WA9402-CN 960328- CITY OF IRVING, TEXAS
CONTRACT "DOCUMENTS, .PLANS, AND SPECIFICATIONS
._ FOR THE CONSTRUCTION OF
-DALLAS-' WATER SUPPLY 'LINE NO. ,3
· SECTION 3B, 2A & 2C
PREPARED'BY
SHIMEK,. JACOBS & FINKLEA
CONSULTING ENGINEERS
JANUARY, 1996
CITY OF IRVING, TEXAS
' CITY COUNCIL
Morris Parrish, Ph.D., Mayor
Randy Randle Harry J. Joe
-- George Susat, M.D. Joe Putnam
J. Roland Jeter Bob Pierce, M.D.
Sharon Barbosa Jack Spurlock
CITY MANAGER
_ Steve McCullough
DIRECTOR OF PUBLIC WORKS
Jack D. Angel, P.E.
-- DEPUTY DIRECTOR OF PUBLIC WORKS
Bob Chapman, P.E.
INDEX
ADDENDA
PART A: NOTICE TO BIDDERS
' PART B: INSTRUCTION TO BIDDERS
IB-1-2 INSTRUCTIONS
PART BP: PROPOSAL
-- BP-1 FORM
BP-2-5 ITEM DESCRIPTION
-- BP-6 SUBMIT'FAL DOCUMENT
BP-7-8 EXPERIENCE RECORD
PART C: CONTRACTS AND BONDS
-- SF-I-3 STANDARD FORM OF AGREEMENT - CONTRACT
PB-I-2 PERFORMANCE BOND
-- PB-3--4 PAYMENT BOND
MB-I-2 MAINTENANCE BOND
-- SI-I--4 INSURANCE FORM
WC-1 WORKERS' COMPENSATION CERTIFICATE
PART G: GENERAL PROVISIONS AND REQUIREMENTS
_ SECTION G-1 DEFINITIONS OF TERMS AND ABBREVIATIONS
SECTION G-2 PROPOSAL REQUIREMENTS AND CONDITIONS
SECTION G-3 AWARD AND EXECUTION OF CONTRACT
SECTION G-4 SCOPE OF WORK
SECTION G-5 CONTROL OF THE WORK AND MATERIALS
SECTION G-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
SECTION G-7 PROSECUTION AND PROGRESS
SECTION G-8 MEASUREMENT AND PAYMENT
PART CS: CONSTRUCTION SPECIFICATIONS
DIVISION 01 - GENERAL REQUIREMENTS
* SECTION 01000 GENERAL NOTES
-- *SECTION 01005 APPROVED PRODUCTS LISTING
* SECTION 01010 SUMMARY OF WORK
SECTION 01011 PREVAILING WAGE RATE
- SECTION 01050 COORDINATION
SECTION 01051 GRADES, LINES AND LEVELS
SECTION 01320 PROGRESS REPORT
' SECTION 015 15 TEMPORARY WATER
SECTION 01516 SOLID WASTE DISPOSAL
SECTION 01533 BARRICADES
SECTION 01562 DUST CONTROL
SECTION 01572 FLAGMEN
_ SECTION 01710 CLEAN-UP
DIVISION 02 - SITE WORK
-- SECTION 02014 EXISTING UTILITIES
SECTION 02102 CLEARING AND GRUBBING
* SECTION 02200 TRENCHING, EMBEDMENT, BACKFILLING
-- * SECTION 02224 PIPE BORING, JACKING AND TUNNELING
* SECTION 02225 ENCASEMENT PIPE
SECTION 02400 TRENCH SAFETY - SHEETING & SHORING
* SECTION 02600 REINFORCED CONCRETE PAVEMENT AND GRAVEL DRIVEWAYS
* SECTION 02615 REMOVE AND REPLACE FENCE
DIVISION 03 - CONCRETE
SECTION 03300 CONCRETE THRUST BLOCKS
_ * SECTION 03301 CONCRETE ENCASEMENT AND CAP
DIVISION 15 - MECHANICAL
-- * SECTION 15042 WATER PIPE TESTING
* SECTION 15060 WATER PIPE AND FITrINGS
* SECTION 15086 AIR & VACUUM RELEASE VALVES
' * SECTION 15087 BLOW-OFF VALVE ASSEMBLY
*SECTION 15101 GATE VALVES AND BUTTERFLY VALVES
* Indicates standard specification has been revised for this project.
' J~~)E mCH..SRP C...,,A,R,T,.,R,,,~. ~t_
NOTICE TO CONTRACTORS
CITY OF IRVING, TEXAS
-- DALLAS WATER SUPPLY LINE NO.
SECTIONS 3B, 2A & 2C
_ Sealed bids will be received at the office of the City Secretary, Irving, Texas until 10:00 a.m.,
February 9, 1996, for Dallas Water Supply Line No. 3 - Sections 3B, 2A & 2C. This contract shall consist of
the furnishing and installing of approximately 2,740 linear feet of 60-inch water line, a 48-inch butterfly valve,
_ 2,985 linear feet of 54-inch water line, a blow-off valve, two air and vacuum release valves, reinforced concrete
pavement removal and replacement, driveway and fence removal and replacement, along with all necessary
appurtenances to complete the project.
Plans and Specifications, and other Contract Documents are available from the Department of
Public Works, City of Irving, Texas. A Pre-Bidder's Meeting will be held at 10:00 a.m., February 2, 1996 in
_ the 2nd Floor Conference Room, Civic Center Complex, 825 West Irving Blvd., Irving, Texas.
Said sealed bids will be opened at a public bid opening in the City Council Chambers, Civic Center
Complex, Irving, Texas at 10:00 a.m., February 9, 1996.
The contract for said improvements will be awarded by the City Council of the City of Irving at its
regular meeting on or after February 22, 1996.
Any bid received aRer closing time will be remmed unopened.
Each bid must be accompanied by a certified or cashier's check payable to the City of Irving and
dram on a responsible bank or an approved bidder's bond for the sum of 5% of the mount of the maximum
total bid as a guarantee that, if awarded the contract, the bidder will promptly enter a contract and execute a
bond on forms provided.
The Contractor will be paid out of the current funds by the City of Irving for the work performed.
-- Payment in full will be made when completed and approved by the Engineer for acceptance.
The City reserves the right to reject any and all bids or waive any or all formalities. No bid may be
-- withdrawn within 60 days after the date on which bids are taken.
CITY OF IRVING, TEXAS
By: s! Morris Parrish
Morris Parrish, Mayor
INSTRUCTIONS TO BIDDERS
1. WORK TO BE DONE
The work to be done as covered by these contracts and specifications consists of the furnishing of all
materials, appliances, tools, equipment, labor and other necessary services for the installation of 54-inch
and 60-inch water line and related appurtenances in the Cities of Coppell and Carrollton as described in
Section "1010" of these specifications.
2. PREPARATION AND SUBMISSION OF PROPOSAL
In the bid proposal, the bidder shall fill in the blanks for the "Total Unit Price" and the "Total Price." For
those copies of the contracts that are to be executed, the "Unit Price Labor" and "Unit Price Materials"
shall, in addition, be filled in by the bidder who is awarded the contract.
See Section G2 - Proposal requirements and conditions.
3. INTERPRETATION OF QUOTED PRICES
In case of difference bctween the written words and any figure in a proposal, the amount stated in writing
-- will be considered as the bid.
4. DISCREPANCIES IN BIDS
In case of lack of clearness of a proposal, the owner will adopt the most advantageous construction thereof
or reject the bid.
' 5. UNBALANCED BIDS
Unreasonable or unbalanced unit prices will be cause for rejection of any bids.
6. INTERPRETATION OF SPECIFICATIONS
Any questions as to the meaning of any specifications will be answered by addendum which will be sent to
-- all who have been furnished with contract documents and plans.
7. LOCAL LABOR
The Contractor, in so far as is practicable, will be expected to give preference to employment of local
citizens.
8. MATERIALS FURNISHED BY CONTRACTOR
The Contractor shah furnish all materials, regardless of their nature except as notes in the special
_ provisions and/or plans.
9. MANUFACTURERS CERTIFICATE
-- The Contractor shall fumish, a certificate from each of the manufacturers whose materials are used on this
project stating that the materials and supplies fulfill or exceed the requirements set out in these
specifications.
IB-1
10. AFFIDAVIT OF BILLS PAID
Prior to final acceptance of this project by the owner, the contractor shall execute an affidavit that all bills
for labor, material, rental, subcontractor's work and any other incidentals have been paid in full and there
_ are no claims pending of which he has been notified.
11. PLANS TO CONTRACTOR
-- The contractor will be furnished with three (3) sets of plans. Should he desire more than three (3) sets, he
may buy them for $20.00 per complete set.
-- 12. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE
The contractor may bring his superintendent, foreman, sub-foreman, machine operators and sufficient key
men to manage his organization. All other skilled and unskilled labor used on the work, when qualified, fit
and available, shall be obtained first from residents within the City of Irving, Texas and second from
residents of Dallas County, Texas.
Attention is called to the fact that a minimum scale of wages to be paid to employees engaged in the work
under this contract does not release the contractor from compliance with any state wage law that may be
applicable. The contractor shall abide by the wage and hour laws of the state and must not pay less than
the rates prescribed.
13. TIME ALLOWED FOR CONSTRUCTION
The total time anticipated for the entire project is 240 calendar days. The total time anticipated for
Section 3B is 120 calendar days. The total time anticipated for Sections 2A & 2C is 120 calendar days.
Should the contractor require more or less time he shall so state in the proposal; otherwise, the time stated
above shall govern. Time is of the essence on this project and will be a consideration in determining the
successful bidder.
The contractor shall commence work and project time shall begin not more than 10 working days aRer the
work order has been issued. Work shall proceed as delineated in Section 01010 of these specifications.
' 14. SPECIAL INFORMATION - SALES TAX
Materials which are incorporated into or becomes pan of the project are exempt from sales tax. A
_ "separated contract" will be issued by the City of Irving which separates charges for material from charges
for labor. The Contractor is expected to execute a resale certificate instead of paying the sales tax at the
time of purchase. The City of Irving will issue an exemption certificate for the materials as long as they
_ are a part of the finished project.
If the Contractor does not issue a resale certificate, then the amount of sales tax must be included in the
prices quoted. No additional compensation, beyond the prices quoted, is due the Contractor for sales tax.
PROPOSAL
DATE: February 22, 1996
PROPOSAL OF J.C. Evans Construction Company
A CORPORATION ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF Texas
A PARTNERSHIP CONSISTING OF
AN INDIVIDUAL TRADING AS
TO: THE HONORABLE MAYOR AND CITY COUNCIL
CITY OF IRVING
IRVING, TEXAS
GENTLEMEN:
THE PURSUANT TO THE FOREGOING NOTICE TO BIDDERS, THE UNDERSIGNED BIDDER HEREBY
PROPOSES TO DO ALL THE WORK AND FURNISH ALL NECESSARY SUPERINTENDENCE, LABOR,
MACHINERY, EQUIPMENT, TOOLS AND MATERIALS, AND WHATEVER ELSE MAY BE NECESSARY TO
COMPLETE ALL THE WORK UPON WHICH HE BIDS, AS PROVIDED BY THE ATTACHED
SPECIFICATIONS AND SHOWN ON THE PLANS AND BINDS HIMSELF ON ACCEPTANCE OF HIS
PROPOSAL TO EXECUTE A CONTRACT AND BOND, ACCORDING TO THE ACCOMPANYING FORMS,
FOR PERFORMING AND COMPLETING TIlE SAID WORK WITHIN THE TIME STATED, AND
MAINTAINING SAME AS REQUIRED BY THE DETAILED SPECIFICATIONS FOR THE FOLLOWING
PRICES, TO-WIT.
BP-I
SPEC. NO.
DATE:
CITY OF IRVING
BID ITEM DESCRIPTION
FOR
DALLAS WATER SUPPLY LINE NO. 3
SECTIONS 3B, 2A & 2C
(Section 3B)
Material Labor
Item EstimatedUnit PriceUnit Price Unit Price Total Price
No. Quantity Unit Description and Price in Wordsin Figuresin Figuresin Figuresin Figures
1A 2,245 L.F. For Furnishing and Installing 60-Inch$265.00158.64106.36$594,925.00
Reinforced Concrete Cylinder Pipe
(E-301) Water Line by Open Cut
with specified Embedmerit, complete
in place, the sum of
Two Hundred Sixty-Five
Dollars
and No
Cents per Linear Foot. (15060)
2A 40 L.F. For Furnishing and Installing 60-Inch1,400.00304.591,095.4156,000.00
Reinforced Concrete Cylinder Pipe
(E-301) Water Line by Other Than
Open Cut, with Steel Encasemerit
Pipe (0.438-inch wall), complete in
place, the sum of
One Thousand Four Hundred
Dollars
and No
Cents per Linear Foot.
(02224), (02225)& (15060)
3A 185 L.F. For Furnishing and Installing 60oInch1,400.00319.641,080.36259,000.00
Reinforced Concrete Cylinder Pipe
(E-301) Water Line by Other Than
Open Cut, with Steel Eneasement
Pipe (0.875-inch wall), complete in
place, the sum of
One Thousand Four Hundred
Dollars
and NO
Cents per Linear Foot.
(02224), (02225) & (15060)
LBP-2
Material Labor
Item Estimated Unit Price Unit Price Unit Price Total Price
No. Quantity Unit Description and Price in Words m Figures in Figures in Figures in Figures
4A I Ea. For Furnishing and Installing 48-Inch 35,700.00 21,249.24 14,450.76 35,700.00
Butterfly Valve together with
Manhole and all Related
Appurtenances, complete in place,
the sum of
Thirty-Five Thousand
Seven Hundred Dollan
and No
Cents per Each. (15101)
5A I Ea. For ConsWucting 10-inch Blow-off 4,500.00 2,710.47 1,789.53 4,500.00
Valve with Manhole and all Related
Appurtenances, complete in place,
the sum of
Four Thousand Five Hundred
Dollan
and No
Cents per Each. (15087), & (15101)
6A I Ea. For Constructing 8-Inch Air and 6,500.00 4,700.82 1,799.18 6,500.00
Vacuum Release Valve with
Manhole and All Related
Appurtenances, complete in place,
the sum of
Six Thousand Five Hundred
Dollan
and No
Cents per Each. (15086), & ( 15101 )
7A 1 L.S.. For Furnishing and Installing 60" 3,000.00 2,390.00 610.00 3,000.00
RCCP Dished Head Plug designed
for Testing together with All Related
Appurtenances, complete in place,
the sum of
Three Thousand
Dollars
and No
Cents per Lump Sum. (15060)
8A 1 L.S. Remove, Salvage and Reconstruct 5,000.00 2,250.00 2,750.00 5,000.00
Existing Brick Sign, complete in
place, the sum of
Five Thousand
Dollars
and No
Cents per Lump Sum.
BP-3
Material Labor
Item Estimated Unit Price Unit Price Unit Price Total Price
No. Quantity Unit Description and Price in Words in Figures in Figures in Figures in Figures
9A 435 S.Y. For Removal and Replacement of 3.00 2.00 1.00 1,305.00
Existing Gravel Drive, complete in
place, the sum of
Three
Dollars
and No
Cents per Square Yard. (2600)
10A 205 L.F. For Removal and Replacement of 4.00 1.50 2.50 820.00
Barbed Wire Fence, complete in
place, the sum of
Four
Dollars
and No
Cents per Linear Foot.
IlA 42 L.F. For Removal and Replacement of 6.50 3.00 3.50 273.00
Hog Wire Fence, complete in place,
the sum of
Six
Dollars
and Fifty
Cents per Linear Foot.
12A 1 Ea. For Furnishing and Installing 500.00 150.00 350.00 500.00
Cathodic Test Station, as detailed in
Plans, complete in place, the sum of
Five Hundred
Dollars
alld No
Cents per Each.
13A 10 C.Y. For Furnishing and Installing Extra 20.00 11.09 8.91 200.00
Crushed Stone for Embedment, not
Called for on the Plans and Ordered
in Writing by the Owner, complete in
place, the sum of
Twenty
Dollars
and No
Cents per Cubic Yard. (02200)
BP4
Unit Material Labor
Item Estimated Price in Unit Price Unit Price Total Price
No. Quantity Unit Description and Price in Words Figures in Figures in Figures in Figures
14A 10 C.Y. For Furnishing and Installing Extra 100.00 56.00 44.00 1,000.00
2000 PSI Concrete for Embedment,
not called for on the Plans and
Ordered in Writing by the Owner,
complete in place, the sum of
One Hundred
Dollars
and NO
Cents per Cubic Yard. (03301)
15A 4,490 L.F. For Furnishing and Installing Erosion 2.00 1.05 0.95 8,980.00
Protection Devices, complete in
place, the sum of
TWO
Dollars
and No
Cents per Linear Foot.
16A 2,245 L.F. For Designing and Providing Trench 10.00 0.00 10.00 22,450.00
Safety Systems, complete in place,
the sum of
Ten
Dollars
and NO
Cents per Linear Foot. (02400)
TOTAL AMOUNT BID: (Schedule A - Items 1A Through 16A) $467,603.23 $532,549.77 $1,000,153.00
NOTE: Contractor shall furnish a breakdown of incorporated items costs and consumed & non-incorporated items for this
project.
The undersigned hereby proposes and agrees to perform all work of whatever nature required in strict accordance with the plans
and specifications, and to complete all items of work within One Hundred (100) calendar days after the issuance of a work
order, not to exceed One Hundred (100) calendar days for Schedule A.
BP-5
7' (Sections 2A & 2C)
,- Material Labor
Item Estimated Unit Price Unit Price Unit Price Total Price
No. Quantity Unit Description and Price in Words in Figures in Figures in Figures in Figures
B 2,665 L.F. For Furnishing and Installing 54-Inch $234.00 ,
Reinforced Concrete Cylinder Pipe
(E-301) Water Line by Open Cut,.
' with Class "F' Embedment,
complete in place, the sum of
Two Hundred Thirty-Four /
-- Dollars
and No
Cents per Linear Foot. (15060)
2B 40 L.F. For Furnishing and Installing 54-Inch 300.00 / 12,000.00
inforced Concrete Cylinder Pipe
_ 0E- 1) Water Line by Open Cut,
with ncrete Encasement, complete
in place, e sum of /
_ ee Hundred
Dollars
and
_ Cents per Linear F
(02200), (03301) & (1 O)
3B 150 L.F. For Furnishing and Installin -Inch 1,200.00 180,000.00
-- Reinforced Concrete Cyl' ipe
(E-301) by Other th ,
with Steel Encasem
_ inch wall), comp in place, the ~
SUm Of
One Tho d Two Hundred
_ __ __ Dollars
Ce per Linear Foot. ~
4B 130 L 54-Inch 500.00 65,000.00
Reinforced Concrete Cylinder Pipe ~
' (E-301) Water Line by Open Cut,
with Steel Encasement Pipe and
Class "H" Embedment, complete in
_ place, the sum of
Five Hundred ~
Dollars
__ and No
Cents per Linear Foot.
(02225) & (15060)
BP-6
Material Labor
Item Estimated Unit Price Unit Price Unit Price Total Price /
No. Quantity Unit Description and Price in Words m Figures in Figures in Figures in Figures
5B 1 Ea. For Furnishing and Installing 8-Inch 6,500.00 6,50~0
Air and Vacuum Release Valve /
together with all Related
· Appurtenances, complete in place,
the sum of
Six Thousand Five Hundred /
Dollars
and No
Cents per Each. (15086) & (15 101)
6B 3 Ea. For Furnishing and Installing 54-Inch 2,800.00 / 11,400.00
einforced Concrete Cylinder Pipe
d
bed Head Plug designe for
Tes together with all Related
App ances, complete in place,
the SllITI /
Two Th sand Eight Hundred
Dollars
and
Cents per Each. ( 15 0)
7B 1,430 S.Y. For Removal and Replace of 4:2.00 60,060.00
Existing Reinforced crete
Pavement, complete in e
sum of
Forry-T ~
Dollars
and
Cents per Sq e Yard.
8B 610 L.F. For Ful epth Saw-CuRing Existing 3.00 ~. 1,830.00
Rein ced Concrete Pavement,
co lete in place, the sum of
Three
Dollars .
Cents per Linear Foot.
9B 60 L F For Constructing 6-Inch Monolithic 9.00 5,400.00
the sum of ,
Nine
Dollars
and No
Cents per Linear Foot.
BP-7
Material Labor
Item Estimated Unit Price Unit Price Unit Price Total Price
No. Quantity Unit Description and Price in Words in Figures in Figures in Figures in Figures
10B 550 L.F. For Removal and Replacement of 42.00 23,10/
Existing 8-Inch Water Line, /
complete in place, the sum of
Forty-Two
Cents per Linear Foot. (15060)
lIB 4 E To Support Existing 10-Inch or 1,500.00 6,000.00
Smaller Sanitary Sewer Across /
ench, complete in place, the sum
O
Thousand Five Hundred
and No
Cents per Eac
To Support Exist 21 -Inch or 3,510.00
Smaller S!orm Sewer oss Trench
Corn
Seventy
and No
Cents per Each. ·
13B 160 L.F. For Removal d Replacement of 640.00
Barbed Wi Fence, complete in
place, the m of
Four
No
14B 10 .Y. For Furnishing and Installing Extra 12.00 ~ 120.00
Crushed Stone for Embedment, not
called for on the Plans and ordered in
writing by the Owner, complete in
place, the sum of
Twelve
Dollars
and No
Cents per Cubic Yard. (02200)
BP..8
Material Labor
Item Estimated Unit Price Unit Price Unit Price Total Price
No. Quantity Unit Description and Price in Words in Figures in Figures in Figures in Figures
15B 10 C.Y. For Furnishing and Installing Extra I00.00 1,00~
2000 PSI Concrete for Embedment, /
not called for on the Plans and
ordered in Writing by the Owner,
complete in place, the sum of
One Hundred
Dollars
and
. Cents per Cubic Yard. (03301)
16B I Ea. For Furnishing and Installing 500.00 / 500,00
athodic Test Station, as detailed in
, complete in place, the sum of
Five Hundred Dollars
17B 5,410 L.F. For Furnishing an stalling Erosion . 10,820.00
Protection Devices, complete in
place, the sum
ollars
and
Cents per Linear Foot.
18B 2,835 L.F. For Designing an oviding Trench ~ 28,350.00
Safety System complete in place,
the sum of
Ten
' Dollars
and No
ts per Linear Foot. (02400)
TOTAL AMOUNT : - ~ $1,036,840.00
NOTE: a breakdown of incorporated items costs and consumed & items for this
hereby proposes and agrees to perform all work of whatever nature required in strict accordance plans
specifications, and to complete all items of work within One Hundred (100) calendar days after the issuance
order, not to exceed One Hundred (100) calendar days for Schedule B.
BP -9
BID SLIMMARY SHEET
Schedule A: Amount Bid (Non-Taxable Material) $ 467,603.23
Amount Bid (Labor and Taxable Material) $ 532,549.77
TOTAL AMOUNT BID $ 1,000, 153.00
Schedule B: Amount Bid (Non-Taxable Material) $ /
Amount Bid (Labor and Taxable Material) $ ~
TOTAL AMOUNT BID $ ~ 1,036,840.00
Deduct for Award of Both Schedules A $ (5,000.00.)
