
submit for
ing details
nd foreign
clean water.
t through
400 GAL
LB
prior to
0 KG per
.mum of 3 HR,
.cated, drain
Jain lines to
zed pipe.
.ty period,
.n mains or
)lace with
cost to
)rior to
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
United States Post Office - North Texas G.M.F. & V.M.F.
O1
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3O
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
6K26, 7G28
SECTION 02720
STORM DRAINAGE SYSTEM
PART 1 - GENERAL
1.01 DESCRIPTION
ae
General:
1. Furnish all labor, materials, tools, equ
services for all storm drainage systems
in accord with provisions of Contract Doc
2. Completely coordinate with work of all ot
3. Although such work is not specifically in
furnish and install all supplementary or
items, appurtenances and devices incident
necessary for a sound, secure and complet
installation.
Be
Related work specified elsewhere:
1. Site excavation and rough grading:
Sect
C. Ail excavation is unclassified.
Definitions:
1. Unclassified excavation:
materials.
Excavate and gr
1.02 QUALITY ASSURANCE
Storm drainage system standards: Standard Sp,
for Public Works Construction, North Central
of Governments, as amended to date.
Be
Should conflicts arise between standard speci
government agencies mentioned herein and Cont~
Documents, the more stringent shall govern.
Ce
Where a particular type of material or method
specified, no other material or method will bt
D. Compaction density test: Standard Proctor AS[
Se
Contractor hire an independent soils laborato]
by Contracting Officer) to conduct in place mc
density tests.
1. The minimum frequency of testing is one t~
lift per 3,000 linear feet of trench. Te~
locations to be staggered along trench fo]
successive lift.
1.03 JOB CONDITIONS
02720-1
pment, and
s indicated,
uments.
her trades.
dicated,
miscellaneous
al to or
e
ion 02210.
~de all
~cifications
Fexas, Council
~ications of
~act
is
permitted.
M D698.
ry (approved
isture and
st per
;t
each
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M'.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02720-2
A®
C.
D.
E.
F.
Verify locations of existing and new undergro~
utilities.
Protect existing structures and utilities fror
Repair if damaged by this work.
Lengths indicated on drawings are for informal
Furnish lengths as required.
Perform no pipe work in fill areas until embal
fill has been completed to at least 2 FT (600
top of pipe and has been properly compacted.
Verification of existing utilities and struct~
1. Plans indicate existing utilities as showl
survey.
2. Verify accuracy, location and depth of eac
prior to trenching or tunneling.
3. If pipe adjustment is necessary due to loc
other utilities, secure approval from Cont
Officer.
Do not change pipe sizes without securing pri¢
approval from Contracting Officer.
PART 2 - PRODUCTS
2.01 MATERIALS
A®
Acceptable manufacturers:
1. Ail pipe, box, and fittings: Manufacturer
produced required products successfully u~
least 5 years.
Reinforced concrete pipe (RCP):
1. Pipe and fittings: ASTM C76-83, Classes
2. Joints: Compression type.
a. With removable rubber gasket, ASTM C4
b. With field applied preformed flexible
sealing compound.
c. Install in strict accord'with manufact
recommendations.
3. Sizes: As indicated.
Ce
Reinforced concrete box (RCB).
1. Box: ASTM C850.
2. Joints: Tongue and groove.
3. Cast in place box may be used as alternat~
precast box.
United States Post Office - North Texas G.M.F.
Lnd
damage.
ion only.
~kment or
mm) above
res.
on site
h utility
:ation of
racting
r written
who has
;ed, for at
ts indicated.
[3-79 or:
pipe joint
~urer's
for
V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
O5
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Fe
PART 3 - EXECUTION
3.01
ae
Be
De
Se
Fe
Go
Je
02720-3
percent
s tested in
ional cost to
Inlets, headwalls, and castings: Provide as detailed.
Backfill material:
1. As shown on plans.
2. Moisture content at time of placement:
plus/minus of optimum moisture content,
accord with ASTM D698.
a. Wet dry material, as required.
b. Dry wet material, as required or:
c. Furnish off site material at no addi
Owner.
Concrete: Class "A", air entrained.
Reinforcement: ASTM A615-82, Grade 60.