NOTE: The Owner reserves the right to award contract(s) for this project to the lowest qualified bidder for
Schedule A or Schedule B alone, or to the lowest qualified bidder for both Schedules A and B minus the
deduct bid for award of both schedules. The Owner also reserves the fight to reject all bids submitted at
the Owner's discretion.
............................................... BP-IO ................
All vendors are required to submit at least three (3) references, with contact names and telephone numbers with bid.
'
Organization Contact Person Telephone #
Aside from price, the City of Irving's Water Utilities will be evaluating the proposals based on the five criterion
below.
(1) Checking at least three references that are required to be supplied (City form Attached).
(2) Reviewing the Dunn and Bradstreet report.
(3) Warranty period for materials supplied.
(4) Time frame for completion of work.
(5) Any other information Water Utilities finds appropriate.
BP- 11
THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK WITHrN TEN (10) DAYS AFTER THE
DATE OF WRITTEN NOTICE TO COMMENCE WORK, AND TO SUBSTANTIALLY COMPLETE THE
WORK ON WHICH HE HAS BID WITHIN QNE HUNDRED (100) CALENDAR DAYS AS PROVIDED IN THE
GENERAL CONDITIONS OF AGREEMENT.
ENCLOSED WITH THIS PROPOSAL IS A CAE.u2~EP,'S OP, CEP,~F!ED C,Lm,,_CK FOR
($ ) DOLLARS, OR A
PROPOSAL BOND IN THE SUM OF Five Percent of Greatest Amount of Bid
( .5% G.A.B. ] DOLLARS, WHICH IT IS AGREED SHALL BE COLLECTED AND RETAINED BY
THE OWNER AS LIQUIDATED DAMAGES IN THE EVENT TIllS PROPOSAL IS ACCEPTED BY THE
OWNER WITHIN SIXTY (60) DAYS AFTER THE DATE ADVERTISED FOR THE RECEPTION OF BIDS AND
THE UNDERSIGNED FAILS TO EXECUTE THE CONTRACT AND THE REQUIRED BOND WITH THE
OWNER, UNDER THE CONDITIONS .HEREOF, WITHIN FIVE (5) DAYS AFTER THE DATE SAID
PROPOSAL IS ACCEPTED; OTHERWISE, SAID CHECK OR BOND SHALL BE RETURNED TO THE
UNDERSIGNED UPON DEMAND.
THE UNDERSIGNED HEREBY DECLARES THAT HE HAS VISITED THE SITE AND HAS CAREFULLY
EXAMINED THE CONTRACT DOCUMENTS RELATIVE TO THE WORK COVERED BY THE ABOVE BID.
RESPECTFULLY SUBMITTED:
J. C. Evans Construction Company
3900 Valley View Drive
Irving, Texas 75062
BY:
SEAL - IF BIDDER A CORPORATION
BP-12
EXPERIENCE RECORD
NOTE: THIS FORM MUST BE COMPLETED BY ALL BIDDERS HAVING NO PREVIOUS CONTRACT
EXPERIENCE WITH TItE CITY OF IRVING.
List of projects bidder ha~ successfully completed:
Amount of
Contract Award . Type of Work Date Accepted Name and Address of Owner ..
List of projects bidder is not engaged in completing:
Amount of
Contract Award Type of Work Date Accepted Name and Address of Owner
List of Surety Bonds in force on the above uneompleted work:
'Xmount of Contract Award Amount of Bond Name of Surety Company
Acknowledgment on next page must be filled in.
p .................................... BP-13
EXPERIENCE RECORD CONTINUED
a partner
Submitted by: an individual
a corporation
with principal office at
TO BE FILLED IN BY CORPORATION: TO BE FILLED IN BY PARTNERSHIPS:
Date Incorporated Date Formed
Under the Laws of State whether partnership is
(State) general limited or associated.
Executive Officer
List of Members:
State of
County of
. . , being duly sworn, deposes and says
that he is the of
(Title) (Name of Organization)
and that the answers to the foregoing questions on the attached forms and all statements herein are true and correct;
that the experience record is made a part of this affidavit as through written in full herein, and all statements and
answers to questions given in the above mentioned experience record are true and correct.
Sworn to before me this day of 19
Notary Public
My Commission Expires:
(Seal)
BP-14
PART C: CONTRACTS AND BONDS
NOTICE
The following blank spaces in the contract are not to be filled in by the bidder at
the time of submittinB his proposal. The contract and bond forms are submitted at
this time to familiarize the bidder with the form of contracts and bonds that the
· successful bidder will be required to execute.
the ENGINEER, together with the CONTRACTOR written Proposal, the General Conditions of
Agreement, and the Performance and Payment Bonds hereto attached; all of which are made part
hereof collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within ten (10) days attcr the date
written notice to do so shall have been given to him, and to substantially complete the same within
- One Hundred (100) (calendar) (~hiet) days alter the date of written notice to commence work,
subject to such extensions of time as are provided by the General and Special Conditions.
- The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the
proposal, which forms part of this contract, such payments to be subject to the General Provisions and
Technical and Special Provisions of the contract.
'
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year
and day first above written.
i'
~' City of Irving, Texas J.C. Evans Construction Co.
Party'~'tlie ' (Owner) Par~~itor)
' ATTE :~4~ ~~ ATTEST: ·
" SF - 2
IL
CORPORATE ACKNOWLEDGMENT
THE STATE O~ §
COUNTY OF §
BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on
this day personally appeared:
(P~t Title)
whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the
.ct of t~e ~d J.C. EVANS CONSTRUCTION CO., INC. . . corpo,~tio,~ th.t he ~ du~y
authorized to perform the same by appropriate resolution of the board of directors of such corporation
and that hc executed the same as the act of such corporation for the purposes and consideration therein
expressed, and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this the 28 day of
March, A.D., 1996. ,
Notary Public
My omTission ir~s:
C ~'//~/~
i
SF - 3
PERFoRMANcE BOND
BOND NO. 15657968
STATE OF TEXAS
COUNTY OF Travis . §
' KNOW ALL PERSONS BY THESE PRESENTS:
That j. C. Evans Construction Co.~ .Inc. of~e
City Of Iv-v-i,~ County of Dallas , and
State of T,.,~,,- .. . as principal, and United States F-ldel'lCy and .'
~,,~,-.~,,-,, c.~,.,,~.,.,,, authorized under the laws of the State of
Texas t6 act as sijrety on bonds for principals, are held and firmly bound unto the
.City of ~=vin~, Po sox ~522.88,* (Owner), in the penal sum of o~e ~illion O~e
~undred Fifty-Three Dollars
($.1~ooo~ 153.oo ) for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns.
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract with
the Owner, dated the 22nd day Of February . , 19 96., tO which
contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform the said Contract and shall in all
respects duly and faithfully observe and perform all and singular the covenants,
conditions and agreements in and by said contract agreed and covenanted by the
Principal to be observed and performed, and according. to the true intent and meaning
Qf said Contract and the Plans and Specifications hereto annexed, then this obligation
shall be void; otherwise to remain in full force and effect:
'PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Chapter 2253 of the Texas Government Code for Public Works or Article
5427d for Private Work* of the Revised Civil Statutes of Texas as amended and all
liabilities on this bond shall be determined in accordance with the provisions of said
Chapter or Article to the same extent as if it were copied at length herein.°
*Not applicable for federal work. See "The Miller Act,' 40 U.S.C. §270.
*Mailing address: Irving, TX 75015-2288
Job is: Dallas Water Supply Line No. 3 - Schedule "A" (Section 3B)
p PB-1
Surety, for value received, stipulates and agrees that no change,
· extension of time, alteration or addition to the terms of the contract, or to the work
performed thereunder, or the plans, sped~cations, or drawings accompanying the
same, shall in any way affect its obligation on this Performance Bond, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the
terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 28chL day of ..Ma=ch ,1996.. ..
J, C, Evans Construction Co,, Inc~ United S~aCes Fidelity and Guaranty ,'
Company
Principal Surety
J~hn '4. WaSne:L4J
Title ' J~ · Title,Attorney-in-Face
Address 3900 Valley View T.N Address %P'[tCs, Rolling, Schnell &
Wagner
Zrvins~, TX 75062 PO Box 2291
Anal--in. q'X 78768
;l'he name and address of the Resident Agent of Surety is:
Pitts, Rolling, Schnell & Wagner
PO Box 22911 Austin~ TX 78768
PB-2
BOND NO._ 15657968
t' STATE OF TEXAS §
COUNTY OF ~=avis _ §
KNOW ALL PERSONS BY THESE PRESENTS:
It' That J. C. Construction Co., Inc. . of the
City Of Irv:Ln~ ........ County of Dallas , and
State o~' ~exas , as principal, and Un:l. ted St:aces F:Ldeiity
C,,~,-,~,,:,- ~,,~,,,,~,, authorized under the laws of the State of
Texas to act as surety on bonds for principals, are held and firmly bound unto the
.'~1- City of Irv~n,. 1>O Box ]_522~t.* (Owner), in the penal sum of
~gndr~ ~'ift'v-'llt~ee ................ Dollars
($ I ,oo0,153.oo ) for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
Ii!L WHEREAS, the Principal has entered into a certain written contract with
the Owner, dated the 22ad day of Februa~7 ,19 96 , tO
which control is hereby referred to and made part hereof as fully and to the same extent
IIIL as if copied at length herein.
iIII NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosecution of the work provided for in said contract, then, this
ill. obligation shall be void; otherwise to remain in full force and effect:
-- PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Chapter 2253 of the Texas Government Code as amended and all
liabilities on this bond shall be determined in accordance with the provisions of said
Chapter to the same extent as if it were copied at length herein.'
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the work
performed thereunder, or the plans, specifications, or drawings accompanying the
same, shall in any way affect its obligation on this bond, and it does hereby waive
notice of any such change, extension of time, alteration or addition to the terms of the
contract, or to the work to be performed thereunder.
· Mailing Address: Irving, TX 75015-2288
Job is: Dallas Water Supply Line No. 3 - Schedule "A" (Section 3B)
PB-3
I' IN WITNESS WHEREOF. the said Principal and Surety have signed and
sealed this instrument this 28th , day of March . .19 96 .
t' .
J. C. Eva~ ~onscrUCCigxl Co.. ~nc. United Rr-~r~.~ F~d,=l~rv ~,na ~,,~r~.~v
Company
~ Pdndpal SureW
,t · ~ ,'.~ ' ~tle ACto~ev-tn-Fa~t
Address 3900 Valley View ~ Address %Pltts. Rollin~. Schnel] & ~a~er
~ T~4ng.. ~ 7~? pfi Rnv 9991
~ _ Austin, ~ 78768 ..
The name and address of the Resident Agent of Suretyis:
Pl.tts ~ Rollin~, Schnell & WaKner .,
pO Box 2291. Au~t~n. TX 7R76R
-1
1
I PB-4
MAINTENANCE BOND
Bond #15657968
~ STATE OF TEXAS §
§ KNOW ALL MEN BY T!:YF~SE PRESENTS:
COUNTY OF DAIJ. AS §
THAT J.C.' Evans Construction Co., Inc. , PRINCIPAL
AND Unitad ~ta~-~ ~idelity and ~,,,aran~y Carnp~ny , A CORPORA~O~S ORGANIZED
UNDER THE LAWS OF Maryland . , AS SURETIES, DO HEREBY
EXPRESSLY ACKNOWLEDGE THEMSELVES TO BE HELD AND BOUND TO PAY UNTO THE CITY
OF IRV~qG, A MUNICIPAL CORPORATION, CHARTERED BY VIRTUE OF A SPECIAL ACT OF
LEGISLATURE OF THE STATE OF TEXAS, AT IRVING, DALLAS COUNTY, TEXAS, THE SUM OF
One Hill ion One Hundred Fif~y-Three .... - .... DOLLARS
($1,000.,153-00 ), FOR, THE PAYMENT OF WHICH SUM WILL TRULY BE MADE UNTO SAID
CITY OF IRVING, AND ITS SUCCESSORS, AND SAID PRINCIPAL AND SURETIES DO HEREBY
BIND THEMSELVES, THEIR ASSIGNS AND SUCCESSORS JOINTLY AND SEVERAI-I-Y.
'I}HS OBLIGATION IS CONDITIONED; HOWEVER, THAT WHEREAS, THE SAD J.C.
Evans Construci:ion Co. t Inc. ' .
HAS THIS DAY ENTERED INTO A WRITTEN CONTRACT WITH THE SAID CITY OF IRVING TO
BUILD AND CONSTRUCT Dallas Water Supply Line No. 3 - Schedule "A" (Section 3B) WHICH
CONTRACT AND THE PLANS AND SPECIFICATIONS THEREIN MENTIOn, ADOPTED BY THE
CITY OF IRVING ARE HEREBY EXPRESSLY MADE A PART THEREOF AS THOUGH THE SAME
WERE WRITTEN EMBODIED HEREIN.
WHEREAS, UNDER THE PLANS, SPECIFICATIONS, AND CONTRACT,. IT IS PROVIDED THAT
THE CONTRACTOR WILL MAINTAIN AND KEEP IN GOOD REPAIR, THE WORK HEREIN
CONTRACTED TO BE DONE AND PERFORMED, FOR A PERIOD OF ONE (1) YEAR FROM THE
DATE OF THE ACCEPTANCE OF SAID WORK, AND TO DO ALL NECESSARY REPAIRING AND/OK
RECONSTRUCTENG IN WHOLE OK IN PART OF SAID-IMPROVEMENTS THAT SHOULD BE
OCCASIONED BY SETTLEMENT OF FOUNDATION, DEFECTIVE WORKMANSHIP OK MATERIALS
FURNISHED IN THE CONSTRUCTION OR ANY PART THEREOF OR ANY OF THE ACCESSORIES
T~rIERETO CONSTRUCTED BY THE CONTRACTOIL IT BEING UNDERSTOOD THAT THE PURPOSE
OF THIS SECTION IS TO COVER ALL DEFECTIVE CONDITIONS ARISING BY REASON OF
DEFECTIVE MATERIAL AND CHARGE THE SAME AGAINST THE SAD CONTRACTOR, AND
SURETIES ON THIS OBLIGATION, AND THE SAID CONTRACTOR SURETIES HEREON SHALL BE
SUBJECT TO THE LIQUIDATION DAMAGES MENTIONED IN SAID CONTRACT FOR EACH DAY'S
FAILURE ON ITS' PART TO COMPLY WITH THE TERMS OF SAD PROVISIONS OF SAD
CONTRACT. NOW, THEREFORE, IF THE SAID CONTRACTOR SHALL KEEP AND PERFORM ITS'
SAID AGREEMENT TO MAINTAIN SAID WORK AND KEEP THE SAME IN REPAIR FOR THE SAID
MAINTENANCE PERIOD OF ONE (1) YEAR, AS PROVIDED, THEN THESE PRESENTS SHALL BE
NULL AND VOID, AND HAVE NOT FURTHER EFFECT, BUT IF DEFAULT SHALL BE MADE BY
SAID CONTRACTOR IN THE PERFORMANCE OF ITS' CONTRACT TO SO MAINTAIN AND REPAIR
SAID WORK, THEN THESE PRESENTS SHALL HAVE FULL FORCE AND EFFECT, AND SAD CITY
OF IRVING SHALL HAVE AND RECOVER FROM THE SAD CONTRACTOR AND ITS' PRINCIPAL
AND SURETIES DAMAGES IN THE PREMISES, AS PROVIDED; AND IT IS FLIRTHER AGREED THAT
THIS OBLIGATION SHALL BE CONTINUING ONE AGAINST THE PRINCIPAL AND SURETIES,
HEREON, AND THAT SUCCESSIVE RECOVERIES MAY BE AND HAD HEREON FOR SUCCESSIVE
BRANCHES UNTIL THE FULL AMOUNT SHALL HAVE BEEN EXHAUSTED; AND IT IS FURTHER
UNDERSTOOD THAT THE OBLIGAIION HERE/N TO MAINTAIN SAID WORK SHALL CONT~qUE
THROUGHOUT SAID MAINTENANCE PER/OD, AND THE SAME SHALL NOT BE CHANGED,
D~V~NISHED OK Rq ANY MANNEK AFFECTED FROM ANY CAUSE DDIING SAID TIME.
I]~ ~rI'N'~SS TI.-]~R~OF, SAI]:) J. C. Evans Construction Co., Inc.
~S CAUSED ~SE P~S~ TO BE E~C~ BY
~~ S~ United States Fidelity and Guaranty Company ....
~S CAUSED ~SE P~~ TO BE E~C~ BY ~S' A~O~Y ~ FA~ ~ ~ S~
A~O~Y ~ FA~, John W. ~a~e r
~S ~~O SET ~S ~, ~ 28th ...DAY OF March 19 96 .
Comply Q
J~n W. Wa~e~
~C~T~Y
NOTE: DATE OF MAINTENANCE BOND MUST NOT BE PRIOR TO DATE OF CONTRACT.
1266533
UNITED STATES FIDELITY AND GUARANTY COIV!PANY
power of attorney (~ I1 ~ F+lr
NO. 107860
William H. ~iCts, ~r., Hotman ~. Ro~lin~, John V. bYa~ner, James O. S~hne~l and Rose
~iarie Bor~skie
oftMCa~d Austin .sumof Texas immasdba~Amm~s)-M-Fm,~bistlm~mgama
(~ ~..-~ ...... . ~ "
(~ ~ ........... ~~'~
, . ~ .....~. '~~
~o~ ~ ~ ~ ~ ~as m f~h ~, ~ ~h
~L~, ~ A~s~i~Fm ~ Mve ~e ~ ~ ~, ~ ~ mvok~ ~, ~ ~ ~, ~ m ~ m~ ~ I~
of ~ ~r ofA~ i~ to ~ to ~e ~ &livff ou b~of ~ ~y ~ ~ ~ ~ ~ of~ ~y m ~y ~ ~ b~s ~ u~
~~er~gd~m~e~oftk~.
Paul D. Sims .n~~ofb~ ~A~,D~
i~U cU. a~ e~mo m ~ had md
of , ~ ·
.............................................
A~t
~ 3 (!~92)
USF&G
INSURANCIE
~1. IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P 0 Box 149104
Austin, Texas 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a
claim you should contact the agent or the company first. If
.the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a
part or condition of the attached document.
: · 8~ West ~ing Boulev~d
:. · ' ~g, Texas 750~.
[ssued To: , CITY OF IRVING
· .",.~,~,-.
Ad~ess: 'D~ector of Public Worh
· . '., ,'P. 0. Box 152288
~g, Tex~ 75015-2288
~IS IS TO CER~ to the D~tor of ~bHc Works that ~e foHo~ng po~ci~ of ~s~e, subj~t
to ~e~ te~s, condi~ons and exclusion, have ~n issu~
~low for ~e ~ of o~ta~ons and at ~e l~a~ons de~ he~ It ~ understo~ ~ a~ that
none of ~e ~ci~ ref~enc~ herein ~ ~ c~ce!~, chugS, "~uc~ ~ coverage, or ~ow~ to
~ exp~ ~i~out at l~t ~ (30) days advice ~n nonce by ~~ ~ to the D~tor of ~bHc
Wor~ at ~e a~ve ad~ess, ~ :..
Name of ~s~: J. c. Evans
~ C~ OF ~G h~ ~n n~ ~ addi~on~ ~s~ by B endot~ment m ~e cov~ag~, o~er
· an W0rker's Compassion ~d Emplo~t's ~b~, ~s~ h~ ~ teg~d to ~e ~s~'s ~vi~
' under'~s proj~t ~ ~ p~~ ~g ~om ~e coverag~ he~h s~
~s~. ~e coverages provid~ he~h ~ ~ p~ ~ no~on~buto~ wi~ ~y o~ ~s~ce
' ~~ by ~e CiW of ~g hcl~hg ~-~c~
2..- AdZes of hs~: ~ q Box 96~7e Austln~ TX 787~
.~
3. ~ *Stores of hs~ed: Co~oradon~ Pn~s~p~ h~vidu~ " (O~er)~
4. ~adon of ~eradons (~oj~t) Cover~: Sandy Lake Rd. & H~r~hur, Coooell. TX
, . . Schedule Ae Section 3B
5, Deception of ~rafions (~oj~t) Cover~: construction of Dallas Water Supply
~ Line No, 3
Comply ~ A st. Paul Guardian Ins. Co. · ~09~00198
.
. ' ....Comp~y~tB st. Paul ~ Guardian Ins. Co. ...~O~10Ol~81
Compmy~rC st. Paul Guardian Ins. Co. ~09100198
Comp~y~D st. Paul Guardian,.IBs, G~, -.' ~A9104627
Comply ~Uer E.
· INSURANCE POLICIES IN FORCE
' INSURANCE AffORDED ONLY FOR HAZARDS INDICATED BY (X) I
' D b| FJ~pio)~'0 ~ '
A ~c:~=:~b~ ~09~00198 F~: ~0/X/95
~~~ 11 .~ ..... ' .... ~ ~;-;
,~.S: ~~ q ~ 00O
:.;;: ~~.~ · 'r. ~ .']" :' · h.-'; ' :: ,. 'j ~ ~ ", -) (;.:. , ~
L .... ~ll~xim " l' "~" ' ~ ' ' ';: ' ': ' ~ -." '" : I ".. ';:: .
..... ~~ L - v,. .: ~,..E
,: , ~~~, = -, .~'.:: .... ,,' ..,:
~ iX~ " "i: ' 1 -...
l~ l~ ~ X ::
- I
~A~ ~ ~ :(...~ T~10/1/96
i C (*)h~ ~.~ s IUeOOO ~09100198 Fm:lO/1/95
u~k F~ X ~ I 10.000
-- ~Um~IiF~ __ . ,:. T0:10/1/96
C~ ~D~ONAL ~$~ X '
~ ~ NAMED ~S~ To:
C~ L~ili~
Subject to poli~ te~ conditions ~ ~cl~ ~ ~ ~ili~ ~v~ge is provided u follows:
~ Only for liabili~ ~ by ~e !~ ~ M C~m ~ ~ Ci~ of IninB for ~e o~ntions d~d~d begin.
__ ~ All ConInca ~e~ ~c I~ ~ ~ C~ of~
P1tts & Associaten, Znc. P 0 Box 229~, Auntin, ~X 78768
Muc~ Address
'~ ~ ~ ~ ~ 3-27-96
Au~ofiz~ ReprOve
On this 27thday of March , 19 96 ~ly ~ ~iZlinm H. PitCa, 2~. ,~ au~oHzcd
' reprucnmtivc of St. Paul Ins, Cos, ~ ~ ~ ~ ~ ~e ~ wM~ nmc is sub~dbcd to the forcgoinI inkmeat ~d
acknowl~gcd to mc ~M he~c cxm~ ~ m f~ ~ m of provial ~ ~ [nsuM is covcr~ by the polici~ of insumce
indicated ~ove. - .... '.
., .,~ ..,,.,:.~,,. , .
My Commition ~pim: 7/03/97 ' ~" ' ~:
~~/~;U~.~ O~ ' No~ Pdblic !n ~d For t~ State of Tcxu
~ ~T "'
/ 739~
· COMMERCIAL GENERAL
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
AMENDMENT--AGGREGATE LIMITS OF INSURAN(-
(PER PROJECT)
This endorsement modifies insurance provided under the fOllOwing:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
The General Aggregate Limit under LIMITS OF INSURANCE (SECTION lID applies se13arately to ea<
projects away from I:>remises ovw~sd by Or tentee] to you.
INSURED: J.C. Evans Construction Co., Inc.
EFFECTIVE: 3/27/96 - 10/01/96
POLICY #: KK09100!98
REFERENCE: As Specified by Contracts for the City of Irving
· ISSUED: 4/19/96
AGENT; Pitts & Associates, Inc.
~ CG 25 03 ~1 85 Cooyr,gnt. Insurance _Services Office. Inc.. 198z~
** TOTAL F
AFFIDAVIT RE PROVISION OF INSURANCE
I have discussed the insurance requirements of this project with my insurance
, provider and have supplied them with the portion of the Instructions for Bidders that
'- contains the insurance specification. My insurance provider has agreed to complete the
"Standard Certificate of Insurance Form for the City of Irving" without modification and
~' to provide the coverages required by the insurance specifications without substitutions. I
understand that a failure to provide the insurance coverages required, and proof of same
~ on an unmodi~ed "Standard Certificate of Insurance Form for the City of Irving" is
grounds for rejecting my bid.
CONTRACTOR
BY
NAME
TITLE
INDEMNIFICATION BY CONTRACTOR
Connctor indudini'deims act
t l ere solely
i: '
/
's ·: *' ~tSd~'as"sent o ~aaeon~'
of another pm*son m' entity.
,, ~mdetim~ atits m/ on bd~f of C:.ty and in t~
' ' indemn~fion agreement that will be pdmnry and nonco/ttn'butory u to any insurance
!~.~.maintained by the City for its own benetit, includittg self-insurance. In addition,
· ! -CmmyaCtor. shall obtain and file with City · City oflrvin~ Standard Certt~c~te oflnsurmtce
!'j
- ; .
., - ·
_ CONTRACTOR'S CERTIFICATION OF
WORKERS' COMPENSATION
..... ~ ~ ~ ~ ~~on ~ i~ on ~
--~E: ¢ -~ - DA~:
On this 28 day of March, 1996, personally appeared Joe Bland an authorized representative of
J.C. EVANS CONSTRUCTION CO., INC.I
I
I
I
W&! .
INDEMNIFICATION BY CONTRACTOR
City shall not be liable or responsible for, and shall be saved and held harrnlesa by
Contractor from and against any and all suits, actions, losses, damages, claims, or liability
..- of any character, type, or description, including all expenses of litigation, court costs, and
' attorney's fees for injury or death to any person, or injury to any property, received or
sustained by any person or persons or property. arising out of, or occasioned by, directly
~-- or indirectly, the performance of Contractor under this agreement, including claims and
i damages arising in part from the negligence of City, without; however, waiving any
governmental immunity available to the City under Texas law and without waiving any
!- defenses of the parties under Texas law. The provisions of this indemnification are solely
for the benefit of the parties hereto and not intended to create or grant any fights,
.- contractual or otherwise. to any other person or entity.
It is the expressed intent of the parties to this Agreement that the indemnity provided for
in this section is an indemnity extended by Contractor to indemnify and protect City from
the consequences of City's own negligence, provided, however, that the indemnity
provided for in this section shah apply only when the negligent act of City is a contributory
cause of the resultant injury, death, or damage, and shah have no application when the
negligent act of City is the sole cause of the resultant injury, death, or damage, unmixed
with the legal fault of another person or entity.
Contractor further agrees to defend, at its own expense, and on behalf of City and in the
name of City, any 'claim or litigation brought in connection with any such injury, death, or
damage.
The Contractor will secure and maintain Contractual Liability insurance to cover this
! indemnification agreement that will be primary and noncontributory as to any insurance
maintained by the City for its own benefit, including serf-insurance. In addition,
Contractor shall obtain and file with City a City of Irving Standard Certificate of Insurance
L evidencing the required coverage.
L SIGNATURE
NAME
L
~
CONTRACTOR'S CERTIFICATION OF
WORKERS' COMPENSATION
-- I, an authorized representative of
do certify that the workers' compensation policy on the
"Standard Certificate of Insurance Form for the City of Irving", meets all current Texas state laws and
' requirements.
BY: ADDRESS:
TITLE: DATE:
On this day of ,19 , personally appeared
an authorized representative of
known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged
to me that he/she executed the same for the purpose of certifying that the Insured is covered by
workers' compensation in accordance with current Texas state laws.
-- My Commission Expires:
Notary Public In and For the State of Texas
WC-I
PART G
- GENERAL PROVISIONS
AND
- REQUIREMENTS
{Revised 10-27-q~)
TABLE OF CONTENTS
PART G - GENERAL PROVISIONS AND REQUIREMENTS
G.1. - Definitions of Terms and Abbreviations
G.I.I. Definition of Terms
G.2.1. Abbreviations
G.2. - Proposal Requirements and Conditions
' G.2.1. Proposal Form
G.2.2. Quantities in Proposal Form
-- G.2.3. Examination of Plans, Specifications and Site of the Work
G.2.4. Preparation of Proposal
-- G.2.5. Proposal Guaranty
G.2.6. Filing Proposals
_ G.2.7. Withdrawing Proposals
G.2.8. Opening Proposals
G.2.9. Irregular Proposals
G.2.10. Rejection of Proposals
G.2.11. Disqualification of Bidders
G.3. - Award and Execution of Contract
~ G.3.1. Consideration of Contract
G .3.2. Award of Contract
-- G.3.3. Return of Proposal Guaranty
G.3.4. Surety Bonds
_ (A) Construction Bond or Performance Bond
(B) Payment Bond
.- (C) Maintenance Bond
(D) Other Bonds
Sureties
G.3.5. Execution of Contract
G.3.6. Failure to Execute Contract
G.4. - Scope of Work
-- G.4.1. Intent of Plans and Specifications
G.4.1.1. "or Equal" Clause
~ TC - !
(Rcvlsed 10-2'7-q2~,
G.4.2. Special Provisions
G.4.3. Increased or Decreased Quantities
G.4.4. Alteration of Plans and Specifications
G.4.5. Extra Work
G.4.6. Final Clean-Up
G.5. - Control of the Work and Materials
G.5.1. Engineer's Authority and Duty
G.5.2. Superintendence and Inspection
G.5.3. Contractor's Duty and Superintendence
G.5.4. Contractor's Understanding
G.5.5. Character of Workmen
G.5.6. Contractor's Building
G.5.7. Sanitation
G.5.8. Shop Drawings
G.5.9. Preliminary Approval
G.5.10. Defects and Their Remedies
G.5.11. Changes and Alterations
G.5.12. Conformity with Plans
G.5.13. Existing Structures
G.5.14. Coordination of Plans, Specifications, Proposals and Special Provisions
G.5.15. Source and Supply of Materials
G.5.16. Samples and Tests of Material
G.5.17. Storage of Materials
G.5.18. Inspection
G.5.19. Removal of Defective and Unauthorized Work
G.5.20. Final Inspection
G.6. - Legal Relations and Public Responsibility
G.6.05. Arbitration
G.6.1. Law and Ordinances
G.6.2. Permits and Licenses
G.6.3. Protection Against Royalties or Patented Invention
G.6.4. Public Convenience and Safety
G.6.5. Privileges of Contractor in Streets, Alleys and Right-of-Way
G.6.6. Railway Crossings
G.6.7. Barricades, Lights and Watchman
TC - 2
G.6.8, Use of Explosives
' G.6.9. Protection and Restoration of Property
G.6.10. Responsibility of Damage Claims
" G.6.11. Contractoes Claim for Damages
G.6.12. Public Utilities and Other Property to be Changed
-- G.6.13. Temporary Sewer and Drain Connections
G.6.14. Arrangement and Charge for Water Furnished by the City
.- G.6.15. Use of Fire Hydrants
G.6.16. Use of a Section or Portion of the Work
G.6.17. Contractor's Responsibility for the Work
G.6.18. Contractor's Insurance
G.7. - Prosecution and Progress
G.7.1. Assignment and Subletting
' G.7.2. Prosecution of the Work
G.7.3. Limitation of Operations
-- G.7.4. Time and Order of Completion
G.7.5. Extension of Time
~ G.7.6. Hindrances and Delays
G.7.7. Failure to Complete on Time
_ G.7.8. Suspension by Court Order
G.7.9. Temporary Suspensions
G.7.10. Abandonment by Contractor
G.7.11. Termination of Contract
~ G.8. - Measurements and Payments
G.8.1. Quantities and Measurements
~ G.8.2. Estimated Quantities
G.8.3. Unit Price Materials
-- G.8.4. Unit Price Labor
G.8.5. Total Unit Price
_ G.8.6. Partial Payment
G.8.7. Final Completion and Acceptance
G.8.8. Final Payment
G.8.9. Payments Withheld
G.8.10. Delayed Payments
G.8.11. Time Filing Claims
TC - 3
Part G - General Provisions and Requirements
Section G.I. - Definition of Terms and Abbreviations
G.!.I. Definition of Terms: Wherever the words, forms or phrases defined herein or pronouns used in their
place occur in these specifications, in the contract, in the bonds, in the advertisement, or any other
document or instrument herein contemplated, or to which these specifications apply or may apply.
the intent and meaning shall be interpreted as follows:
~: All of the legal publications pertaining to the work contemplated under the contract.
Bidder: Any person, persons, partnership, company, firm associations, or corporation acting directly
or through a duly authorized representative submitting a proposal for the work contemplated.
Ci_ty: The City of Irving, Texas, a Municipal Corporation, acting by and through (a) its governing
body, (b) its Mayor, or (c) its City Manager, each of whom is required by charter to perform specific
duties.
City_ Attorney: The City Attorney of the City of Irving, Texas, or his duly authorized assistants or
agents.
City Council: The City Council of the City of Irving, Texas.
C~: The City Manager of the City of Irving, Texas.
City Secreta_ry: The City Secretary of the City of Irving, Texas or his duly Authorized assistants or
agents.
Contract: The contract shall consist of the Notice to Contractors (advertisement), Special Provisions,
(Instructions to Bidders), Proposals, Signed Agreement, Performance Bonds, General Provisions and
Requirements, Technical Specifications, Plans and all modifications thereof incorporated in any of
the documents before the execution of the Agreement.
The Contract Documents are complementary, and what is called for shall be as binding as if called
for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall
be in the following order:
Signed Agreement, Performance Bond, Payment Bond, Maintenance Bond, Special Bond (if any),
Proposal, Special Provisions, Notice to Contractor, Technical Specifications, Plans, and General
Provisions and Requirements.
Contractor: The person, persons, partnership, company, firm association or corporation entering into
contract for the execution of work, acting directly or through a duly authorized representative.
Director of Public Works: The Director of Public Works of the City of Irving, Texas, or his duly
authorized assistants or agents.
E_ng[B.e~a:: The word "Engineer" shall be understood as referring to the Director of Public Works.
Extra Work: The term extra work as used in this contract shall bc understood to mean and include
all work that may be rcquircd by the Enginccr or City to be donc by the Contractor to accomplish
any changes, alterations, addition of the work shown on the plans, or reasonably implied by the
specifications, and not covered by the Contractor's proposal, except as provided under "Changes and
Alterations," herein.
Mainteqance Bond: The approved form of security furnished by the Contractor and its surety as a
guarantee of good faith on the part of the Contractor to correct any discrepancy which may arise as a
result due to faulty maintenance or workmanship for a period of one (1) year from final acceptance
of the work as provided herein.
Mayor: The Mayor of the City of Irving.
Payment Bond: The approved form of security furnished by the Contractor and his surety as a
guarantee for the protection of all claimants supplying labor and material in the prosecution of the
work provided in the contract.
Performance Bond: The approved form of security furnished by the Contractor and his surety as a
guarantee of good faith on the part of the Contractor to execute the work in accordance with the
plans, specifications and terms of the contract.
Plan or Plans: All the drawings pertaining to the contract and made a part thereof, including such
supplementary drawings or addenda as the Engineer may issue in order to clarify other drawings, or
for the purpose of showing changes in the work hereina~er authorized, or for showing details not
shown thereon.
Proposal: The written statement or statements duly filed with the City Secretary of the person.
persons, partnership, company, firm association or corporation proposing to do the work
contemplated, including all approved forms on which the formal bids for the work are to be
prepared.
Special Provisions: The special clauses setting forth conditions or requirements peculiar to the
specific project involved, supplementing the Standard Specifications, and taking precedence over
any conditions or requirements of the Standard Specifications with which they are in conflict.
Specifications: The Directions, Provisions, and Requirements as set forth in the Texas Highway
Department 1972 Standards for Construction of Highways, Streets, and Bridges, together with the
Special Provisions supplemental hereto, pertaining to the method and manner of performing the
work or to the qualities or quantities of the materials to be furnished under the contract.
Subcontractor: The term subcontractor, as employed herein, includes only those having a direct
contract with the Contractor, and it includes one who furnished material ~orked to a special design
according to the plans or specifications of this work, but does not include one who merely furnished
material not so worked.
Substantially Completed: By the term "Substantially Completed" is meant the structure has been
made suitable for use or occupancy or the facility is in condition to service its intended purpose, but
still may require minor miscellaneous work and adjustment.
Sureties: The corporate bodies which are bound by such bonds as are required with and for the
Contractor. Said surelies engage to be responsible for the entire and satisfactory fulfillment of the
contract, and for any and all requirements as set out in the specifications, contract or plans.
G-2
Working Days: A working day is defined as any day, not including Saturdays, or Sundays, or any
legal holidays, in which weather or other conditions not under the control of tile Contractor will
permit construction of any sort of the principal unit of the work for the continuous period of not less
than seven (7) hours between 7:00 a.m. and 6:00 p.m.
:~LQEJ~g~: Work shall be done only during the regular and commonly accepted and described
working hours between 7:00 a.m. and 6:00 p.m. No work shall be done nights, Saturdays, Sundays,
or any regular holidays unless special permission is given by the Engineer or as may be approved by
the proper administrative City representative.
Written Notice: Written Notice shall be deemed to have been duly served if delivered in person to
the individual or to a member of the firm or to an officer of the corporation for whom it is intended,
or if delivered at or sent by registered mail to the last business address known to him who gives the
notice.
The Work: Unless otherwise stipulated, the Contractor shall provide and pay for all materials,
supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, lights.
power, fuel, transportation, and other facilities necessary for the execution and completion of the
work covered by the contract documents. Unless otherwise specified, all materials shall be of good
quality. The Contractor shall, if required, furnish satisfactory evidence as to the quality of materials.
Materials or work described in words which so applied have a well known technical or trace
meaning shall be held to refer to such recognized standards.
G.I.2. Abbreviations: Wherever the abbreviations defined herein occur in the plans, in the specifications,
contract, bonds, advertisement, proposal, or in any other document or instrument herein
contemplated or to which the specifications apply or may apply the intent and meaning shall be as
follows:
~.,~,.S.H~T.O. American Association of State Lb. Pound'
Highway & Transportation Officials
A.S.T.M. American Society for Testing L.S.G.Co. Lone Star Gas Co.
Materials
Asph. Asphalt M.H. Manhole
Ave. Avenue Max. Maximum
Blvd. Boulevard Min. Minimum
C.I. Cast Iron Mono. Monolithic
C.L. Centerl ine No. Number
C.O. Cleanout % Percent
Cone. Concrete P.S.l. Pounds per Square Inch
Cond. Conduit R. Radius
Corr. Corrugate'd Reinf. Reinforced
Cu. Cubic Rein. Remove
Culv. Culvert Rep. Replace
Din. Diameter R/W or R of W Right-of-Way
Dr. Drive or Driveway Sani. Sanitary
Elev. Elevation S.W.B.T. Southwestern Bell Telephone Co.
F. Fahrenheit Sq. ~quare.
Ft. or' Feet or Foot Std. Standard
Ga. Gallon St. Street or Storm
'H.S. Horseshoe Str. Strength
In. or" Inch or Inches T.P. & L. Co. Texas Power &Light Company
Lin. Linear Vol. Volume
W.U.T. Co. western union Telegraph Co.
Yd. Yard
G-3 _
Section G.2. - Proposal Requirements and Conditions
G.2.1. Proposal Form: The City will furnish bidders with Proposal Forms, which will state the general
location and description of the contemplated work, and which will contain an itemized list of the
.--- items of work to be done or materials to be furnished, and for which bid prices are asked. The
Proposal Form will provide for entering the amount of Proposal Guarantee, and information about
the ability, skill and business standing of the bidder.
G.2.2. Quantities in proposal Form: The quantities of the work and materials set forth in the proposal form
on the plans approximately represent the work to be performed and materials to be furnished, and are
._ for the purpose of comparing bids on a uniform basis. Payment will be made by the City to the
Contractor only for actual quantities of work performed or materials furnished in accordance with the
plans and specifications, and it is understood that quantities may be increased or decreased as herein
_ after provided, without in any way invalidating the bid prices.
G.2.3. Examination of Plans. Specifications and Site of the Work: Bidders are advised that the plans,
specifications and other documents on file with the City Secretary shall constitute all of the
information which the City will furnish. Prospective bidders shall make careful examination of the
site of the project, disposal sites for surplus materials not designated to be salvaged materials, the
availability of ingress and egress to private properties, and methods of handling traffic during the
~ construction of the entire project.
Bidders are required, prior to submitting any proposal, to read the specifications, proposal, contract,
' and bond forms carefully, to visit the site of the work, to examine carefully local conditions, to
inform themselves by their independent research, test and investigations of the difficulties to be
encountered and determine for themselves and accessibility of the work and all attending
~ circumstances affecting the cost of doing the work or the time required for its completion, and to
obtain all information required to make an informed proposal. No information given by the City or
any officials thereof, other than that shown on the plans and contained in the specifications,
-- proposals, and other documents, shall be binding upon the City. Bidden shall rely on their own
estimates, investigations, tests, and other data which are necessary for full complete information
upon which the proposal may be based. If it is mutually agreed that submission of a proposal is
~ evidence that the bidder has made the examinations, investigations and tests required herein, and that
if he is the low bidder he will enter into the usual contract with the City of Irving.
~ G.2.4. Preparation of Proposal: The bidder shall submit his proposal on the forms furnished by the City.
The bidder shall fill in the blanks for the "Total Unit Price" and the "Total Price." The bidder shall
state the prices, written in ink both in words and numerals, for which he proposes to do the work
~ contemplated or furnish the materials required. Such prices shall be distinctly legible. In case of
discrepancy between prices written in words and the price written in figures, the price written in
words shall govem. For those copies of the contracts that are to be executed, the "Unit Price Labor"
~ and the "Unit Price Materials" shall, in addition, be filled in by the bidder who is awarded the
contract. If the proposal is submitted by an individual, his name must be signed by him or a duly
authorized agent. If the proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given. If the proposal is submitted by a company or a corporation,
the company or corporate name and business address must be given and the proposal signed by an
official or duly authorized agent. Powers of Attorney authorizing agents or others to sign proposals
must be properly certified and must be in writing and submitted with the proposal.
G-4
G.2.5. Proposal Guaranty: No proposal will be considered unless it is accompanied by a cash ier's check on
any state or national bank in Dallas County. Texas or acceptable bidder's bond, payable
unconditionally to the City of Irving. Texas. The cashier's check or bidder's bond shall be in the
amount of not less than five percent (5%) of the total amount of the bid. The Proposal Guaranty is
required by the City as evidence good faith and as guaranty, that if awarded the contract, the bidder
will execute the contract and furnish the required bonds within ten (10) days after receipt of
acceptance.
Said bonds shall further guarantee that if the proposal is withdrawn after the bids have been opened
or if the Contractor refuses to execute the contract in accordance with his proposal, the Contractor
and the surety will become liable to the City of Irving for damages incurred. If a bidder's bond is
used, the surety thereon shall designate an agent resident in Dallas County, Texas, to whom
requisites notice may be delivered and upon whom service of process may be held.
Bidder warrants that the bid it submits has been checked for mathematical correcthess and same is
correct. Bidder agrees that should it desire to withdraw its bid after bid opening because of a
mathematical mistake that the City of Irving may retain the bid security as liquidated damages and
not as penalty and the bidder hereby waives any legal defense available to the bidder for such
mistake. (i.e. unilateral mistake).
If a bidder's bond is used, an acceptable surety shall determine from the latest United States Treasm3'
Department list of companies holding certificates of authority and acceptable sureties on Federal
Bonds.
G.2.6. Eiiillg_ELO4zOla~: No proposal will be considered unless it is filed with the office of the City
Secretary in the City Ha!l, Irving, Texas, within the time limit for receiving proposals as stated in the
advertisement. Each proposal shall be in a sealed envelope, plainly marked with the work
"Proposal" and the name or description of the project as designated in the advertisement. In the
event of addendure(s), the Bidder shall mark the sealed envelope showing that the addendum has
been received.
G.2.7. Withdrawing Proposals: Proposals filed with the Director of Finance cannot be withdrawn or
modified prior to the time set for opening proposals.' Requests for nonconsideration of proposals
must be made in writing addressed to the City Council and filed with the Director of Finance prior to
the time set for opening proposals. After other proposals are opened and publicly read, the proposal
for which withdrawal is properly requested may be returned unopened.
G.2.8. Opening Proposals: The proposals filed with the Office of the City Secretary will be opened at the
time stated in the advertisement and publicly read aloud, and shall thereafter remain on file in the
Department of Public Works.
G.2.9. Irregular Proposals: Proposals will be considered irregular if they show any omissions, alterations of
form, additions, or conditi6ns not called for, unauthorized alternate bids or irregularities of any kind.
However, the City reserves the right to waive any irregularities and to make the award in the best
interests of the City.
G.2.10. Rejection of Proposals: The City reserves the right to reject any or all proposals, and all proposals
submitted are subject to this reservation. Proposals may be rejected for any of the following specific
reasons:
(a) Proposals received after the time limit for receiving proposals as stated in the advertisement.
(b) Proposals containing any irregularities
(c) Unbalanced value of any items
G-5
G.2.11. Disqualification of Bidders: Bidders may be disqualified and their proposals not considered for any
~ of the fol !owing specific reasons:
(a) Reason for bclicving collusion exists among the bidders.
(b) Reasonable grounds for believing that any bidder is interested in more than one proposal for
the work contemplated.
(c) The bidder interested in litigation against the City.
_ (d) The bidder being in arrears on any existing contract or having defaulted on a previous
contract.
(e) Lack of competency as revealed by the Financial statement, experience and equipment,
questionnaires, etc.
(f) Uncompleted work which in the judgment of the City will prevent or hinder the prompt
' completion of additional work if awarded.
Section G.3. - Award and Execution of Contract
G.3.1. Consideration of Contract: After proposals are opened, the proposals will be tabulated for
' comparison on the basis of the bid price, quantities and time shown in the proposal. Until final
award of the contract, the City reserves the right to reject any or all proposals, to waive technicalities
and to readvertise for new proposals or proceed to do the otherwise in the best interests of the City.
G.3.2. Award of Contract: The City reserves the right to withhold the award of the contract for a reasonable
period of time from the date of opening proposals and no award will be made until after
-- investigations are made as to the responsibilities of the low bidder.
G.3.3. Return of Proposal Guaranty_: As soon as proposal prices have been tabulated for comparison of
-- bonds, the City may, at its discretion, return the proposal guaranties accompanying the proposal
which, in its judgment, would not be considered in the award; all other proposal guaranties will be
retained by the City until required contract and bonds have been executed, after which they will be
-- returned. No proposal guaranties will be returned until at least two (2) days shall have elapsed from
time of opening proposals.