EXCAVATION, BACKFILL AND COMPACTION
Excavate trenches by open cut method to dept]
plans and necessary to accommodate the work.
Keep trenches free of water.
Form bell holes in trench so only barrel of p
supported by shaped subgrade.
Compact backfill under and around pipe up to
mm) above top of pipe in lifts not exceeding
loose thickness.
Compact evenly on both sides of pipe or box t~ top of
excavation or to a depth such that pipe or box will not
be injured by subsequent compaction used to achieve
required density.
Backfill and compact remainder of trench in 8
lifts to specified density.
Exercise care in backfilling operations to ay ,id
displacing pipe or box joints either horizont .lly or
vertically and to avoid breaking'pipe.
Do not water flush for consolidation.
Compact all trench backfill in areas under pa
parking areas, sidewalks and other structures
of 95 percent maximum density.
In locations where trench is not under paving or
structures compact to minimum of 90 Percent s~ecified
United States Post Office - North Texas G.M.F. V.M.F.
indicated on
ipe is firmly
24 IN (600
8 IN (200 mm)
IN (200 mm)
~ed roads,
· to minimum
01
O2
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02720-4
L.
3.02
A.
B.
C.
D.
E.
F.
G.
H.
3.03
A.
3.04
A.
B.
C.
D.
density.
Remove materials which cannot be compacted as
Replace with suitable material and compact.
INSTALLATION OF PIPE AND BOX
Lay on uniform grades between inverts.
Locate structures as indicated and construct
them.
Lay pipe or box upgrade beginning at lower en
Provide proper facilities for lowering pipe o
trench.
Do not lay pipe or box in water.
Do not lay pipe or box when trench conditions
is unsuitable for such work.
Remove all sections of pipe or box already pl
to be out of alignment, defective or damaged.
Relay or replace without additional cost to C
Officer.
Bedding: Lay pipe or box directly on shaped
1. No blocking permitted.
2. Form a continuous bearing with a minimum
bearing equal to six tenths (0.6) of outs
of pipe, for full length of pipe, except
excavated for joint.
DRAINAGE STRUCTURES
Concrete work: Conform to applicable requirem
referenced specifications. Form, size, and b
finished structures conform to details indica
FIELD QUALITY CONTROL
Check each line with a light.
Each line show a good light circle throughout
Test lines for leakage and infiltration.
Should these tests show line to be defective,
defective portions and replace.
United States Post Office - North Texas G.M.F.
specified.
lines between
box into
or weather
aced found
Dntracting
~ubgrade.
~idth of
[de diameter
for portion
~nts of
race so
ted.
its length.
remove
V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
01
02
03
04
05
06
07
08
09
10
11
3.05
A.
B.
Retest.
MAINTENANCE
Maintain storm drainage systems by removing
sedimentation.
At end of construction, drainage systems are
and free of any obstructions.
END OF SECTION
02720-5
to be clean
01
02
03
04
05
06
07
08
09
10
11
United States Post Office - North Texas G.M.F. V.M.F.
01
O2
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5O
51
52
6K26, 7G28
SECTION 02732
SANITARY SEWERS
PART 1 - GENERAL
1.01 DESCRIPTION
General:
1. Furnish all labor, materials, tools, equil
services for all sanitary sewers as indic~
accord with provisions of Contract Docume]
2. Completely coordinate with work of all ot]
3. Although such work is not specifically in¢
furnish and install all supplementary or
items, appurtenances and devices incident~
necessary for a sound, secure and complet~
installation.
4. See Division 1 for General Requirements.
B®
Related work specified elsewhere:
1. Site excavation and rough grading: Secti¢
2. Trenching, backfilling and compacting for
Section 02221.
C. Ail excavation is unclassified.
Definitions:
1. Unclassified excavation:
materials.
Excavate and gr~
1.02 QUALITY ASSURANCE
Sanitary sewer systems standards: Standard Sp(
for Public Works Construction, North Central
Council of Governments, as amended to date.
Should conflicts arise between standard speci
government agencies mentioned herein and Cont
Documents, the more stringent shall govern.
C. Where a particular type of material or method
specified, no other material or method will b~
D. Compaction density test: Standard Proctor AS~
Contractor hire an
by Contracting Officer) to conduct in place mc
density tests.
1.03 JOB CONDITIONS
02732-1
)ment, and
~ted, in
Its.