G.3.4. Sure_ty Bonds: With the execution and delivery of the contract, the Contractor shall furnish and file
with the City in the amount herein required, the following Surety Bonds:
~ (A) COnstruction Bond or Performance Bond: A good and sufficient Construction Bond in the
amount equal to one hundred percent of the approximate total mount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful
execution of the work in accordance with the plans and specifications. This Construction
Bond shall guarantee the repair and maintenance of all defects due to faulty materials and
workmanship for a period of one year from date of completion and acceptance of the
improvement by the City.
(B) Payment Bond: A good and sufficient bond in an amount equal to I00 percent of the
approximate total amount of the contract, as evidenced by the proposal tabulation, or --
otherwise guaranteethe the full and proper protection of all claimants supplying labor and
materials in the prosecution of the work provided for in said contract and for the use of
each claimant. ~
(C) Maintenance Bond: A Maintenance Bond in the amount equal to 100 percent of the total
contract price for the project installation shall be furnished by the Contractor for work
performed under private contract or subdivision work with developers of subdivisions in
accordance with the City of Irving subdivision ordinance. The Maintenance Bond shall be
for a period ofone (I) year from and after the date of completion and final acceptance of
the entire project by the City of Irving, Texas. The Contractor shall maintain and keep in
good repair the work contemplated under these plans, specifications, drawings, etc., and
perform for a period as set forth in the Maintenance Bond, from the date of acceptance, all
necessary repairs, reconstruction and renewal of any part of said construction, and to finish
the labor and materials to make good and to repair any defective condition growing out of
or on account of the breakage or failure of any substance of improper function of same.
Said maintenance contemplated the complete restoration to a functional use of any work
required by faulty material during the said period as set forth in the Maintenance Bond.
(D) Other Bonds: Other bonds, if required in the Special Provisions. '
Sureties: No sureties will be accepted by the City who are now in default or delinquent on any bonds
or who are interested in any litigation against the City. All bonds shall be made on one corporate
surety authorized to do business in the State of Texas and acceptable to the City. An acceptable
surety to the City of Irving shall be determined as any surety listed as follows on the latest United
States Treasury Department list of companies holding certificates of authority as acceptable sureties
on Federal Bonds. Each bond shall be executed by the Contractor and the surety.
Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be
given to the Contractor to that effect, and the Contractor shall immediately provide a new surety
satisfactory to the City. No payment will be made under the contract until the new surety or sureties,
as required, have qualified and been accepted by the City. The contract shall not be operative nor
will any payments be due or paid until approval of the bonds have been made by the City.
G.3.5. Execution of Contract: The person or persons, partnership, company, firm association or corporation
to whom a contract is awarded shall within ten (10) days after such award sign the necessary
agreements entering into the required contract with the City. No contract shall be binding on the
City until it has been attested by the City Secretary and executed for the City by the Mayor and
delivered to the Contractor.
G.3.ti. Failure to Execute Contract: The failure of the bidder to execute the required bonds or to sign the
required contract within ten (10) days after the contract is awarded shall be considered by the City as
an abandonment of his proposal and the City may annul the award. By reason of the uncertainty of
the market prices of materials and labor, and its being impracticable and difficult to determine
accurately the amount of damages accruing to the City by reason of said bidder's failure to execute
said bonds and contract within ten (10) days, the Proposal Guaranty accompanying the proposal shall
be the agreed amount of damages which the City will suffer by reason of failure on the part of the
bidder, and shall thereupon immediately be forfeited to the City. The filing of a proposal will be
considered as an acceptance oft his provision.
G-7 ~
Section G.4. - Scope of Work
G.4.1. Intent of Plans and Specifications: The intent of the plans and specifications is to prescribe a complete
work or improvement which the ContractOr undertakes to do in full compliance with the plans,
~ specifications, Special Provisions, proposal i'and COntract. The Contractor shall do all work as provided
in the plans, specifications, Special Provisions, proposal, and contract, and shall do such additional
extra work as may be considered necessary to complete the work in satisfactory and acceptable manner.
-- The Contractor shall furnish all labor, tools, materials, machinery, equipment, and incidentals
necessary to the prosecution of the work.
G.4.1.1. "or Equal" Clause: Whenever a material or article required is specified or shown on the plans by using
the name of the proprietary product, or a particular manufacturer or vendor, any material or article
which will perform adequately the duties imposed by the general design will be considered equal and
satisfactory provided the material or article so proposed is of equal substance and function, and only
after written approval by the Engineer.
~ G.4.2. Special Provisions: Should any work or conditions which are not thoroughly satisfactorily stipulated or
covered by the general or standard specifications be anticipated on any proposed work, "Special
Provisions: for such work may be prepared by the City previous to the time of receiving bids, and shall
be considered as a part of the specifications and contract.
G.4.3. Increased and Decreased Ouantities: The City reserves the right to alter the quantities of the work to be
performed or to extend or shorten the improvements at any time when and as found necessary, the
Contractor shall perform the work as altered, increased or decreased quantity shall not be more than
twenty-five percent of the contemplated quantity of such item or items. No allowance will be made for
any change in anticipated profits nor shall such changes be considered as waiving or invalidating any
"" conditions or provisions of the contract and bond.
G.4.4. Alteration of Plans and Specifications: The City reserves the right to make such changes in the plans
~ and specifications and in the character of the work as may be necessary or desirable to insure
completion in the most satisfactory manner, provided such changes do not materially alter the original
plans and specification or change the general nature of the work as a whole. Such changes shall not be
~ considered as waiving or invalidating any condition or provision of the contract or bond.
G.4.5. Extra Work: When any work is necessary to the proper completion of the project for which no prices
~ are provided in the proposal and contract, the Contractor shall do such work, but only when and as
ordered in writing by the Engineer, subject, however, to the right of the Contractor to require a written
confirmation of such extra work order by the City. It is also agreed that the compensation to be paid
~ the Contractor for performing said extra work shall be determined by one or more of the following
methods:
~ Method (A) By agreed unit prices; or
Method (B) By agreed lump sum; or
Method (C) If neither Method (A) or Method (B) can be agreed upon before the extra work is
commenced then the Contractor shall be paid the "actual field cost" of the work, plus
~ fifteen (15) percent
In the event said extra work be performed and paid by under Method (C) then the provisions of this
paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen,
such as foremen, timekeepers, mechanics, and laborers, and materials, supplies, teams, trucks, rentals
G-8
on machinery and equipment, for the time actually employed or used on extra work, plus actual
transportation charges necessarily incurred together with all necessary incidental expenses incurred
directly on account of such extra work, including social security, old age benefit and other payroll
taxes, public liability and property damage and workmen's compensation, and all other insurance as
may be required by any law or ordinance, or directed by the Engineer of City, or by them agreed to.
The Engineer may direct the form in which accounts of the "actual field cost" shall be kept and the
record of these accounts shall be made available to the Engineer. The Engineer may also specify in
writing before the work commences, the method of doing the work. The type and kind of machinery
and equipment shall be determined by using 100 percent, unless otherwise specified, of the latest
schedule of equipment which shall be incorporated into the written extra work order. Save that where
the Contractor's camp or field office must be maintained primarily on account of such extra work, then
the cost to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case
any orders or instructions, for which he should receive compensation or an adjustment in the
construction time, he shall make written requests to the Engineer, for written order authorizing such
extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as
to the payment therefore and the Engineer insists upon its performance, the Contractor shall proceed
with the work after making written request for written order and shall keep an accurate account of the
"actual field cost" thereof, as provided under Method (C). The Contractor will hereby preserve the
right to submit the matter of payment to arbitration, as herein below provided.
G.4.6. Final Clean-Up: Upon completion of the work and before acceptance and final payment will be made,
the Contractor shall clean and remove from the site of the work surplus and discarded materials,
temporary structures, discarded materials, and debris of every kind, he shall leave the site of the work
in a neat and orderly condition equal to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the Engineer.
Section G.5. - Control of the Work and Materials
G.5.1. Engineer's Authority and Duly: Unless otherwise specified, it is mutually agreed between the parties to
this agreement that the Engineer may inspect all work included herein. He has the authority to stop the
work whenever such stoppage may be necessary to insure the proper execution of the contract.
In order to prevent delays and disputes and to discourage litigation, it is further agreed that the '
Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are
to be paid for under this construction thereof, and shall in all cases decide every question which may
arise relative to the execution of this contract on the part of the said Contractor.
The Engineer shall, within a reasonable time, render and deliver to the Contractor a written decision on
all claims of the parties hereto and on all questions which may arise relative to the execution of the
work or the interpretation of the contract, specifications and plans.
Whenever the words "directed", "required", "permitted", "designated", "considered necessary",
"prescribed", or words of like import are used, it shall be understood that the direction, requirement,
permission order, designation or prescription of the Engineer is intended; and similarly, the words
"approval", "acceptable", "satisfactory", or words of like import shall mean approved by or acceptable
or satisfactory to the Engineer.
G-9
G.5.2. Superintendence and Inspection: It is agreed by the Contractor that the Engineer shall be and is
-- hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors
as the said Engineer may deem proper to inspect the materials furnished and the work done under
this agreement, and to see that the said material is furnished, and said work is done in accordance
.-- with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinated engineers, supervisors, or inspectors for the proper inspection and
examination of the work. The Contractor shall regard and obey the direction and instruction of any
_ subordinate engineers, supervisors, or inspectors so appointed, when such directions and instructions
are consistent with the obligations of the agreement and the accompanying plans and specifications,
provided, however, that should the Contractor object to any order by any subordinate engineer.
_ supervisor, or inspector, the Contractor within six (6) days make a written appeal to the Engineer for
his decision.
G.5.3. Contractor's Duty_ and Superintendence: The Contractor shall give personal attention to the faithful
prosecution and completion of this contract and shall keep on the work, during its progress, a
competent superintendent who shall represent the Contractor in his absence and all directions given
to him shall be as binding as if given to the Contractor. Important directions shall be confirmed in
writing to the Contractor. Other directions shall be so confirmed on written request in each case.
The Contractor will be supplied with three copies of the plans and specifications, and shall have
"' available on the work at all times one copy of said plans and specifications. The Contractor shall
give to the work the consistent attention necessary to facilitate the progress thereof, and he shall
cooperate with the Engineer, his inspectors and with other Contractors, in every way possible. The
~ Contractor shall provide all facilities to enable the Engineer and his inspectors to inspect the
workmanship and materials entering into the work.
~ G.5.4. Contractor's Understanding: It is understood that it is agreed that the Contractor has, by careful
examination satisfied himself as to the nature and location of the work, the conformation of the
ground, the character quality and quantity of the materials to be encountered, the character of
-- equipment and facilities needed in preparation for and during the prosecution of the work, the
general and local conditions, and all other matters which can in any way affect the work under this
contract. No verbal agreement or conversation with any officer, agent or employee of the City either
~ before or after the execution of this contract, shall affect or modify any of the terms of obligations
herein contained.
~ G.5.5. Character of Workmen: The Contractor agrees to employ only orderly and competent men, skillful
in the performance of the type of work required under this contract, to do the work; and agrees that
whenever the Engineer shall inform him in writing that any man on the work, is in his opinion
_ incompetent, unfaithful or disorderly, such man or men shall be discharged from the work and shall
not again be employed on the work without the Engineer's written consent.
~ G.5.6. Contractor's Buildings: The building of structures for housing men, or the erection of tents or other
forms of protection, will be permitted only at such places as the Engineer shall direct, and the
sanitary conditions of the grounds on or about such structures shall at all times be maintained in a
manner satisfactory to the Engineer.
G.5.7. Sanitation: Necessary sanitary conveniences for the use of the laborers on the work, properly
secluded from public observation, shall be constructed and maintained by the Contractor in such a
manner and at such points as shall be approved by the Engineer, and their use shall be strictly
enforced.
G-10
G.5.8. Shop Drawings: The Contractor shall submit to the Engineer, with such promptness as to cause no
delay in his own work or in that of any other Contractor, four copies, unless otherwise specified, all
shop and/or setting drawings and schedules required for the job of the various trades, and the
Engineer shall pass upon them with reasonable promptness, making desired corrections. The
Contractor shall make any corrections required by the Engineer, file with him two corrected copies
and furnish such other copies as may be needed. The Engineer's approval of such drawings or
schedules shall not relieve the Contractor from responsibility for deviations from drawings or
specifications, unless he has in writing called the Engineer's attention to such deviations at the time
of submission, nor shall it relieve him from responsibility of errors of any sort in shop drawings or
schedules.
G.5.9. Preliminary. Approval: The Engineer shall not have the power to waive the obligation of this
contract for the furnishing by the Contractor of good materials, and of his performing good work as
herein described, and in full accordance with the plans and specifications. No failure or omission of
the Engineer to condemn defective work or materials shall release the Contractor from the
obligations to at once tear out, remove and properly replace the same at any time prior to final
acceptance upon the discovery of said defective work or materials provided, however, that the
Engineer shall, upon request of the Contractor inspect and accept or reject any material furnished.
and in event the material has been once accepted by the Engineer, such acceptance shall be binding
on the City, unless it can be clearly shown that such materials furnished does not meet the
specifications for this work.
Any questioned work may be ordered taken up or removed for reexamination by the Engineer, prior
to final acceptance, and if found not in accordance with the specifications for said work, all expense
of removing, reexamination and replacement shall be borne by the Contractor; otherwise the expense
thus incurred shall be allowed as extra work, and shall be paid for by the City, provided that, where
inspection or approval is specifically required by the specifications prior to performance of certain
work, should the Contractor proceed with such work without requesting prior inspection and
approval he shall bear all expense of taking up, removing and replacing his work if so directed by the
Engineer.
G.5.10. Defects and Their Remedies: It is further agreed that if the work or any part thereof, or any materials
brought on the site of the work for use in the work or selected for the same, shall be deemed by the
Engineer, as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt
of written notice from the Engineer, forthwith remove such materials and rebuild or otherwise
remedy such work so that it shall be in full accordance with this contract.
G.5.11. Changes and Alterations: The Contractor further agrees that the City may make such changes and
alterations as the City may see fit, in the line, grade, form, dimensions, plans or materials for the
work herein contemplated, or any part thereof, either before or after the beginning of the
construction, without affecting the validity of the contract and the accompanying Performance Bond.
G.5.12. Conformity. with Plans: All work shall conform to the lines, grades, cross-sections and dimensions
shown on the plans. Any deviation from the plans which may be required by the exigencies of
construction will be determined by the Engineer and authorized by him in writing.
G-II __
G.5.13. Existing Structures: The location of gas mains, water mains, conduits, sewer, etc. is unknown, and
~ the City assumes no responsibility for failure to show them in their exact locations. It is mutually
agreed that such failure will not be considered sufficient basis for claims for additional compensation
for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction
~ encountered is such as to necessitate changes in the lines or grades, or require the building of special
work, provisions for which arc not made in the plans and proposal, in which case the provisions in
these specifications for extra work shall apply.
G.5.14. Coordination of Plans. Specifications. Proposal and Special Provisions: The plans, these
specifications, the proposal, Special Provisions and all supplementary documents arc intended to
~ describe a complete work and are essential parts of the contract. A requirement occurring in any of
them is binding. In case of discrepancies, figured dimensions shall govern over scaled dimensions;
specifications shall govern over plans; Special Provisions shall govern over both general and
standard specifications and plans; and quantities shown on the plans shall govern over those shown
in the proposal. The Contractor shall not take advantage of any part error or omission in the plans
and specifications, and the Engineer shall be permitted to make such corrections or interpretations as
may be deemed necessary for the fulfillment of the intent of the plans and specifications.
In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this
to the attention of the Engineer.
G.5.15. Source of Supply of Materials: The materials shall be the best procurable, as required by the plans,
specifications and Special Provisions. The Contractor shall not start delivery of materials until the
~ Engineer has approved the source of supply. Only materials conforming to these specifications shall
be used in the work, and such materials shall be used only after written approval has been given by
the Engineer, and only so long as the quality of said materials remains equal to the requirements of
-- the specifications. After approval, any material which has become mixed with or coated with dirt or
any other foreign substances during its delivery and handling will not be permitted to be used in the
work.
G.5.16. S0.mples and Tests of Materials: Where, in the opinion of the Engineer, or as called for in the
specifications, tests of materials are necessary, such tests will be made at the expense of the
~ Contractor unless otherwise provided. Tests, unless otherwise specified, will be made in accordance
with the latest methods of the American Society for Testing Materials. The Contractor shall provide
such facilities as the Engineer may require for collecting and forwarding samples and shall not use
~ the materials represented by the samples until tests have been made. The Contractor shall furnish
adequate samples without charge.
~ G.5.17. Storage of Materials: Materials shall be stored so as to insure the preservation of their quality and
fitness for the work. When directed by the Engineer, they shall be placed on wooded platforms or
other hard, clean surfaces, and not on the ground, and shall be placed under cover when directed.
Stored materials shall be placed and located so as to facilitate prompt inspection. '
G.5.18. InSpection: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining
whether or not the work performed was in accordance with the requirements and intent of the plans
and specifications. Any work done (except excavation) or materials used without suitable
supervision or inspection by the Engineer may be ordered removed and replaced at the Contractor's
expense.
G-12
G.5.19. Removal of Defective and Unauthorized Work: All work which has been rejected or condemned shall
be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at the Contractor's
expense. Defective materials shall be immediately removed from the site of the work. Work done
without line and grade having been given, work done out of the lines or not in conformity with the
grades shown on the plans or as given, save as herein provided, work done without proper inspection,
or any extra or unclassified work done without written authority and prior agreement in writing as to
prices shall be done at the Contractor's expense. Upon failure of the Contractor to repair satisfactorily
or to remove and replace, if so directed, rejected, unauthorized or condemned work or materials
immediately at~er receiving notice from the Engineer, the Engineer will, after giving notice to the
Contractor, have the authority to cause defective work to be remedied or removed and replaced, or to
cause unauthorized work to be removed and to deduct the cost thereof from any moneys due or to
become due the Contractor.
G.5.20. Final Inspection: The Engineer will make final inspection of all work included in the contract as
practicable after the work is completed and ready for acceptance. If the work is not acceptable to the
Engineer at the time of such inspection he will inform the Contractor as to a particular defects before
final acceptance will be made.
Section G.6. - Legal Relations and Public Responsibility
G.6.05. Arbitration: All questions of dispute under this Agreement shall be submitted to the City Council at the
request of either party and the decision of the City Council shall be final and unappealable.
G.6.1. Law and Ordinance: The Contractor shall at all times observe and comply with all Federal, State and
local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall
indemnify and save harmless the City against any claim arising from the violation of any such laws,
ordinances and are called for by the provisions of the contract documents. If the Contractor observes
that the plans and specifications are a variance therewith, he shall promptly notify the Engineer in
writing, and any necessary changes shall be adjusted as provided in the contract for changes in the
work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules
and regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom.
In the case of a body politic and coporate, the law from which it derives its powers, insofar as the same
regulates the objects for which, or the manner in which, or the conditions under which the City may
enter into contract, shall be controlling, and shall be considered as part of this contract to the same
effect as through embodied therein.
G.6.2. Permits and Licenses: The Contractor shall procure all permits and licenses, pay all charges and fees,
and give all notices necessary and incident to the due and lawful prosecution of the work.
G.6.3. ProtectiOn against Royalties or Patented Invention: The Contractor shall pay all royalties and license
fees, and shall provide for the use of any design, device, materials or process covered by letter patent or
copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suite
or claims for infringement of any patent or copyright rights and shall indemnify and save the City
harmless from any loss on account thereof, except that the City shall defend all such suits and claims
and shall be responsible for all such loss when a particular design, device, material or process or the
product of the particular manufacturer or manufacturers is specified or required by the City; provided
however, if choice or alternate design, device, material or process is allowed to the Contractor, the
Contractor shall indemnify and save City harmless from any loss on account thereof. If the materials or
process specified or required by the City is an infringement, the Contractor shall be responsible for
such loss unless he promptly gives information to the City.
G-13 '
G.6.4. Public Convenience and Safety.: Materials stored about a work shall be placed so, and the work shall at
~ all times be so conducted, as to cause no greater obstruction to the traveling public than is considered
necessary by the Engineer. The Contractor shall make provisions by bridges or otherwise at all cross
streets, highways, sidewalks, and private driveways for the free passage of pedestrians and vehicles,
~ provided where bridging is impracticable o~ uhnecessary in the opinion of the Engineer, the Contractor
may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his ox~
expense, provide all material and perform all work necessary for the construction and maintenance of
~ roadways and bridges for the diversion of traffic. Sidewalks are not to be obstructed except by special
permission of the Engineer.
The materials excavated, all the construction materials or plans used in the construction of the work,
shall be placed so as not to endanger the work or prevent free access to all fire hydrants, water valves,
gas valves, manholes for telephone, telegraph, signal, or electric conduits, sanitary or storm.
The City reserves the right to remedy any neglect on the part of the Contractor as regards to public
convenience and safety which may come to its attention, after twenty-four hours notice in writing to the
Contractor, saves in cases of emergency, when it shall have the fight to remedy any neglect without
notice; in either case, the cost of such work done by the City shall be deducted from moneys due the
Contractor. The Contractor shall notify the Fire Department and the Police Department headquarters
when any street is closed or obstructed and when directed by the Engineer shall keep any street or
streets in condition for obstructed use by fire apparatus. The Contractor will be required to give the
Police Department a 24 hour notice of intent to cut any street in the project. This notice may be given
by telephone. A separate notice must be given wherever any additional street in the contract is to be
cut. Where the Contractor is required to construct temporary bridges or make other arrangements for
crossings over ditches or streams, his responsibility for accidents shall include the roadway approaches
as well as the structures of such crossings.
G.6.5. Privileges of Contractor in Streets, Alleys and Right-of Way: For the performance of the contract, the
Contractor will be permitted to occupy such portions of streets or alleys or other public places or other
~ right-of-ways as provided for in the ordinances of the City, as shown on the plans, or as permitted by
the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may
be stored in such space, but not more than is necessary to avoid delays in the construction. Excavated
' and waste materials shall be piled or stacked in such a way as not to interfere with spaces that may be
designated to be left free and unobstructed not to inconvenience occupants of adjoining property.
Other Contractors of the City may, for all purposes required by the contracts, enter upon the work and
~ premises used by the Contractors and the Contractor shall give to other Contractors of the City all
reasonable facilities and assistance for the completion of adjoining work. Any additional grounds
desired by the Contractor for his use shall be provided by him at his own cost and expense.
G.6.6. Railway Crossings: Where the work encroaches upon any right-of-way of any railway, the City will
secure the necessary license easement for the work. Where railway tracks are to be crossed, the
--- Contractor shall observe all the regulations and instructions of the railway company as to methods of
doing work, or precautions for the safety of property and the public. All negotiations with the railway
company, except for the right-of-way, shall be made by the Contractor. The railway company shall be
-- notified by the Contractor not less than five days previous to the time of his intention to begin work.
The Contractor will not be paid direct compensation for such railway crossings, but shall receive only
the compensation set out in the proposal.
G-14
G.6.7. Barrricades. Lights and Watchmen: Where the work is carried on, in or adjacent to any street, alley
or public place, the Contractor shall at his 'own expense furnish and erect such barricades, fences.
lights and danger signals; shall provide such watchmen, and shall take such other precautionar3,
measures for the protection of persons or properly and of the work as are necessary. Barricades shall
be painted with a re~ectorized paint or Scotchlite tape. The Contractor shall furnish and maintain at
least one light at each barricade. Barricades shall be erected to prevent vehicles from being driven
on or into any work under construction.
The Contractor shall be held responsible for all damage to the work due to the failure of barricades,
signs, lights and watchmen to protect it, and whenever evidence is found of such damage, the
Engineer may order the damaged portion immediately removed and replaced by the Contractor at his
cost and expense. The Contractor's responsibility for the maintenance of barricades, signs, and lights
shall not cease until the project shall have been accepted by the City.
G.6.8. Use of E:~plosives: Should the Contractor elect to use explosives in the prosecution of the work, the
utmost care shall be exercised so as not to endanger life or property. The City shall not be held
liable for damages done by the Contractor in the use of explosives. The Contractor shall notify the
proper representatives of any public service, corporation, any company or any individual, not less
than eight hours in advance of the use of explosives which might damage or endanger their or his
property along or adjacent to the work. Wherever explosives are stored or kept, they shall be stored
in a safe and secure manner, and all storage places shall be plainly marked "DANGEROUS
EXPLOSIVES," and shall be under the care of a competent watchmen at all times.
G.6.9. Protection and Restoration of Property_: Where the work passes over or through private property, the
City will provide such right-of-ways. The Contractor shall notify the proper representatives of any
public utility, corporation, any company or individual not less than forty-eight hours in advance of
any work which might damage or interfere with the operation of their or his property along or
adjacent to the work. The Contractor shall be responsible for all damage or injury to any property of
any character (except such as may be due to the provisions of the contract documents, or caused by
agents or employees of the City) by reason of any negligent act or omission on the part of the
Contractor, or defective work or materials, or due to his failure to reasonably or properly prosecute
the work, and said responsibility shall not be released until the work shall have been completed and
accepted. When and where any such damage or injury is done to public or private property on the
part of the Contractor, he shall restore or have restored at his own cost and expense such property to
a condition similar or equal to that existing before such damage was done, by repairing, or otherwise
restoring as may be directed, or he shall make good such damage or injury in a manner acceptable to
the owner or the Engineer. In case of a failure on the part of the Contractor to restore such property
or make good such damage or injury, the Engineer may, upon forty-eight hours written notice, under
ordinary circumstances, without notice when a nuisance or h~Tardous condition results, proceed to
repair, rebuild or otherwise restore such property as may be determined necessary, and the cost
thereof will be deducted from any moneys due or to become due the Contractor under his contract.
G.6.10. Responsibili.ty for Damage Claims: The Contractor and his sureties shall indemnify and save
harmless the City and all its officers, agents, and employees from all suits, actions or claims of any
character, name and description brought for or on account of any injuries or damages received or
sustained by any person or persons or property, on account of any negligent act or fault of the
Contractor, his agents or employees, in the execution of said contract; or on account of the failure of
the Contractor to provide necessary barricades, warning lights or signs; and will be required to pay
any judgment, with costs, which may be obtained against the City growing out of such injury or
damage.
G.6.1 I. Contractor's Claim for Damage: Should the Contractor claim compensation for any alleged damage
~ by reason of the acts or omissions of the City, he shall, within three days after sustaining such
damage, make a written statement to the Engineer, setting out in detail the nature of the alleged
damage, and on or before the 251h day of the month succeeding that in xvhich any such damage is
~ claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and amount of such alleged damaged, and upon request, shall give the Engineer access to
all books of accounts, receipts, vouchers, bills of lading, and other books or papers containing any
evidence as to the amount of such alleged damage. Unless such statement shall be filed as herein
above required, the Contractor's claim for compensation shall be waived and he shall not be required
to payment on account of such damage.
G.6.12. Public Utilities and other Property_ to be Changed: In case it is necessary to change or move the
property of any owner or of a public utility, such property shall not be moved or interfered with until
ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon
the limits of the contract for the purpose of making such changes or repairs of their property as may
be necessary for performance of the contract. The City reserves the right of entering upon the limits
of the contract for the purpose of repairing or re-laying sewer and water lines and appurtenance,
~ repairing structures, etc., and for making other repairs, changes or extension to any City property.
G.6.13. Temporary_ Sewer and Drain Connections: When existing sewers have to be taken up or removed,
"' the Contractor shall, at his own cost and expense, provide and maintain temporary outlets and
connections for private and public drains and sewer. The Contractor shall also take care of all
sewage and drainage which will be received from these drains and sewers; and for this purpose he
-- shall provide and maintain, at his own expense, adequate pumping facilities and temporary outlets or
diversions. The Contractor, at his own expense, shall construct such throughs, pipes or other
structures necessary, and be prepared at all times to dispose of drainage and sewage received from
--- these temporary connections until such time as the permanent connections are built and in service.
The existing sewers and connection shall be kept in service and maintained under the contract,
except where specified or ordered to be abandoned by the Engineer. All water or sewage shall be
~ disposed of in a satisfactory manner so that no nuisance is created, and so that the work under
construction will be adequately protected.
~ G.6.14. Arrangement and Charge for Water Fumished by the Ci.ty: Where the Contractor desires to use City
water in connection with any construction work, he shall make complete and satisfactory
arrangements with the City of Irving Water Department for so doing. Where meters are used, the
_._ charge for water will be as prescribed by ordinance; or, where no ordinance applies, payment shall
be made on estimates made by the City of Irving Water Department.
~ G.6.15. U~;e of Fire Hydrants: No person shall open, turn off, interfere with, attach any pipe or hose to, or
connect anything with any fire hydrant, stop valve, or stop cock, or tap any water main belonging to
the City, unless duly authorized to do so by the City of Irving Water Department.
G.6.16. Use of a Section or Portion of the Work: Wherever in the opinion of the Engineer any section or
portion of the work or any structure is in suitable condition, it may be put into use upon the written
order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work
or structure or any part thereof or as a waiver of any of the provisions of these specifications or the
contract pending final completion and acceptance of the work. All necessary repairs and removals of
any section of the work so put into use, due to defective materials or workmanship or to operations
of the Contractor shall be performed by the Contractor at his own cost and expense.
G-16
G.6.17. Contractor's Responsibility for the Work: Until written acceptance by the Engineer, as provided for in
these specifications, the work shall be under the charge and care of the Contractor and he shall take
every precaution to prevent injury or damage to the work or any part thereof by action of the elements
or from any other cause whatsoever, whether arising from the execution or non-execution of the work.
The Contractor shall rebuild, restore and make good at his own cost and expense, all injuries or
damages to any part of the work oecasioned by any of the herein above causes.
G.6.18. Contractor's Insurance: The Contractor at his own expense shall purchase, maintain and keep in force
during the life of this contract, adequate insurance that will protect the Contractor and/or any
Additional Insured from claims which may arise out of or result from operations under this contact.
The insurance required shall provide adequate protections from all claims, whether such operations be
by the Contractor or by any Additional Insured or by any Subcontractor or by anyone directly or
indirectly employed by any of them, or by anyone whose acts of any of them may be liable and from
any special hazards, such as blasting, which may be encountered in the performance of this contract in
the amounts as shown below in sub-paragraph (A). The Contractor shall provide the following:
(A) Insurance and Amount: The Contractor shall furnish and maintain during the life of the
Contract adequate Worker's Compensation and Commercial General Liability (Public)
Insurance in such amounts as follows:
Worker's Compensation as required by law
Commercial General $500,000 Each Accident
Liability (Public) $1,000,000 Aggregate
$1,000,000 Products & Completed Operations Aggregate
The Commercial General Liability (Public) insurance policy shall include an endorsement
CG 2503 "Amendment Aggregate Limit of Insurance per Project." The endorsement shall
preserve the entire aggregate required in the Commercial General Liability (Public) insurance
policy for the exclusive use in this contract. A copy of this endorsement must be submitted
with the contract documents. The Commercial General Liability (Public) insurance policy
shall be on an "Occurrence" basis. The Contractor shall be required to have additional
insurance for all work performed within railroad R.O.W. as required by the owner of such
R.O.W. and said insurance shall be in addition to the insurance amount required in sub-
paragraph (A).
(B) Additional Insured: The City of Irving shall be additional insured on the Commercial
General Liability (Public) Insurance Policy furnished by the Contractor.
(C) Written Notification: Each insurance policy shall contain a provision requiring that thirty
(30) days prior to expiration, cancellation, non-renewal or any material change in coverage, a
notice there of shall be given by certified mail to the Department of Public Works, City of
Irving, 825 W. Irving BIrd., Irving, Texas, 75060.
(D) Premiums and Assessments: Companies issuing the insurance policies shall have no recourse
against the City for payment of any premiums or assessments for any deductibles which are at
the sole responsibility and risk of the Contractor.
(E) Certificate of Insurance: The Contractor shall furnish the City with four (4) valid City of
Irving Standard Certificate of Insurance Forms.
G-17 '
(F) Workers' Compensation: The Contractor shall furnish the City with four (4) valid copies of
-- the Contractor's Certification of Workers' Compensation form to verify that the Contractor
has provided workers' compensation insurance for all employees of the Contractor in
accordance with Texas state laws.
(G) Insurance Policy: The Contractor shall furnish the City with two (2) certified copies of the
insurance policies (not a certificate) to verify coverages afforded under the policies within 40
-- calendar days from the date of the issuance of the City's Standard Certificate of Insurance
Form.
(H) Primary Coverage: The coverages provided herein shall be primary and noncontributory with
any other insurance maintained by the City of Irving, Texas, for its benefit, including self
insurance.
The Contractor shall not commence work on any Contract in the City of Irving until the Contractor has
obtained all the insurance required under this paragraph and such insurance has been approved by the
City.
_ Section G.7. - Prosecution and Progress
G.7.1. Assignment and Subletting: The Contractor further agrees that he will retain personal control and will
_ give his personal attention to the fulfillment of this contract and that he will not assign by Power of
Attorney, or otherwise, or sublet said contract, without the written consent of the City, and that no part
of the work will be sublet to anyone objectionable to the Engineer of the City.
G.7.2. Prosecution of the Work: The Contractor shall begin the work to be performed under this contract
within the time limit stated in these specifications, and shall conduct the work in such a manner and
with sufficient equipment, materials, and labor as is necessary to insure its completion within the time
~ limit.
The sequence of all construction operations shall be at all times as directed by or approved by the
Engineer. Such direction or approval by the Engineer shall not relieve the Contractor from the full
responsibility of the complete performance of the contract. Should the prosecution of the work be
discontinued by the Contractor, he shall notify the Engineer at least twenty-four hours in advance of
resuming operation.
G.7.3. Limitation of Operations: The work shall be so conducted as to create a minimum amount of
-- inconvenience to the public.
At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is
,-- carrying on operations on a greater portion of the street or public way that is necessary for the proper
execution of the work, the Engineer may require the Contractor to finish the sections on which work is
in progress before operations are started on any additional section.
G.7.4. Time and Order of Completion: It is the meaning and intent of this contract, unless otherwise herein
specifically provided, that the Contractor shall be allowed to prosecute his work at such time and
.-~ seasons, in such order of precedence, and in such a manner as shall be most conducive to economy of
construction; provided, however, that the order and the time of prosecution shall be such that the work
shall be substantially completed as a whole and in part, in accordance with this contract, the plans and
_ specifications, and within the time of completion designated in the proposal; provided, also, that when
the City is having other work done, either by contract or by its own force, the Engineer may direct the
G-18
timing of the contract, so that conflict will be avoided and the construction of the various works being
done for the City shall be harmonized.
The Contractor shall submit, as such times as may reasonable be requested by the Engineer, a schedule
which shall show the order in which the Contractor will start the several parts of the work, and
estimated dates of completion of the several parts.
G.7.5. Extension of Time: Should the Contractor be delayed in the completion of the work by any act or
neglect of the City or Engineer, or any employee of either, or by other Contractor's employed by the
City, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common
carriers, or unavoidable cause or causes beyond the Contractor's control or by any cause which the
Engineer shall decide justifies delay, then an extension of the time shall be allowed for completing the
work, sufficient to compensate for the delay, the amount of the extension to be determined by the
Engineer, provided, however that the Contractor shall give the Engineer prompt notice in writing of the
cause of such delay.
G.7.6. Hindrances and Delays: No claims shall be made by the Contractor for damages resulting from
hindrances or delays from any cause (except where the work is stopped by order of the City) during the
progress of any portion of the work embraced in this contract. In case said work shall be stopped by an
act of the City, then such expense as in the judgment of the Engineer, caused by such stoppage of said
work shall be paid for by the City to the Contractor.
G.7.7. Failure to Complete on Time: The time of completion of the contract is of the essence. For each
working day that any work shall remain uncompleted after the time specified in the proposal and
contract, plus any authorized time extension granted in writing by the City of Irving, or as
automatically increased by additional work or materials ordered after the contract is signed, the sum per
day of 1/500 of the amount of the contract (to an amount not to exceed $500.00 per day), unless
otherwise specified in the special provisions, will be deducted from the moneys due the Contractor, not
as a penalty but as liquidated damages.
The sum of money thus deducted for such delay, failure or noncompletion is not to be considered as a
penalty, but shall be deemed, taken and treated as reasonable liquidated damages, since it would be
impracticable and extremely difficult to fix the actual damages.
The Contractor shall also indemnify and hold the City harmless including paying court costs and
defense fees from any property damage claims resulting from restriction of access caused by the
Contractor's negligent performance or undue delay.
G.7.8. Suspension by Court Order: The Contractor shall suspend such part or parts of the work ordered by the
court, and will not be entitled to additional compensation by virtue of such court order. Neither will he
be liable to the City in the event the work is suspended by court order.
G.7.9. Temporary. Suspensions: The Engineer shall have the authority to suspend the work wholly or in part
for such period or periods as he may deem necessary due to unsuitable weather conditions as are
considered unfavorable for the suitable prosecution of the work. If it should become necessary to stop
the work for an indefinite period, the Contractor shall store all materials in such a manner that they will
not obstruct or impede the public unnecessarily nor become damaged in any way and he shall take
every precaution to prevent damage or deterioration.
G-19 '--
G.7.10. Abandonment by Contractor: in ease the Contractor should abandon and fail or refuse to resume
.-.-. work within ten (10) days after written notification from the City or the Engineer, when such orders
are consistent with the Contract Document, then, and in that case, where a performance bond exists,
the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of
~ said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work an)'
materials, equipment, tools, or supplies then on the job, but the same, together with any materials and
equipment and under contract for the work may be held for use on the work by the City of the Surety
on the construction bond, or another contractor in completion of the work; and the Contractor shall
not receive any rental or credit therefore (except when used in connection with Extra Work where
credit shall be allowed as provided for under Article G.4.5., Extra Work), it being understood that the
use of such equipment and materials will ultimately reduce the cost to complete the work and be
reflected in the final settlement.
G.7.11. Termination of Contract: The contract will be considered fu!fi!led, save as provided in any
maintenance stipulations, bond, or by law, when all the work has been completed, the final
inspection made by the Engineer, and final acceptance and final payment made by the City.
-- Section G.8. - Measurement and Payment
G.8.1. Quantities and Measurement: No extra or customary measurements of any kind will be allowed, but
-- the actual measured and/or computed length, area, solid contents number and weight only shall be
considered, unless otherwise specifically provided.
--- G.8.2. Estimated Quantities: This agreement, including the specifications, plans, and estimates, is intended
to show clearly all work to be done and material to be furnished hereunder. Where the estimated
quantities are shown for the various classes of work to be done and material to be furnished under
_-. this contract, they are approximate and are to be used only as a basis for estimating the probable cost
of the work and for comparing the proposals offered for the work. It is understood and agreed that
the actual amount of work to be done and materials to be furnished under this contract may differ
~ somewhat from these estimates, and that where the basis for payment under this contract is the unit
price method, payment shall be for the actual amount of such work done and the material furnished.
Where payment is based on the unit price method, the Contractor agrees that he will make no claim
~ for damages, anticipated profits or otherwise on account of any differences which may be found
between the quantities of work actually done, the material actually furnished under this contract and
the estimated quantities contemplated and contained in the proposal; provided, however, that in the
case the actual quantity of any major item should become as much as 25% less than the estimated or
contemplated quantity for such items, then either party to this Agreement, upon demand, shall be
entitled to a revised consideration upon the portion of the work above or below 25% of the estimated
quantity.
A "Major Item" shall be construed to be an individual bid item incurred in the proposal that has a
total cost equal to or greater then five (5) percent of the total contract cost, computed on the basis of
the proposal quantities and the contract unit prices.
Any revised consideration is to be determined by agreement, between the parties otherwise by the
terms of this Agreement, as provided under "Extra Work" Article G.4.5.
G - 20
G.8.3. Unit Price Materials: Where in the proposal form a "Unit Price Materials" is set forth, the "Unit
Price Materials" shall include furnishing by the Contractor all materials set in place that are
necessary for the construction in every detail and for the completion of all the work to be done under
these specifications. Further, "Unit Price Materials" shall be defined as only those materials which
upon completion of the work and departure of the Contractor, will be !eft in place and become a part
of the physical facilities of the City of Irving. All other items, necessary and incidental, required to
complete the work shall be considered a part of "Unit Price Labor."
G.8.4. l.~: Where in the proposal form a "Unit Price Labor" is set forth, the "Unit Price
Labor" shall include furnishing by the Contractor all labor, tools, machinery appliances, plant and
equipment appurtenant to and necessary for the construction in every detail and the completion, in a
first class, workman like manner of all the work to be done under these specifications. The "Unit
Price Labor" also shall include all permanent protection of overhead, surface and underground
structures, clean up, finish, overhead expense, bond, insurance, patent fees, royalties, risk due to the
elements, delay, profit, injuries, damages, claims and all other items not specifically mentioned that
may be required to construct full each item of work, complete in place.
G.8.5. Total Unit Price: Where in the proposal form a "Total Unit Price" is set forth, the "Total Unit Price"
shall be defined as the combination of the "Unit Price Materials" and the "Unit Price Labor."
G.8.6. Partial Payment: On or before the 10th of each n~onth the Engineer shall prepare a statement
showing as completely as practicable the total value to the work done by the Contractor up to and
including the 251h day of the preceding month; said statement shall also include the value of all
sound materials delivered on the site of the work that are to be fabricated into the work, providing
the Contractor can produce a paid receipt for the materials.
The City shall then pay the Contractor on or before the 251h day of the current month the total
amount of the Engineer's statement, less five percent (5%) of the amount thereof for contracts with a
total contract price of four hundred thousand ($400,000.00) dollars or more, less ten percent (10%)
for contracts with a total contract price of less than four hundred thousand ($400,000.00) dollars but
greater than or equal to ten thousand ($I0,000.00) dollars, and in contracts for less than ten thousand
($10,000.00) dollars the retainage shall be fifteen percent (15%), which five percent (5%), ten
percent (10%) or fifteen percent (15%) shall be retained until final payment, and further less all
previous payments and all further sums that may be retained by the City under the terms of this
Agreement.
It is understood, however, that in case the whole work be near to completion and some unexpected
and unusual delay occurs due to no fault or neglect on the part of the Contractor, the City may - upon
written recommendations of the Engineer - pay a reasonable and equitable portion of the retained
percentage to the Contractor; or the Contractor at the City's option, may be relieved of the obligation
for fully completing the work, and thereupon, the Contractor shall receive payment of the balance
due him under the work contract subject only to the conditions stated under "Final Payment."
G.8.7. Final Completion and Acceptance: Within five (5) days after the Contractor has given the Engineer
written notice that the work has been completed, or substantially completed, the Engineer and the
City shall inspect the work and within said time, if the work be found to be completed or
substantially completed in accordance with the Contract Documents, the Engineer shall issue to the
City and the Contractor his Certificate of Completion, and thereupon it shall be the duty of the City
within ten (10) days to issue a Certificate of Acceptance of the work to the Contractor.
G -21
G.8.8. Final Payment: Upon the issuance of the Certification of Completion, the Engineer, shall proceed to
,-- make final measurements and prepare final statement of the value of all work pcrformcd and
materials furnished under the terms of the Agreement and shall certify same to the City, who shall
pay to the Contractor within thirty (30) days after the date of the Certificate of Complction, the
balance due the Contractor under the terms of this Agreement, provided he has fully performed
contractual obligations under the terms of this contract; and said payment shall become due in any
event upon said performance by the Contractor. Neither the Certificate of Acceptance nor the final
payment, nor any provisions in the Contract Documents, shall relieve the Contractor of the
"' obligation for the fulfillment of any warranty which may be required in the Special Conditions of the
specifications.
" G.8.9. Pa_vments Withheld: The City may, on account of subsequently discovered evidence, withheld or
nullify the whole or part of any certificate to such extent as may be necessary to protect hiniself from
loss on account of:
(a) Defective work not remedied
~ (b) Claims filed or reasonable evidence indicating probable filing of claims
(c) Failure of the Contractor to make payments properly to subcontractors or for material or labor
(d) Damage to another contractor
-- When the above grounds are removed or the Contractor provides a Surety Bond satisfactorily to the
City which will protect the City in the amount withheld, payment shall be made for amount withheld
because of them.
G.8.10. Delayed Payments: Should the City fail to make payment to the Contractor of the sum named in any
partial or final statement when payment is due, or should the Engineer fail to issue any statement on
~ or before the date above provided, then the City shall pay to the Contractor, in addition to the sum
shown as due by such statement, interest thereon at the rate of six percent (6%) per annum, unless
otherwise specified, from date due until fully paid, which shall fully liquidate any injury to the
~ Contractor growing out of such delay in payment not promptly made, as provided under "Partial
Payment," and any time thereafter treat the contract as abandoned by the City and recover
compensation, unless such payments were withheld in accordance with the provisions of "Payments
Withheld."
G.8.11. Tit'Be Filing Claims: It is further agreed by both parties hereto that all questions of dispute or
adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty
(30) days after the Engineer has given any directions, orders or instructions to which the Contractor
so desires to take exception. The Engineer shall reply to such written exceptions by the Contractor
and render his final decision in writing. It is further agreed that final acceptance of the work by the
City and the acceptance by the Contractor of the final payment shall be a bar of any claims by either
party, except, where noted otherwise in the Contract Document.
G - 22
CITY OF IRVING, TEXAS
DALLAS WATER SUPPLY LINE NO.
SECTION 3B, 2A & 2C
PART S - SPECIAL CONDITIONS
_ SC.01 GENERAL SDHPT -State Department of Highways and
The "General Provisions and Requirements" shall be Public Transportation
the current City of Irving's Part G - General
OSHA - Occupational Safety and Health Act
-- Provisions and shall be maintained unless there exists
a conflict with the Special Conditions of this section, ACI - American Concrete Institute
in which case the provisions of the Special Conditions
Fed. Spec. - Federal Specification
-- shall govern. In the General Provisions, G.I.1, the
definition of the term 'Special Provisions" shall also CRSI - Concrete Reinforcing Steel Institute
be the definition of the term "Special Conditions". ANSI - American National Standard Institutg
SC.02 Del~ the following definitions in item g. 1.1 IFI - Industrial Fasteners Institute
in the general provisions and replace with the SSPC - Steel Structures Painting Council
_ following: NACE -National Association of Corrosion
Engineer: The word "Engineer" in these specifications Engineers
shall be understood as referring to Shimek, Jacobs &
-- Finklea, Consulting Engineers, 8333 Douglas Avenue, AS1M_E - American Society of Mechanical
Suite 820, Dallas, Texas 75225, Engineer of the Engineers
Owners, or such other representatives as may be AWS -American Welding Society
.- authorized by said Owner to act in any particular
position. SC.04 LOCATION OF PROJECT
-- Special Conditions: The special clauses setting forth This project is located in the northwest portion of the
conditions or requirements peculiar to the specific City of Dallas and in Carrollton, Texas. A map
project involved, superseding or supplementing the showing the location of the project is included in the
plans.