~er trades.
licated,
liscellaneous
~1 to or
n 02210.
utilities:
de all
cifications
!exas
!ications of
'act
is
permitted.
M D698.
~isture and
01
O2
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
48
49
50
51
01
02
03
04
O5
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
02732-2
C.
D.
E.
F.
utilities.
Protect existing structures and utilities fro]
Repair if damaged by this work.
Lengths indicated on drawings are for informa
Furnish lengths as required.
Perform no pipe work in fill areas until embal
fill has been completed to at least 2 FT (600
top of pipe and has been properly compacted.
Verification of existing utilities and struct~
1. Plans indicate existing utilities indicate
survey.
2. Verify accuracy, location and depth of eat
prior to trenching or tunneling.
3. If pipe adjustment is necessary due to lo4
other utilities, secure approval from Cont
Officer.
Revisions to Contract Drawings.
1. If it becomes necessary to change locatiol
sanitary sewer lines due to building cons
secure prior written approval from Contra~
Officer.
2. If Contractor initiated, make approved ch~
added cost to Contracting Officer.
Do not change pipe sizes without securing pri(
approval from Contracting Officer.
1.04 SUBMITTALS
ae
Project information:
1o Test reports for low pressure air test.
PART 2 - PRODUCTS
2.01 MATERIALS
PVC sewer pipe and fittings: ASTM D3034, SDR-
1. Joint material: ASTM D2321.
Bo
Precast concrete pipe manhole: ASTM C-478.
1. Minimum barrel thickness: 5 IN (125 mm).
2. Minimum concrete strength: 4,000 PSI.
3. Top 12 to 18 IN (300 to 450 mm) shall pro%
adjustment to grade.
damage.
ion only.
~kment or
mm) above
ires.
~d on site
:h utility
:ation of
racting
of
ruction,
:ting
~nges without
written
.35.
ride for
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4O
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Ce
De
Manhole covers:
1. Best quality gray iron, tough and even
ASTM A48, Class 30.
2. Minimum tensile strength: 18,000 PSI.
3. Provide as shown on plans.
Cleanout covers: Similar to manhole covers
Manhole steps: Non-skid plastic or rubber c
Manhole joint material (resilient): ASTM C4
PART 3 - EXECUTION
3.01 PIPE INSTALLATION
A. Install per ASTM D2321.
3.02 JOINTING
A. Per manufacturers instructions.
3.03 MANHOLES
ae
Build each manhole to dimensions indicated ar
elevation that pipe sections built into wall
are true extensions of line of pipe.
B. Place manhole steps in manhole at intervals
Inside manholes, bed half pipe in concrete
through manhole.
1. Carry concrete out to wall with minimum
(50 mm) toward top of half pipe.
2. Accurately joint half pipes to sections
manhole walls.
D. Set all manhole covers carefully to grade.
3.04 CLEANOUT STRUCTURES
Construct cleanout risers of 6 IN (150 mm) pi
angle on undisturbed natural ground.
Tamp backfill around and above pipe in layers
exceeding 3 IN (75 mm) depth so that no settl
C. Lay base of cleanout in Class B concrete bric
D. Construct cleanouts where indicated.
3.05 VERTICAL RISERS
02732-3
grain:
· see plans.
~ated steel.
5-77.
~ at such
of manhole
ndicated.
r flow line
lope of 2 IN
built into
laid on
not
ment occurs.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
United States Post Office - North Texas G.M.F. V.M.F.
01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
17
18
19
20
21
02732-4
3°06
A.
B.
A. 6 IN (150 mm) vertical riser embedded in side
with 45 degree bend and 6 IN (150 mm) riser p
stopper.
FIELD QUALITY CONTROL
Perform all tests and inspection before backf
Permit Contracting Officer to check each pipe
grade and workmanship.
C. Check each line with a light; line shall show
light circle throughout its length.
D. Perform low pressure air test according to pr.
in referenced "Standard Specifications", para.
1.02 A, this section.
END OF SECTION
of trench,
ipe with
lling.
for line,
a good
)cedures
raph
01
02
03
04
05
06
07
O8
09
10
11
12
13
14
15
16
17
18
19
20
21
United States Post Office - North Texas G.M.F. V.M.F.