..... Standard Specifications and taking prec~lence over
any conditions or requirements of the Standard
SC.05 SCOPE OF WORK
Specifications and General Conditions with which
_ they are in conflict. The work to be performed under this contract shall
consist of furnishing all labor, material and
Add the following sentence to the end of the definition equipment, and performing all work required for
_ of Subcontractor: Subcontractors must be approved construction of approximately 2,740 linear feet of 60-
by the City of irving. inch water line, a 4g-inch butterfly valve, 2,985 tinear
feet of 54-inch water line, a blow-off valve, two air
SC.03 Add the following abbreviations to Item and vacuum release valves, reinforced concrete
G. 1.2 of the General Provisions: pavement removal and replacement, driveway and
fence removal and replacement, along with all
AWWA - American Water Works Association necessary appurtenances to complete the project.
NCTCOG-North Central Tex~s Council of
Governments
' TDH - Texas Department of Health
-- sc-1
SC.06 TIME ALLOTTED FOR COMPLETION, SC.10 EXISTING UTILITIES AND SERVICE
-- NOTICE TO PROCEED AND LINES
CONSTRUCTION SEQUENCE
The Contractor shall be responsible for the protection
Time is of the essence on this project and will be of all existing utilities or service lines crossed or
' considered when evaluating the bids received. Time exposed by his construction operations. Where
shall commence on the tenth (10th) day after issuance existing service lines are cut, broken or damaged, the
of the work order. The work order shall consist of a Contractor shall replace the service lines with the
' written request by the Engineer for the Contractor to same type of original construction, or better, at his
proceed with construction of the project. A calendar own cost and expense.
day is any day of the week or month, no days being
' excepted. The City of Irving requires 48 hours prior SC. 11 PUBLIC UTILITIES AND OTHER
notice for work on Saturdays and Sundays. PROPERTY TO BE CHANGED
- SC.07 ADDENDA In ease it is necessary to change or move the property
of any owner or of a public utility, such property ~hall
Bidders desiring further information or interpretation not be moved or interfered with until authorized by the
_ of the plans and specifications must make request for property owner or the utility company and approx~ed
such information to the Engineer prior to forty-eight by the Engineer. The fight is reserved to the property
(48) hours before the bid opening. Answers to all owner or to public utilities to enter upon the limits of
such requests will be given in writing to all bidders in the project for the purpose of making such changes or
' addendure form and all addenda will be bound with repairs of their property that may be made necessary
and made a part of the contract documents. No other by the performance of this contract.
explanation or interpretation will be considered
' official or binding. Any addenda issued prior to SC.12 FENCES ANDDRAINAGECHANNELS
twenty-four (24) hours before the opening of bids will Boundary fences, gates or other improvemeats
be mailed or delivered to each Contractor
removed to permit this construction shall be replaced
' contemplating the submission of a proposal on this
in the same location and left in a condition as good as
work. The proposal as submitted by the Contractor
or better than that in which they were found.
will be so constructed as to include any addenda if
-- such are issued by the Engineer prior to twenty-four Where surface drainage channels are disturbed or
(24) hours before the opening of bids.
blocked during construction, they shall be restored to
their original condition of grade and cross section after
~ SC.08 PERMITS AND RIGHT-OF-WAY
the work of construction is completed.
The Owner will provide rights-of-way for the purpose
of construction without cost to the Contractor by SC.13 PROJECT MAINTENANCE
' securing permits in areas of public dedication or by The Contractor shall maintain, and keep in good
obtaining easements across privately owned property. repair, the improvements covered by these plans and
It shall be the responsibility of the Contractor, prior to
' the initiation of construction on easements through specifications during the life of his contract.
private property, to inform the property owner of his
SC. 14 CLEANUP
intent to begin construction. Before beginning
'" censtmction in areas of public dedication, the The Contractor shall at all times keep the job site as
Contractor shall inform the agency having jurisdiction free from all material, debris and rubbish as is
in the area forty-eight (48) hours prior to initiation of practicable and shall remove same from any portion of
-- work. the job site as construction of that portion is
completed. No items of work will be considered
SC.09 PROPERTY LINES AND MONUMENTS complete for payment purposes until required cleanup
-- has been performed.
The Contractor shall protect all property comer
markers, and when any such markers or monuments Upon completion of the work, the Coreractor
are in danger of being disturbed they shall be properly
' referenced and if disturbed shall be reset at the remove from the site all plant, materials, tools and
equipment belonging to him and leave the site with an
expense of the Contractor. acceptable appearance.
-- sc-2
SC. 15 COORDINATION WITH OTHERS SC. 18 DISPOSAL OF WASTE AND SURPLUS
' In the event other contractors are doing work in the Fa~
same area simultaneously with this project, the All excavated earth in excess of that required for
Contractor shall coordinate his proposed construction backfilling shall be disposed of in a satisfactory
with thatoftheotherContractors. manner in locations acceptable by the Ownees
representative.
SC. 16 USE OF EXPLOSIVES
' SC.19 LIGHTS AND POWER
Under Item G.6.8 of the General Provisions delete
the entire paragraph and replace with the following: The Contractor shall provide, at his own expense,
~- temporary lighting and power required for the proper
U~e of Explosives: Use of explosives will not be prosecution of the work.
permitted on this project.
SC.20 EXAMINATION OF PR.OJECT SITE
SC.17 BARRICADES. DETOURING LIGHTS
Prospective bidders shall make a careful examination
AND WATCHMEN of the site of the project, soil and water conditions to
-- The Contractor shall, at his own cost and expense, be encountered, improvements to be protected,
furnish and erect such barricades, fences, lights and disposal sites for surplus materials not designated to
danger signals, shall provide such watchmen, and be salvaged materials, and as to method of providing
- shall provide such other precautionary measures for ingress and egress to private properties, and methods
the protection of persons or property and of the work of handling traffic during construction of the entire
as are necessary. Barricading and detouring shall be project.
_ in strict conformante with Part IV, Construction and
Maintenance, of the Texas Manual on Uniform SC.21 CONSTRUCTION IN PUBLIC ROADS
Traffic Control Devices for Streets and Highways, AND PRIVATE DRIVES
.~ latest revision. From sunset to sunrise, the No public road shall be closed overnight. Contractor
Contractor shall furnish and maintain at least one
shall always keep one lane of traffic open on
light at each barricade and sufficient numbers of roadways at all times. It shall be the responsibility of
_ barricades shall be erected to keep vehicles from the Contractor to build and maintain all weather
being driven on or into any work under construction. bypasses and detours, if necessary, and to properly
The Contractor shall furnish watchmen in sufficient
light, barricade and mark all bypasses and detours
I_ numbers to protect the work. that might be required on and across the roads
involved in the work included in this contract.
The Contractor will be held responsible for all
_ damage to the work due to failure of barricades, The Contractor shall make every effort to complete
signs, lights and watchmen to protect it and
construction and allow immediate access to adjacent
whenever evidence is found of such damage the property at driveway entrances located along the
Contractor shall immediately remove the damaged roads. Owners or tenants of improvements where
"' portion and replace it at his cost and expense. The
access and/or entrance drives are located shall be
Contractor's responsibility for the maintenance of
notified at least twenty-four (24) hours prior to the
barricades, signs, and lights, and for providing time the construction will be started at their drive-ins
' watchmen shall not cease until the project has been
or entrances and the Contractor shall provide
accepted by the Owner. temporary ingress to entrance drives where
-- No roadways shall be closed overnight, Contractor necessary.
shall provide a safe passable roadway. Roadways The Contractor shall be responsible for all road and
shall always be passable with at least one lane of entrance reconstruction and repairs and maintenance
-- traffic. of same for a period of one year from the date of
such reconstruction. In the event the repairs and
maintenance are not made immediately to the
' satisfaction of the Engineer, and it becomes
necessary for the State, County or City to make such
-- sc-3
repairs, the Contractor shall reimburse the State, Connections to existing facilities which are in service
-- County orCityforthecostofsuchrepairs. shall be thoroughly planned in advance, and all
required equipment, materials and labor shall be on
The Contractor shall, at all times, keep a sufficient hand at the time of undertaking the connections.
-- width of the roadway clear of dirt and other materials Work shall proceed continuously (around the clock)
to allow the free flow of traffic. The Contractor shall if necessary to complete connections in the minimum
assume any and all responsibility for damage, time. Operations ofvalves or other appurtenances on
-- personal or otherwise, that may be caused by the existing utilities, when required, shall be by or under
construction along roads or private drives. the direct supervision of the Owner.
_ SC.22 CONSTRUCTION SCHEDULE AND SC.26 SOIL BORINGS
CASH FLOW PROJECTIONS
Soil borings provided on this project were taken from
Prior to starting work, the Contractor shall submit a plans for a 60-inch water line constructed in 1972. It
proposed schedule and monthly cash projections for will be the Bidder's responsibility to investigate the
the work included herein and shall submit any major sub-surface conditions prior to submitting a bid.
revisions to this schedule as the project progresses.
-- Partial payments will not be made until monthly cash SC.27 TRENCH BACKFILL
flow projections are submitted. Trench backfill shall not proceed without inspection
of the embedment and authorization to proceed by
-- SC.23 pROTECTION OF LIVESTOCK
the Inspector or Engineer. Any trench backfill
The Contractor will make every effort to protect placed without inspection of the embedmerit shall be
livestock along the limits of construction. No removed at the Contractor's expense to allow for
" excavated area shall be !eft open overnight without inspection of the embedment.
adequate fencing to restrain livestock. Fences shall
be repaired and replaced immediately to prevent SC.28 INSPECTIQN
escape of livestock. The word "Inspection" or other fonns of the word, as
used in the contract documents for this project shall be
SC.24 TREE PROTECTION understood as meaning an Owner's agent will observe
Contractor shall coordinate all aspects of the work to the construction on behalf of the Owner. The agent
ensure that existing trees are protected. will observe and check the construction in sufficient
detail to satisfy himself that the work is proceeding in
Removal of trees outside of the permanent easement general accordance with the contract documents, but
shown on the plans shall only be done with prior he will not be a guarantor of the Contractor's
written approval of the Owner unless otherwise performance.
shown on the plans. When removal or injury of trees
cannot be avoided, each tree shall be replaced with a Contract time by workday, Monday to Friday
similar tree of the nearest size possible. 8:00 a.m. to 4:00 p.m.; hours worked before 8:00 a.m.
' after 4:00 p.m., all weekends and holidays is subject to
All replacement of trees shall be performed by overtime. Overtime request must be made in writing
qualified nurserymen and shall be at the sole expense and approved by the City of Irving. Seventy-two
"~ of the Contractor. hours notice required. All overtime incurred by the
City for inspection services shall be paid by the
SC.25 CONNECTION TO EXISTING Contractor. Such cost may be deducted from partial
' FACILITIES payments, if payment not made by Contractor.
Unless otherwise specified or indicated, Contractor
SC.29 SUPERVISION BY CONTRACTOR
shall make all necessary connections to existing
facilities including structures, drain lines, and The status of the Contractor is that on an independent
utilities such as water, sewer, gas, telephone, and Contractor under Texas law and the work under this
electric. In .each case, Contractor shall receive contract shall be under the direct charge and
written permission from Owner or the owning utility superintendence of the Contractor. Except where the
prior to undertaking connections. Contractor is an individual and gives his personal
SC-4
superintendence to the work, the Contractor shall of final City Council acceptance, the balance due the
-- provide a competent superintendent or general Contractor under the terms of this Agreement,
foreman on the work at all times during progress provided he has fully performed contractual
with full authority to act for him. The Contractor obligations under the term of this contract; and said
-- shall also provide an adequate staff for the payment shall become due in any event upon said
coordination and expediting of his work. performance by the Contractor. Neither the
Certificate of Acceptance nor the final payment, nor
_ The superintendent and staff shall be satisfactory to any provisions in the Contract Documents, shall
the Owner. The superintendent or general foreman relieve the Contractor of the obligation for the
shall not be changed during this contract except with fulfillment of any warranty which may be required in
_ the written consent of the Owner or unless the the Special Conditions ofthespecifications.
superintendent or general foreman proves
unsatisfactory to the Contractor and ceases to be in SC.31 In the General Provisions, G.2.3., the plans,
_ his employ. specifications and contract documents shall be on file
at the office of the Water Utilities Department rather
If the superintendent should be or become than the office of the City Secretary.
_ unsatisfactory to the Owner, he shall be removed by
the Contractor upon written direction of the Owner; SC.32 Change General Provisions G.3.1 to:
and in such event, the Contractor shall not be entitled
"Consideration of Contract: After proposals are
_ to file a claim for any additional working time or opened, the proposals will be tabulated for
money from the Owner. comparison on the basis of bid price, quantities,
financial standing, references, and time shown on the
Add to Section G.5.3 of the General Provisions the
' following: proposal. Until final award of contract, the City
reserves the right to reject any and all proposals, to
waive technicalities and to re-advertise for new
a) The Superintendent Must: Have authorization to
_ proposals or to proceed to do otherwise in the best
interest of the City."
1) Make all decisions regarding specified work
without contacting the main office.
_ SC.33 In the General Provisions, G.4.2., delete the
entire paragraph and add the following:
2) Rent equipment and purchase materials
without contacting the main office.
.... Should any work or conditions which are not covered
3) Coordinate work with Engineer without by the General or Standard Specifications be
contacting the main office. anticipated on any proposed work, "Special
_ Provisions" for such work may be prepared by the
4) Hire and fire personnel and labor, and City previous to the time of receiving bids, and shall
authorize overtime. be considered as a part of the specifications and
contract and which supersede the General Provisions
5) Coordinate field changes with the Owner or and requirements.
Engineer.
SC.34 In the General Provisions, G.4.5., Delete
b) The Contractor Must: Have a field trailer on site the last sentence and add the following:
with telephone.
The Contractor will preserve the right to submit the
' SC.30 FINAL PAYMENT matter of payment to arbitration, as herein below
provided per Section G.6.0.5.
Upon the issuance of the Certification of
_ Completion, the Engineer, shall proceed to make SC.35 Under Item G.4.5 - Extra Work, of the
final measurements and prepare final statement of General Provisions, delete the word "Engineer" and
the value of all work performed and materials replace with "Project Manager". Add the following
_ fumished under the terms of the Agreement and shall paragraph:
certify same to the City, who shall pay to the
Contractor within forty-five (45) days after the date
-- sC-5
When the Contractor believes that extra work is plans and specifications. Any work done (except
-- required, he shall submit to the Consulting Engineer excavation) or materials used without suitable
a written request for a Change Order detailing the supervision or inspection by the Engineer or City
estimated cost of labor and materials for extra work Inspector may be ordered, removed and replaced at
-- within 7 days of identifying a problem. the Contractor's expense.
The Consulting Engineer will review and forward his SC.40 G.6.1. Add the following:
recommendation to the Project Manager. The
The venue for cases of dispute shall be Dallas
Project Manager will prepare the Change Order on a County.
standard City of Irving form and submit to the City
-- Council for Legal Action. Prior to submitting a
SC.41 Under Item G.6.11 - Contractor's Claim for
Change Order the Contractor shall carefully review Damage of the General Provisions delete the word
the work required on the project. If he anticipates "Engineer" and replace with "Project Manager".
_ that additional work or change orders may be
required at a later date, he shall compile all
SC.42 In the General Provisions, G.7.1., delete the
additional work into one Change Order request to
entire paragraph and add the following:
_ minimize the number of Change Orders requested.
SC.36 In the General Provisions, G.4.6., delete the Assignment and Subletting: The Contractor further
agrees that he will retain personal control and will
_ last sentence and add the following: give his personal attention to the fulfillment of this
contract and that he will not assign by Power of
Surplus and waste materials removed from the site of Attorney, or otherwise, or sublet said contract,
_. the work shall be disposed of at locations satisfactory without the written consent of the City, and that no
to theEngineerand/orCity. part of the work will be sublet to anyone
SC.37 The Contractor shall coordinate all daily objectionable to the Engineer or City.
' construction activities with and direct questions to
SC.43 Refer to Item G.7.5 - Extension of Time.
the Owner's Representative. In the event the
Owner's Representative is unable to answer a All references to "Engineer" in the section shall be
' question, or there is a disagreement between the modified to read "Engineer and Owner".
Owner's Representative and the Contractor, the
Owner's Representative shall contact the Engineer SC.44 In the General Provisions, G.7.6., delete the
-- for his interpretation of the Contract Documents. last sentence and add the following:
SC.38 In the General Provisions, G.5.8., delete the In case said work shall be stopped by an act of the
-- first sentence and add the following: City, then such expense as in the judgment of the
Engineer, caused by such stoppage of said work shall
The Contractor shall submit to the Engineer, with be paid for by the City to the Contractor only with
-- such promptness as to cause no delay to his own City Council approval. No payment will be made for
work or in that of any other Contractor six copies, work stoppage by an act of the City caused by failure
unless otherwise specified, all shop and/or setting of the Contractor to comply with the specifications
- drawings and schedules required for the job of the and drawings.
various trades, and the Engineer shall pass upon'
them within two weeks of receipt, making desired SC.45 In the General Provisions, G.8.7. It shall
_ corrections. be the duty of the City within thirty (30) days to
issue a Certificate of Acceptance of the work to the
SC.39 In the General Provisions, G.5.18., delete Contractor.
_ the entire paragraph and add the following:
The Contractor shall furnish the Engineer and City
_ with every reasonable facility for ascertaining
whether or not the work performed was in
accordance with the requirements and intent of the
-- SC-6
DIVISION 01
GENERAL REQUIREMENTS
SECTION 01000
GENERAL NOTES
1. All underground utility locations as shown on the plans are approximate. The contractor shah be responsible
for determining the exact locations of all underground utilities and notifying the various companies at least 48
_ hours prior to beginning construction activities for the proposed water line:
TU Electric Jeff Curry Phone- 570-2657
_ Southwestern Bell Terry Lemaster Phone- 920-0183
Lone Star Gas Harry Smbbs Phone- 259-2867
Paragon Cable TV Donny Dunn Phone- 259-1528
Texas One Call System (800) 245-4545
2. The contractor shall center a full joint of the proposed pipe at all sanitary sewer crossings where proposed pipe
is not encased.
3. All excavated material deemed excess or unsuitable by the engineer shall be disposed of by the contractor as a
non-pay item.
4. All areas disturbed by construction activities shall be returned to equal or better condition than prior to
construction of this work.
5. The contractor shall sequence the installation of the proposed water main to minimize closure sections.
_ 6. The contractor shall either cover all excavated trenches at the end of each work day or erect a temporary
security fence consisting of a heavy duty wire mesh fence fabric (3 ~. high min.) and fence posts spaced at
10~. C-Cmax.
7. The contractor shall preserve all trees, shrubs, spri;~d~, s>?.ems, fences, mailboxes, and other property owner
improvements located within the limits of construction. The removal and/or replacement of the said property
_ owner improvements by the contractor shall be considered a non-pay item. Temporary fencing shall be
furnished and installed to protect livestock and as a security measure, as a non-pay item, for all trench left open
overnight.
8. All 3600 P.S.I. concrete shall be Class 'C' as defined in Item 421, "Portland Cement Concrete," of the 1995
Standard Specifications for Construction of Highways, Streets and Bridges, as adopted by the Texas
Depatancnt of Transportation.
9. Contractor shall notify Dallas Water Utilities' Manager of Distribution Division at least 24 hours prior to
commencing construction in the vicinity of the Elm Fork Water Treatment Plant or near any of the cathodic
-- protection systems on the existing 60" supply line. Dallas Water Utilities porsonnel shall be present during
construction in these areas.
-- 10. The 48 inch butterfly valve shall conform to Dallas Water Utilities' addendure to the N.C.T.C.O.G.
specifications and shall include all appurtenances shown in Dallas Water Utility standards for butterfly valves
in addition to the details on the plans.
11. Contractor shall seal manhole openings for pipe and space between manhole base and walls with high strcnglh
non-shrink grout to prevent infiltration, or other method approved by the engineer.
-- 010oo-1
12. All H.M.A.C. pavement shall be Typ~ "D" as defined in Item 340, "Hot Mix Aspbaltic Concrete," of the 1995
Standard Specifications for Construction of Highways, Streets and BridgeS, as adopted by the Texas
Department of Transportation.
' 13. Contractor shall include all costs for removal and replacement of pavement, fences, gates and other
improvements damaged by boring related activities in the proper item of the bid schedule, no separate payment
-- 14. Contractor shall anticipate encountering ground water and potential flooding throughout this project and shall
provide adequate measures for dewatermg the trench and for preventing storm water from entering the trench
during construction. All costs for pumps and/or other related appurtenances shall be included in the
-- appropriate item of the bid schedule. Contractor shall provide Storm Water Pollution Prevention Plan and
implement the Plan during construction. The cost of SWPPD design shall be subsidiary to devices.
_ 15. Topsoil shall be stockpiled and replaced to a minimum depth of 12 inches and disc haftowed to a minimum
depth of 6 inches.
_ 16. Contractor shall be responsible for the protection of all existing service lines crossed or exposed by his
construction operations. Where existing service lines are cut, broken or damaged, the contractor shall
immediately replace the service lines with the same type of original construction, or better.
17. Concrete thrust blocking shall be subsidiary to pipe cost.
' END OF SECTION
01000-2
SECTION 01005
APPROVED PRODUCTS LISTING - WATER AND SANITARY SEWER SYSTEMS
CITY OF IRVING, TEXAS
Size Reference Specs [ Makes Approved [ Modifications Required
_ PRODUCT: WATER PIPE
4" to 12" AWWA C900 PVC 1. J-M None
-- Class 200 DR 14 2. CAPCO Note class 150 is approved for special
Class 150 DR 18 3. North Star applications. May not normally be
-- 4. Hunter used for water pressure pipe
~ 5. Certainteed applications, as Class 200 is normally
~ 6. Vinyl Tech required.
.7. H&W
8. ETI
9. GPK
10. Plastic Trends
11. Quail Plastics
12. Robintech
13. Can-Tex
14. Marathon
15. Diamond Plastics (15a) Change out all shoe bolts to
stainless steel.
-- (15b) Epoxy coating inside shoe.
>12" 1. Gifford-Hill American Joints shall be bonded for this project.
_ AWWA E301 RCCP 2. U.S. Pipe Pipe shall be designed for an operating
(prestressed) Class 200 pressure of 200 psi and to withstand a
maximum test pressure of 450 psi.
-- PRODUCT: FIRE HYDRANT - VALVE SEATS
1. Polyvalve None
' 2. Manufacture's Standard
01005-1 01/12/94
Size Reference Specs ! Makes Approved I Modifications Required
PRODUCT: FIRE HYDRANTS
5 1/4" AWWA C502 &City 1. Mueller Centurion A423 None
Specifications
-- 2. American Darling B-62B None
& B-g4B
3. CIow F2500
' 5 1/4" AWWA C502 &City 4. U.S.Pipe Metropolitan (4a) Incorporation of a mechanical
Specifications and Sentry lock per specification.
_ (4b) Epoxy coating inside shoe.
5. Waterous WB 67 "pacer" (5a) Change out all "pater" shoe
bolts to stainless steel.
-- (5b) Field replaceable nozzles (not
leaded.)
(5c) Oil reserve (look for filler plug
-- on back of upper barrel.)
(5d) Weather cap.
(5e) Epoxy coating inside shoe.
6. Kennedy Guardian (6a) Epoxy coating inside shoe.
7. M & H Reliant None
-- NOTE: "IRVING" stencil required on all makes.
PRODUCT: GATE VALVES
4" to 12" AWWA C509, C550 & 1. Mueller A-2370 None
City Specifications
_ 2. American Darling
80-CRS
3. C!ow 6100
-- 4. Waterous Series 500 (4a) Stem changed out to high
strength (identified by yellow
hold down on operation nut.)
-- (4b) "Irving" stenciled on the valve
body.
5. Kennedy Ken-seal
6. Pipe
7. M&H (7a) Stem changed out to high
_ strength.
(7b) "Irving" stenciled on the valve
stem.
-- 4" to 12" AWWA C509, C550 & 8. Stockham Resilient (Sa) All models shown stem changed
City Specifications Wedge 6-700, 701,702, to high strength.
703, 704.
-- 9. Industrial 24" M & H None
01005-2 01/12/94
Size Reference Specs [ Makes Approved I Modifications Required
PRODUCT: BUTTERFLY VALVES
12" to 60" AWWA C504, C550 & 1. Mueller s Internal epoxy coating (extra cost on all
City Specifications [ makes.)
2. Glow : Bonnet shall be extended 2 feet for this
project.
_ 3. American Darling
4. BIF
_ 5. Kennedy Conform to Dallas Water Utilities'
Addondum to N.C.T.C.O.G.
Specifications and Include all Dallas
_ Water Utilities' Appurtenances.
6. Pratt-Groundhog
7. AllisChalmers Designed for 200 psi Operating
' Pressure
PRODUCT: FULL CIRCLE REPAIR CLAMPS
4" to 12" City Specifications 1. Ford None
2. Smith-Blair
3. Superior
4. Ford
' 5. Smith-Blair
6. Superior
-- 7. Rockwell
8. Romac
-- PRODUCT: EXTENDED RANGE REPAIR CLAMPS
4" to 14" City Specifications (All 1. Rockwell None
_ clamps must be type 304
stainless steel)
2. Romac
3. Ford
4. Superior
PRODUCT: SINGLE STRAP SERVICE SADDLES
2" to 4" AWWA C800 1. Rockwell None
l" tap ASTM B-62 2. Ford
ASTM A-98 3. James Jones J-996 Includes sizes 2" to 12"
Cit~ Specifications 4. Romac
01005-3 01112/94
Size Reference Specs [ Makes Approved I Modifications Required
PRODUCT: DOUBLE STRAP SERVICE SADDLES
6" > O.D. AWWA C800 1. Rockwell Nylon coating with stainless straps of
1" tap ASTM B-62 2. Romac all bronze, on all makes.
ASTM A-98 3. Ford
City Specifications 4. James Jones
PRODUCT: STAINLESS BAND - TYPE SERVICE SADDLES
_ 4" to 12" City Specifications I 1. Smith-Blair [ None
PRODUCT: TAPPING SLEEVES
_ 4" to 12" AWWA C110 &City 1. Mue!ler None
Specifications
2. CIow
3. CIow-SST all stainless
4. American Darling
5. Tyler
6. Waterous
' 7. Ford-Fast all stainless
8. JCM 432
' 9. Rockwell all stainless
> 12" 10. Requires special approval Tapping sleeves &valves larger than
_ 12" require special approval on a case
by case basis.
PRODUCT: TAPPING SLEEVES & VALVES
> 12" AWWA C110 & City Tapping sleeves & valves larger than
Specifications 12" require special approval on a case
_ by case basis.
PRODUCT: CHECK VALVES & DETECTOR CHECKS
-- 4" to 12" AWWA &City 1. Mueller None
Specifications
2. American Darling
3. Ames (3 a) Steel check valves must be
epoxy coated.
' 4. Kennedy
5. Hersey
01005-4 01/12/94
Size Reference Specs ] Makes Approved I Modifications Required
PRODUCT: SPLIT CIRCLE REPAIR CLAMPS
1/2" to 3" AWWA &City 1. Rockwell None
Specifications
2. Romac
3. Ford
' 4. Superior
PRODUCT: BRASS FITTINGS
3/4" to 2" AWWA C800 1. Mueller None
ASTM B-62 & City 2. Ford
-- Specifications
3. Jones
_ 4. MacDonald
5. Hays
PRODUCT: CAST IRON & DUCTILE IRON FITTINGS
3" to 12" AWWA C 110, C 104, ! 1. Trinity Valley Cement Mortar Lined
C 111 & Specifications ;
2. Tyler Note: Light weight ductile not
allowed: AWWA C153.
' 3. American
4. Sigma/Naapco (4a) Standard body only, AWWA
C110. Ductile iron retainer
glands and adapter flanges per
AWWA C 111.
-- Polyethylene Encasement Required
Conforming to AWWA C105.
PRODUCT: BOLTS
City Specifications 1. Ductile Durabolt None
_ 2. Ductile Flangelot
Durabolt
01005-5 01/12/94
Size Reference Specs ! Makes Approved I Modifications Required
PRODUCT: SEWER PIPE (POLYVINYL CHLORIDE)
4" to 15" SDR-26 PVC, ASTM 1. J-M None
D2241, Class 160 PVC
4" to 15" SDR-35 PVC, ASTM la. J-M None
D3034, D1869, & F789
_ 2. Robintech
3. Certainteed
4. Hunter
5. North Star
6. Diamond
7. H&W
8. Cresline
9. ETI
10. CAPCO
I 1. CAN-TEX
4" to 15" SDR-26 PVC, ASTM 12. Marathon None
_ D2241, Class 160 PVC
13. Quail Products
SDR-35 PVC, ASTM 14. Ultra-Rib 8" to 30"
D3034, D1869, & F789
8" to 30" SDR-35 PVC, ASTM 15. Ultra-Rib 8" to 30"
-- D3034, D1869 & F794
21" to 48" SDR-35, ASTM D3034, 16. Carlon Vylon large Dia
D1869 & F789 Sewer Pili
18" and > ASTM D1784, D2412, 17. J-M Permaloc
F679, T-1 type cell class
_ 12454B or 12454C
18. Robintech
19. Certainteed
20. Clow
21. North Star
22. H&W
23. Spirolite, class 160 (23a) Other classes approved for use
' with concrete embedment only.
01005-6 01/12/94
' Size Reference Specs I Makes Approved ] Modifications Required
PRODUCT: SEWER PIPE (VITRIFIED CLAY PIPE)
4" and larger ASTM C700-74 &City 1. Dickey None
Specifications
' PRODUCT: SEWER PIPE RELINING
6" and larger ] 1. Insituform [
PRODUCT: POLYVINYL CHLORIDE FITTINGS
4" to 15" SDR-35 PVC, ASTM I. J-M None
' D3034, D1869, F679, T-1
type cell class 12454B or .
12454C
2. Robintech
3. Certainteed
4. Clow
5. North Star
' 6. Vassallo
7. Multi-Fittings
-- 8. Plastic Trends
9. Flo-Control, Atlas Flexs
-- 18" and larger ASTM D1784, D2412 & 10. J-M Permaloc None
D3212
11. Certainteed
12. North Star
13. Ultrarib
8" to 30" SDRo35 PVC, ASTM 14. Ultrarib None
D3034, D1869, F679, T-1 ]
_ type cell class 12454B, & [
12454C
PRODUCT: VITRIFIED CLAY PIPE FITTINGS
4" and larger ASTM C425-77 &City I. Dickey None
Specifications
-- 2. F!o-Control, Atlas Flexs
01005-7 01/12/94
Size Reference Specs I Makes Approved ] Modifications Required
PRODUCT: MANHOLES (PRECAST CONCRETE)
4' dia & larger ASTM C-76 OR C-478 & 1. Gifford-Hill 2 Joint Restrainer Straps for each of
City Specifications Top 3 Joints. Type "S" or Pressure
-- Type Frame and Covers Required.
Preeast Manhole Base per details in
the plans.
' 2. Hydro Conduit
3. Sherman Concrete
Products
4. American Industrial
precast products
PRODUCT: MANHOLES (FIBERGLASS)
4' dia &larger ASTM D3753-81, C581, 1. LMI Not allowed on this project
' D2584, D696, & D1790
2. Le Blanc
-- 3. Owens Coming
PRODUCT: MANHOLES INSERTS
City Specifications 1. Parson Plastics None
2. Knutson
' PRODUCT: AIR RELEASE VALVES
2" to 18" ASTM A-48 1. APCO Maximum Working Pressure 200 psi,
-- this project.
ASTM A-240 2. Crispin
-- PRODUCT: CONTROL VALVES
11/2" to 30" ASTM A-126 B 1. Ross None
' ASTM B-62 2. CLA-VAL
3. Golden- Anderson
-- 4. Bailey Automatic
5. Febco Detector Check
Valve
01005-8 01/12/94
Size Reference Specs I Makes Approved I Modifications Required
PRODUCT: COATINGS (STEEL INTERIOR)
Water tank AWWA D 102 & City 1. Tenemec Series 20: None
interior Specifications Primer 20-1255 Topcoats
[ 20-2000
i
2. Valspar: Primer 78-D-7
Topcoat 78-W-3
3. Acro: Primer 4460
Topcoat 4460
4. Kop-Coat: Primer 340
Topcoat Super hi-guard
5. Cook: Primer 920 W 965
6. American Primer 395
Topcoats 395
7. Sherwin Williams Primer
B62WA7 (gray)
Topcoats B62WW7
(white)
PRODUCT: COATINGS (STEEL EXTERIOR)
Water tank AWWA D102 & City 1. Tenemec: Primer 37-77 None
exterior Specifications 3 coat Topcoat 23 series
alkyd system
2. Valspar: Primer 13-F28
Topcoat 12 series
i 3. Acro: Primer 1122
[ Topcoats 2214
4. Kop-Coat: Primer 662
Topcoat 500
5. Cook: Primer 391 N 142
Topcoat 801
6. Sherwin Willlares Primer
B50N2 Topcoats B54
PRODUCT: COATINGS (CONCRETE EXTERIOR)
I
Water tank City Specifications 1. Thorocoat [ None
exterior
12. Tenemecrete
PRODUCT: CHEMICALS
City Specifications 1. Protecrete concrete None
additives
01005-9 01/12/94
' Size Reference Specs [ Makes Approved [ Modifications Required
PRODUCT: PIPE SPACERS (ENCASED PIPELINES)
4" and larger City Specifications 1. Recon Pipe Corp. None
2. Cascade Waterworks
' Mfg. Co. Style CCS, all
stainless steel
END OF SECTION
01005-10 01/12/94
SECTION 01010
SUMMARY OF WORK
-- PART 1 - GENERAL
1.1. DESCRIPTION
The work to be performed under this contract consists of furnishing, installing and testing approximately
2,740 linear feet of 60-inch water line, a 48-inch butterfly valve, 2,985 linear feet of 54-inch water line, a
blow-off valve, two air and vacuum release valves, reinforced concrete pavement removal and replacement,
driveway and fence removal and replacement, along with all necessary appurtenances to complete the
project.
The Engineer shah have the authority to specify the sequence of work to be performed for all work specified
within the scope of the project.
The City of Irving shall not reimburse the Contractor for any water used to perform the work as required in
this contract.
The Contractor shah review and understand the requirements for solid waste disposal (Section 015 16) in the
City of Irving.
1.2. JOB CONDITIONS
A. Project Limits
1) The Contractor shall confine his operations to the limits of the right-of-way and easements
furnished by the City of Irving.
2) The Contractor shall use extreme caution when working adjacent to the yards of property owners
so as to minimize the inconvenience to the public caused by the work herein.
3) When the Contractor is in doubt of the right-of-way or alignment, the Contractor shall request and
follow the directions of the Engineer.
4) Any property comer or right-of-way marker removed, disturbed or destroyed shall be replaced at
the Contractor's expense.
B. Explosives
_ The use of explosives will not be permitted on this project.
C. Property_ Preservation
The Contractor shall be responsible for the preservation and protection of all trees, shrubs, sprinkler
systems, fences, mail boxes, and other property owner improvements located within the limits of
_ construction. The destruction or damage of said property owner improvements by the Contractor
designated for preservation shall be replaced or repaired at the Contractor's expense.
_ 01010-1
D. Traffic Control
The Contractor shall route traffic and barricade all roads as required by the City of Irving Traffic and
Transportation Department. The information conceming the traffic control requirement can be
obtained from the Engineer prior the bid opening. All barricades, signs and traffic control devices
required for the project shall be a non-pay item.
' 1.3. REFERENCE SPECIFICATIONS AND STANDARD DRAWINGS
References to TxDOT Items or TxDOT Special Specifications shall be understood as referring to the Texas
-- Department of Transportation 1995 Standard Specifications for Construction of Highways, Streets and
Bridges as adopted by the Texas Depaxtment of Transportation, 1995.
-- Reference is also made to the City of Irving Standard Specifications for Grading and Paving, established
Ordinance No. 1566 and all amending ordinances, which is on file with the City of Irving Department of
Public Works.
Reference is also made to the City of Coppell Standard Construction Details for removal and replacement of
reinforced concrete pavement. It shall be the Contractors responsibility to obtain these Standard
_ Construction Details, current version.
END OF SECTION
-- 01010-2
SECTION 01011
PREVAILING WAGE RATE FOR CONSTRUCTION
(HIGHWAY/HEAVY AND PAVING AND UTILITIES)
PART 1 - GENERAL
1.1. DESCRIPTION
The minimum wage rate schedule as adopted by the Irving City Council ( council resolution no. 12-1-93-
556 ) and contained in the Specifications and Contract Documents shall b~ the prevailing minimum v,~ge
rate schedule for all work to be performed in this contract. The Contractor and Sub-Contractors shall
conform to the minimum wage rate schedule as specified herein.
01011-1
PREVAILING WAGES RATE FOR ENGINEERING
(HIGHWAY/HEAVY AND PAVING AND UTILITIES) CONSTRUCTION
CITY OF IRVING
CLASSIFICATION PREVAILING RATE
Air Tool Operator 7.55
Asphalt Heater Operator 10.25
Asphalt Raker 8.40
Asphalt Shoveler 8.00
' Batching Plant Wcigher 8.95
Batterboard Setter 6.15
Carpenter 8.90
' Carpenter Helper 7.30
Concrete Finisher (Paving) 9.05
Concrete Finisher Helper (Paving) 7.85
-- Concrete Finisher (Structures) 8.80
Concrete Finisher Helper (Structures} 7.20
Concrete Rubber 7.50
-- Electrician 15.10
Electrician Helper 10
Flagger 5.65
-- Form Builder (Structures} 8.50
Form Builder Helper (Stxuctures} 7.30
Form Liner (Paving &Curb) 8.00
_ Form Setter (Paving & Curb) 8.65
Form Setter Helper (Paving & Curb) 7.90
Form Setter (Structures) 8.40
_ Form Setter Helper (Structures) 6.90
Laborer, Common 6.15
Laborer, Utility 7.55
_ Lineperson 7.50
Manhole Builder 11.00
Mechanic 10.85
_ Mechanic Helper 8.50
Oiler 8.75
Scrvicer 7.90
Painter (Structures) 10.91
Painter Helper (Structures) 8.00
Piledriver 7.40
Piledriver, Helper 7.00
' Pipelayer 7.75
Pipelayer Helper 6.40
Blaster 8.00
-- Blaster, Helper 7.75
Asphalt Distributor Operator 8.00
Asphalt Paving Machine Operator 9.05
-- Broom Or Sweeper Operator 7.30
Bulldozer, 150 Hp &Less 8.85
Bulldozer, Over 150 Hp 9.05
-- Concrete Paving Curing Machine 8.75
Concrete Paving Finishing Machine 9.25
01011-2
Prevai|in8 Wage Rates For Engineering
_ Page 2
CLASSIFICATION PREVAILING RATE
Concrete Paving Form Grader 9.00
Concrete Paving Joint Machine 7.00
Concrete Paving Joint Sealer 6.85
Concrete Paving Hoar 8.40
' Form Loader 12.00
Crusher Or Screening Plant Operator 6.15
Pneumatic Mortar Operator 6.80
' Concrete Paving Saw 8.95
Concrete Paving Spreader 9.35
Paving Sub-Grader 9.00
-- Slipform Machine Operator 8.00
Crane, Clam., Backhoe (<11/2 Cy) 9.25
Crane, Clam., Backhoe (11/2 Cy &Greater) 10.40
-- Elevating Grader 8.30
Foundation Drilling Operator, Crawler Mounted 9.50
Foundation Drilling Operator, Truck Mounted 10.90
-- Foundation Drilling Operator, Helper-Truck/Crawler 8.60
Front End Loader (2 1/2 Cy &Less) 8.45
Front End Loader (Over 2 1/2 Cy) 9.35
_ Hoist-Double Drum 9.00
Milling Machine Operator 6.65
Mixer (Over 16 Cf) 9.00
_ Mixer (16 Cf& Less) 8.15
Mixer (Concrete Paving) 9.20
Motor Grader Operator, Fine Grade 10.15
_ Motor Grader Operator 9.65
Pavement Marking Machine 6.40
Planer Operator 9.10
_ Pump Crete 8.00
Roller, Steel Wheel (Paint-Mix Pavements) 8.30
Roller, Steel Wheel (Other Flatwheel Or Tamping) 8.10
Roller, Pneumatic, Self Propelled 7.10
Scrapers, (17 Cy &Less) 7.50
Scrapers, (Over 17 Cy) 8.35
Self Propelled Hammer Operator 7.00
' Side Boom 6.70
Tractor (Crawl) 150 Hp & Less 8.50
Tractor (Crawl) Over 150 Hp 8.50
' Tractor (Pneumatic) 7.75
Traveling Mixer 7.60
Trenching Machine, Light 7.00
-- Trenching Machine, Heavy 12.50
Wagon Drill, Boring Machine Or Post Hole 9.00
Drill Operator
-- Reinforcing Steel Setter (Paving) 9.60
Reinforcing Steel Setter (Structures) 10.70
01011-3
Pr~vailin8 Wage Rates For Enginccring
Page 3
' CLASSIFICATION PREVAILING RATE
Reinforcing Steel Setter Helper (Both) 8.45
' Steel Worker (Structural) 12.86
Steel Worker Hell~r (Structural) 6.00
Sign Erector 9.45
" Sign EreCtor, Helper 7.60
Spreader Box Operator 8.00
Swamper 9.00
-- Single Axle, Light 7.25
Single Axle, Heavy 8.07
Tandem Axle Or Semitrailer 7.50
-- Lowboy/Float 9. 10
Transit Mix 7.35
Winch 7.00
-- Vibrator 0pcrator 7.00
Wcigher (Truck Scales) 8.75
Welder 9.05
_ Welder Helper 7.50
Instrument Person 8.50
Rod Or Chain Person 7.08
APPRENTICES' PAY - ALL TRADES AND CRAFTS:
_ The minimum rate for apprentices shall bc in accordance with the scale dctcnninod by an approved
apprentiee~hip program or $1.00 per hour less than journeynun's rates, whichcv~ is lower. An appnma
apprenticeship program is one approvod by the U. S. Department of Labor Burcan of Apprcnticc~aip
Training, and only apprentices cnrollcxl in an approvcd program may bc paid apprenticeship rates.
BASE PER .DIEM RATE:
' Hours workcxi per day times baso hourly rate.
MULTIPLIERS. FOR OVER TIME RATES:
1. Overtime rate:
' Base hourly rate times 1.5
2. Holidays rccogniz~ by City of Irving:
Base hourly rate times 1.5
01011-4
PREVAILING WAGE RATES FOR BUILDING STRUCTURES
-- CITY OF IRVING
CLASSIFICATION PREVAILIN(;} RATES
ASBESTOS WORKERS:
Craftsman/Journeyman 14.25
Helper/laborer 7.13
BRICKLAYERS AND STONE MASONS:
Bricklayer 13.16
Helper/laborer 8.93
CARPENTERS:
' Acoustical 12.16
Drywall 1 I. 71
Craftsman/Joume~nan 9.65
' Helper/laborer 6.45
CEMENT MASONS:
Craftsman/Journeyman 10.95
' Helper/laborer 7.31
ELECTRICIANS:
Electrician 12.90
-- Helper/laborer 8.5 l
ELEVATOR C ON STRUCTORS:
Elevator constructor 15.50
-- Helper/laborer 10.85
GLAZIERS:
C~j~ 12.26
-- Helper/laborer 4.50
HEATING VEN'HLATION & A/C MECHANICS:
Craftsman/joume~Tnan 12.19
_ Helper/laborer 6.95
INSULATORS:
Cra~sman/joum~ 11.00
_ Helper/laborer 4.50
IRON WORKERS:
Structural 11.93
_ Helper/laborer 7.69
LABORERS:
Laborer 7.58
Mason Tender 7.46
Pipe Layer 8.47
Asbestos Removal 10.20
' Construction Specialist 9.80
LATHERS:
Journeyman/c~ 17.38
' Helper/laborer 5.67
MILLWRIGITFS:
Joumeyman/cmfLsman 14.15
-- Helper/laborer 8.95
01011-5
PREVAILING WAGE RATES FOR BUILDING STRUCTURES
PAGE 2
' CLASSIFICATION PREVAILING RATE,~
PAINTERS:
' Journeyman/craftsman 9.26
Helper/laborer 6,29
PIPE FITYERS:
' Pipe fitter 12.80
Helper/laborer 7.67
PLASTERERS:
-- Journeyman/craftsman 15.41
Helper/laborer 7.81
PLUMBERS:
-- Plumber 12.80
Hdper/laborer ?.8 !
POWER EQUIPMENT OPERATORS:
-- Operator (crane, cherry picket, backhoe, forklift) 13.78
Operator (tampers, mixers, etc.) 11
Hell~r/laborer 8.76
_ ROOFERS:
Journeyman/craftsman 9.45
Helper/laborer 7.39
_ SHEET METAL WORKERS:
Journeyman/craftsman I 2.6 !
Helper/hborer 7.56
SPRINKLER FITTERS:
l~crafisman 13.35
Helper/laborer
MARBLE/TERRAZZO WORKERS:
Marble Setter 16.50
Marble/Terr~no Mochanic 14.94
Helper/laborer
TILE SETrERS:
Journeyman/~ 13.75
TRUCK DRIVERS
' Truck Driver 7.46
WELDERS:
Wdder 13.02
'~ Helper/laborer 8.83
010114
PREVAILING WAGE RATES FOR BUILDING STRUCTURES
PAGE 3
APPRENTICES' PAY - ALL TRADES AND CRAFTS:
_ The miramum rate for apprentices shall be in accordance with the scale detcrmined by an approve!
apprenticeship program or $1.00 per hour less than joumeyman's rates, whichever is lower. An approv~
apprenticeship program is one approved by the U. S. Department of Labor Bureau of Apprcmticeahip
Training, and only apprentices enrolled in an approved program may be paid apprenticeship rates.
BASE PER DIEM RATE:
Hours worked per day times base hourly rate.
MULTIPLIERS FOR OVER TIME RATES:
1. Overtime rate:
Base hourly rate times 1.5
2. Holidays recognized by City of Irving:
Base hourly rate times 1.5
END OF SECTION
01011-7
SECTION 01050
COORDINATION
PART 1 - GENERAL
' A. All knovm utility adjustments will have been made except for those specified in this contract, but in
the event that any additional work is necessary, the Contractor shall cooperate v,~th the utility
companies in the satisfactory completion of their work.
-- END OF SECTION
01050-1
12/91
SECTION 01051
GRADES~ LINES AND LEVELS
PART 1 - GENERAL
1.1. DESCRIPTION
-- 1. The work as specified in this section includes compliance with alignments indicated on the Drawings.
2. The City will perform the following:
A. Set the baseline with stationing every I00 feet as on the plans, along with P.I.'s, P.C.'s and
P.T. 's.
B. Establish bench marks and temporary bench marks as indicated on the plans.
3. The Contractor shall be responsible for layout and control of all grades, lines and levels except as
stated above. The Contractor shall be responsible for the layout and setting of form lines and grades,
layout and setting of joint lines, layout and setting of embedded items and all staking except as stated
in 1.1.2. above.
4. The Contractor shah safeguard all points, grade marks and bench marks established on the work; shall
bear the cost of reestablishing same if disturbed; and shall assume the entire expense of rectifying
' work improperly constructed due to failure to maintain and protect such established points and marks.
5. The Contractor shall give the City of Irving 2 working days minimum notice of the time and place
' where staking services are required.
-- END OF SECTION
01051-1
12/91
SECTION 01320
PROGRESS REPORT
-- PART 1 - GENERAL
1. !. DESCRIPTION
Upon the request of the City of Irving, the Contractor shall prepare a progress and schedule chart based upon
date of notice to proceed. This chart shall list the major items in sequence of construction and their estimated
-- times of completion.
1.2. SUBMITTAL
A preliminary schedule chaxt shall be submitted at or before the pre-construction conference. The Contractor
shall submit updated progress and schedule charts on the 261h day of each month upon request of the
Engineer.
END OF SECTION
01320-1
12/91
SECTION 01515
TEMPORARY WATER
PART 1 - GENERAL
1.1. DESCRIPTION
The Contractor shah be required to furnish a water racier for metering all v~ter used on this project. The
Contractor shall pay for all water used on this project directly to the City of Irving Water Depaxtmcnt whea
-- the job is completed and before final acceptance by the Engineering Depaxtment.
END OF SECTION
01515-1
12/91
SECTION 01516
SOLID WASTE DISPOSAL
-- PART 1 - GENERAL
1. I. DESCRIPTION
The Contractor shall dispose of all refuse at a Texas Department of Health (TDH) approved landfill, other
than the City of Irving landfill.
A list of all landfills having a TDH permit is available at the Arlington Office of TDH. The North Central
Texas Council of Governments (NCTCOG) has prepared, for sale, a list of all landfills in the NCTCO G
_ region. The D/FW landfill is listed in the telephone book "yellow pages".
Alternately, the Contractor may arrange with a Commercial waste firm to simply supply a roll-off bin for
_ disposal purposes. Several private regional !and fills are available in the NCTCO G area. The contractor shall
determine which method best fits the project requireancnts.
END OF SECTION
01516-1
12/91
SECTION 01533
BARRICADES
-- PART 1 - GENERAL
1.1. DESCRIPTION
The work as specified in this section includes such signs, flagmen, flares, torches, or light as deemed
necessary for public safety.
1.2. MEASUREMENT AND PAYMENT
_ No separate payment will be made for any items of work, materials, parts, equipment, supplies, or related
items required to perform and ¢omplgto the requirements of this section.
1.3. RELATED WORK DESCRIBED ELSEWHERE
FLAGMAN SECTION 01572
PART 2 - PRODUCTS
2.1. MATERIALS
A. All signs and barricades shall be constructed, painted and maintained in accordance with the
applicable requirements on pages BC-1 through BC-6.
B. The Contractor shall contact the Engineer to coordinate all signs and barricades and v,~ll be required
to provide standard barricades, markers, beacons, warning signs, etc., as listed below:
PAGE TYPE DESIGNATION
"Observe Warning Sign" R10-8 BC-3
-- "Road Work Ahead CW214 BC-5
"Right Lane Closed Ahead CW20-5DR BC4
"Single Lane Ahead CW20-6D BC-4
-- "Barricade (w/~asher) Type Ill BC- l &2
"Barricade (w/~asher) Type I BC-1 &2 -
Cones (18" min. ht.) None
-- Beacons (for Trafficseparation) None
"Slow" CW13-4 BC-6
"End Road Work" C20-3 BC-3
Such other signs as may be deemed necessary by the Engineer shall be provided and maintained by the
Contractor.
01533-1
12/91
PART 3 - EXECUTION
' 3.1. GENERAL
The Contractor shall provide, construct, and maintain bamcades and signs as shown on the plans or as
-- dircctcd by the Enginccr. The Contractor shall provide Class "D" barricades on both sides of each strce~
entering the project.
-- The Contractor's particular attention is directed to the ncccssity of providing and maintaining a sufficient
numbor of lights of flares at barricades and points of dangcr; for the protection of vehicular or pedestrian
traffic. Lights and flares shall bc placed in number and spacing as directed by the Engineer and shall be
-- maintained bct~'een sunset and sunrise.
3.2. The Contractor shall provide in writing, names, addrcsscs and emergency phone numbers to the Engineering
-- Department.
3.3. The Contractor shall maintain a minimum of the barricades as indicated on the plans and place the
_ barricades according to the phases of construction sheet in the plans according to the phasing of the project.
END OF SECTION
01533-2
12/91
· T BA" SING . ~ .,, '~ · ELEVATION
-"'"' ,. ;=:;:.:."""" "' ,--,-.,.,,.-.-
S~a ~ ~rrm~ m t~ ~ m~r,to h fIflKtWIZ~, ~1 FO'PLAN
, ,....--..--........--.,
'~ m - TYPE
~ ~ E ' I , - - ', ' ~ , -~ , ',i - '
~ ' ~ ~o-~ ~ G~-6 S~s FOR CULVERT ~D BRIDGE WIDENI~ SITES
' '~ " ~""'"""'"~:' BARRICADE
E~ r~y of o dN~ h~y ' ' ' ' h ~ ~mh~ ~ stri~ ~tois
s~ll ~ ~r~ in the ~ Nn~r. Pbs 12' ~ '
PLAN (All I~r SmZ~ a~ ~i~l d~ns~)
~...,~ o~ ....,~.... . STATE DEPARTME~ OF HIGHWAYS
,0. ,.,..,~.~. ~'. 8" .. . ~ ~ 4'.4' AND P~LIC TRANS~RTATION
, , dir~M by the E~;,~ Z'3 4 .... -
~,~..~,..,,..,.......,...,_,.,..,,,.,,.,,~...,.,..~.-....,....o-........ ..... *....,, ,,.,.. ,. .,-,-., ,-,..,.. --~-~..,,...,o.,~-.',.'.~rSTANDARDS
.,. 0, ,. ,,.., ..,........ ,..~.. ,,...._,.. _.,....,.,....o,.,..,..o,...,.,...,......,.,..,.o,-,,~-......~ ~D ~TRUGTION
miniram heilht of 3e Inchel to the ~tlom of the lens Ind rely ~ IttlchH toh erected ~ el~h Wwk Irll.
E. ~e Ilgnl IhOwR a~lv to the fitit lad lint bmflcldel Of I eeloct, A CW13-4
Flwet (trochee) sly be requlr~ to lu~lement the electric fillheel but will notsign Ihall replete the 020-1 Ind O20,6 signs, e~ othe~ liens ihill be ~ltted 81 a ·
, "
permitted In lieu of electric liesheft eKcept In easel of eraseVentY, Fiefeeberricadea at interim work sea locations, ~/ ~ _.
.m....,. ..-- -... .--,, -- .'--.' .--" "" "-- '"' ""'"". " " BARRICADE PLACEMENT
.,...b.... MODIFIED STAND FOR CORNER DETAIL STAND BC(I)- 76A
,. a, ....~0.. 0~ b...,¢.,. ~.-.~..- c...,..t.. o.,.,.. Tvp. m ,~,.,.. ~RROW BRIDGE ~: "~'" "" 9- 75
TYPE ~ (G) BARRICADE DETA.' .~ cOR TYPE ~ (D)BARRI~DE "' """""~;;~"""" ""
· . . _ z':o;?. ~-~ · "" ~" ~' '~ "'~ ,;:::,:.J:~:::: :::,:.,.~:JTJ:~:~
,~4" I SIr, ~ S~ ~ M t r~ t ~ ~ ~,~ SIr~S, "' 6"
Type I or II leftlocales ihmll be u~ed e6 elq isleeta which ete sissod te Iteff~ and ee ~
~ I I"~zG" "A" I*x" ~, ~ dr~ i$ ~ sivanee werelet e~ tireell Ipprolehlnl olDreed arose. Whe~ this bertleeds II used to .
TAND ~6' close I lifeeL i iMff~le~t number el unltl shell H used te block the entire ,1~e1. This
, t : ' """""""""""""'""""'"""""""""""'"""""
.... ' o.. .... ' ~';*""' '. """ ;;':""* 0" 0"* - ~ T,.. ,,,,A, ...,..........0-..~,-..,......,' -- --' .' *'*" '"* *' ""'
- ; ........,.., .... ....,...,.,.,,...,...,,..,..,. .... ,,...,,,,,.,.,,, .... ,
, ,~, ..... ~ .,_~ TYPE ~ BAR~ADE DRUMS ,;~' ,~::~'~.',~'~,~LT,~'~;::'.~; ',~,~'.~"" ""'"*" .... '"' '"'
TYE ~ BARRI~DE ,0, T.. ,, ..-,--, .... ,, ~., .~ ""' ..... ""'
hive rlileetlv~ orange end reflective white el an espedient method Ior trl~o ~hlnneillellO6. The color end mlrkln~ at druml Type Ill(l) leffl~edes eel eotomFenylnl IIIRI mhall le used st ee~ end ot
shell be consistent with me~nl ItlNdi~l ear berrlcedes whith ere orenee end Itructio~ WreJH~ tIDied to all trlffll. The Flee in Iheet IC{I) i~lll ~e
Ibm, here relicolive orenee and reflective whRe tel clrcumferentltl white stripel 4 to I tn~hel w~e. Orvml Ihlll be relle~toril~ Type Ill(C) II~lcedel end Io{omelnylnl Illnt shell be uled It esoh eel ~t
I~. · 2'* x I'* rdl mty be ~led in lieu Of the 1" x 1" rltl and 2" x warnleg liens. In IddittoB. I !lelhin~ sirnine liehi IhoMId be idded when iruml form ~t wo~ is Seine ~e~ormed which ~reetel · treffia 4sneer th{ouIhavt the en,re
4" elietheL Oth~wile the rail t~ll be failcited II ~lled. ere used sleety. mad steady burnine warnine liBhls when they ere used in · series leneth el the praise. The FIle off Sheet It(l) shell be used. I~ the ease ~1 leverel
meteri=l to the exlenl that would mail them denSerove to motorSIll. dlvlduml Eectlo6 Ihell be blrHeld~ with Type Ill(C) Isrrlesde:. whh :~nln
m~lflcetionl el noted on Sheet BC(1 ). Type Ill(C) Barricades ml~ else be used where
ZLO"~. ~ iS ~r&o~ ~ telfile from eounW Nldl or elty erreels le permiued to enter the prohot ares.
, Type Ill(O) Berriesdes shell be uled on calved er bridge widesing priests where
~ tX4 t"X8"/~ ~ ~ behind the blrricadeL
r i !lj ~ .... ~ ~q In Ill Cells the berticicles shell be is recited IS tO meet ldvlntlgeoue~ WIre and
:: · .... ,,."' .... .... ""
~ ~~ ~ I t. Type III Barricades Shell be supplemented by I~hte placed so el not te integers
---,
' :: s m ' ~ ~ ~& word in the direction toward which treffie must cordmace wi~h the illue~rltionl led notel on Be{1 ), or el directed by the Engineer. If
, ~, ¢ ~ ~ ~ ~ ~i~ d~en~ ~ ~6e I ~'-6' turn in detouring. When both dght end lab turns is niceleery thai Type I or It Barricades remain in place It nigh~ I Iuffk~nt number
~ ~' U ~..':j~ ~.:~- .o~o 0own s~AP "' ""'" "' '"' "" ...... ""'"'" ""' """" '"'"'"' "'"" '""'" ""' ..... ""' '"' '~""" "' '" "~ '"'
~T[ ~ ~ FOR PANEL FOR ' FOR STUD ~.,
TY~ ~ ~RRICADE TYPE ~ ~RRIC~( ~PE ~ BARRICADE STAND ~R
TYPE ~ 8ARR leAD( TYPE ~ BARRICADE s,ipi,s el rails. panels led getel lee the ,9ht lle Be,steams shill b ..... tfucted el close. ludec~. seu,d lumber eel te the nominee
FM T~ III e~i~l, N ~el (3l fails I~H N reflective el the roldwly il ihown above. For the leH side el dimensions ihown on Sheets Be(1 ) end BC(2). Barricades lhlll be el ~rll-cllll
t l~l. SeT; III {~ lwrlC~ ~ ~ S~el K I1). color. In no c~se Ihalt loll thin ~e {HIS be used. The m~I~O{~H wha and
=;'~'~,~. ~'~ t~'~ , ~'~ , ·
I __ ; 20'2C W~-ZB ~20-~ ;k2~; ~-.~:.. Type Ill Bert&cedes des~Sned 16, movies or rouse shall be e~eted whh
~8
,-~ . ~. :~;, ;:;-:~'~; , , ., .;. - ,;. -; . · ,~;, ....,: ,.,~.,, .,.....,.. ,.., ,...,.,. 0, ,........,, .., .. ,... ,... ,.., .. .... ....,
~ - ' ~ ~ h~ ~ The Cantleclef Ihlll mileClio ee;h betelcads in · celiition equal to that required
~;: &~m j~l · Sheets IC(l). lC(2h =hi these note~
i RO.W
T~ical Signi~ In Advance of Type ~(A) ~ (B) BerrYode h,,,d .... y ,eerie,.
DELINEATORS
. T~iti~ to t~ R~ht
'.on~ti~ !o 1~ Let' '8 ~ ~ CWI-~ ~ ~ ~ In ~ddltien te ethe~ t,,ffic ce,trel devkel. dellnelte~ ml~ be reqgi~ whhia the con-
* ~-IL ~d~l
~"" ~'~ ~ ~t ~ "'"" ........ '"'~"' '" ~'"'""' '"' ""'"' '"'""'"' ...... ~""'~' ....
,~, ~s,,.¢,o. ~,.i~ ,~s ~ STATE DEPARTME~ OF HIGHWAYS
T~COl S~gnin~ In Advance of Type ~ (C) ~rricod~ ELECTRIC LIGHTS AND ~LIC TRANS~RTATION
ADVANGED SIGNING--TYPE ~ BARRIGAD~ ;:%~ ~,~o.: '.~:::~,~.?,:::';L,~:7:~:':,':',.~'.~;:; ,'::~,:~":~I,;:,~':~'~:','; BARRICA~ AND ~NSTRUCTION
"'~"' ..... " ..... '" '"' '"" ..... STANDAR~
, ~.~ ,. ~,,....,, .... , .,,. ,,, ..,,,.., .... .. .... ,., .,.., .... , .... . .... ,,. ..,.,...,. ...... ,.,.,....., .,, .... ,., .... ,.....,, .... ,, .... ,,,~-. BARRICADE
llgnl, Or Other Iupponl. AI thele lightl ire eHective in dlylight II well II dlrk. they
~ .,...,...~,o..,.,.-. .... ..,-,.~.., ..... ..,,. .... ,..,..~.'..-..,.'- AND CHANNELIZiNG
CW i-6 VP-IL 0nd VP-IR Vertic01 Panels .~ ........ ., ,., ,...,o.....o.,..,.. ~ ....... ~ o. ,....~,...,~.. .;.. ..... ~,,; .... ~.., ..... ..,, - .. ,..; .... ~ .,--..,. ;. ,.. ,' ....... ~','-- -~ .-,. ~,.. !~. I'
Signs~ ,
:"' o~~v I ,. ~ ETOU
-" ~'?' WARN IN .. .,
S') SIGNS:
,,. ,.-. ~o-, !!~.:-;:'.,., i~Ei~. ,.,'..,,-
RO~E "" /"""'F'Ni~N OR
i;' I0 MILES AHE: ~ !i!i ,.,,...,-
J LOCAL TRAFFIC I "'
"/ ~ ,. /--,~. G20- 2 GL::>O - 8R
60" x 24" 48" X 18"
' "' E N D'~ ~ _~,.. ,...~"~.'.s:
I I0 MI ,~ ...,,-~,- ..
J LOCAL TRAFFIC 0 .,. ~2.o,.~3,,. .- "' ~o-,o
,~ ..~___~___ _m_, """' ~ E N D "¢ 30" x 18"
1',-" AD
~ "' _---~ C IT Y 7_- ~' p J STATE DEPARTMENT OF HIGHWAYS
- ' "~ "' AND PUBLIC TRANSPORTATION
I "" S T 0 P~. .. s T ~T E ____~ .,.,:,~,:;,~,:,,~ ~,,,,~ ~,,,,~-,-,:,,.,,:;-,-,,:,,,,
""" :' oR' FO LLO W M
-, ASK FLAGMAN FOR';~--' "(~ONTRAC STANDARDS
~ ROAD INFORMATION: ~ T .-
~ REGULATORY AND GUIDE SIGNS
,. ..? ,~.
"' ,h-. D20 48" x 42"
L_. 60" X 30" ~"""' ' ""' """"
~ ' ' CONSTRUCTION SIGN NOTIS
~ Construction s~lnc shall be made from wood e~ metal. The
I s designslion el metal and wed as primary mcteriel8 ler cleric
'.' '"""'""""""'""""""""" ....
I'm ~ '~ ~ now or haresher eveliable.
~ ( · . MOTEl I0, signs shell ~e 12. 14. m 16 dseSe easel which con.
0 forms with the Oepa~me~t*l *'Special Spe~H~mtJo~ foe Sisal
/ ~. [ _ __. _~ ~ I Wood lot signl shall be nominal I inch stock. Iand I
J~' l" grade plywood. Douglas Fir Plywood Alsoslot&eft. of equal. el
---~ ' minimum I '2 inch thickfills. All wood signs mode up el Z of
~ ~ mite pieces lhlll hive one of moll eliIlL nOmintl I inch by I
'' v~ ..... T inch Iomblf on Isabel liens Or I 2 inch by 6 inch plywo~ on
plywood signs. !litenid to the back el the sign end extending
' ' & fully Icross the l~9n. On lumber signs there Ihell be I Glees It
· ~ ~ elch end of the sign It rlOhl erietel to the joinel ~Meen the
' boards. and the beards Shill else be listened together with I 2
~ C ~ joints. In localities share efttested weed foil rapidly. it is
~20-~B CW20-48
1000 FT~" 1000 FT ..,-. .........,..., .....-...-.,-,.., ,-.,. ",..-,..,
1000 FD ........ "'"""""" .......
1000 FT 500 FT '""""""'"""""'"""""' .......
~"" 500FT~
F T~ CW ~-~ 7"C CW ~0-4C All sign lettering shall be clear. open teendad type capital let.
500FT ~*~-~ 500' ....... " ......,.......,.,..--. ....
"~"~ AH~AD~ AHEAD '""'"" "'"' """' "'""'""""' "' ....
~A D~8 CW~-3O 7"~ ~W~' 40 lollstinO shill be of first class workmanship equivalent to thai
AHEAD ~.~o-~ AH '0 .,,..o.. ........ ....
CW~-ID Stlndlrd lions shill bl used IS rNulrld by S~!II ~(1 ) led
BCI2h the plane. of II allreeled by !hi EngineIF to figslate.
~ 1' t I ~*a =& litbet accordance with the'Twill Mlnull on Unilofm Trl~wc
AN ":~' ~LA~"FAt~ '"""""""""' .... .....""""""""""' ....
1[s'l~i ~ . by Sheets It(3). ICi4L 8C(5). 8C(I). end these natal.
~( ~ ~e$ __ t - --1 Signs shall be removed upon completion of the wo~-
k' ~',~¢t .' ', t s ~' ~ ~ dlvidu81 warning signs shall be rimeyed. turned away hem the
' 1500 ~
~~ port,hie s~mnd ,pproved b~ the lfglneet Where s poemhie
CW 20 · 6A CW 20 - 7A b... ,o, ,.~. ~.,.., .........d.d P, ....., ........;~
~ ~ k CW2O : "X . ~ lieel or other Iol~d objects that might become flying projoe-
' 5AL ~ 48' x 48" .~ ....., .~, b.
..-~ =::..,::::::. ,,,..--..~,..,, ...."~'"" ""'"'"1000FT""0 ...."""""" ....."""'"' .....'""'""'""'""'
I000 FT """"'""" ...." ....
CW20-GB CW 20' 7B I. Streets Ind Highwlyi'. C~trKterl will fenlib I c~y el
1000 FT ~-~.~ I000FT -..,,,-.,-,-.. .....,-, ....',"."."..-.,-..,,...
CW~-56R fillhers ~d b~riclde wlrning lights meet ~1 r~kmlntl of
50OFT 50OFT
CW~-~ CWZQ- 7C lion D of the "Texas Manual on Unil~m Traffic CHtf~ Daytool
~-~-~ 500 FT ~-~-~ 500 FT """""'"""""""
~-~-.~ AHEAD~-~-,~ AHEAD .,,....,...,..-.,.-.. ...... ..... .... .........,.
6C (3). BC-(4), 8C-(5) end BC-(6) er those sign delignl shown
AHEAD -~-~AHEAD ,-,.. ~. '. ,,.. .....,, ...., .....-.. ,,,, .,,,...,
~0-5~ 'Stlndlfd Highway Signs" when the required sign
/'~ . ~,,, ~ ~o~e ~,,~h~,., ~...,, ~ STATE DEPARTME~ OF HIGHWAYS
~" 'f~, ~ w~re ~s ~e eected. wbon ;ees,me 5~0"
~ ~,~., .~d b. ~,..d ,o 7~0~ AND P~LIC TRANSPORTATION
~ , , , , ,z ' . ~ .'~:~;' 2.:,: o.6.i.~-' STANDARDS
TYPICAL SIGN SUPPORTS ~ ~ ~ :~: ~'-o". APPROACH WARNING SIGNS
~ ~05 wl .... 4". 4"pOSt
,7 ** ' ' ,, ~ ~ST SIGN ~T: ~ 48'xoe" ~00 ~T ~ ~P~RT, f, ,eCta'n~ula, ~ Z- ,.r~,. c,, ~ l .... ~,~ m
~ ~ST SI~ ~T, ~ ~"~"~ ~ ~s ;e~l~ sqn~ gude s,qns, ~d O 20 s,gns s t
~oll~ ~mq ~s. ~ 0that ~ns ~v~ m ~ ~t
'v. CW21' 8
CW2t ' 5A 30" X 30"
,: ~-6R '
0w2, -, -
30" x 30"
REMOVAL OF pAVEMENT MARKINGS CONSTR~ION
Removal of plysaint Mlrklngs includes centerline. blrrlmr lines. lane lines. ~ lines. FR~UENCY OF ·
' SPEED LIMIT SIGNS SPEED ZONE
~emovedm obliterltld II m~ Is prlctlclble, The above shill not Ipply ~e detours of I SPEED LIMI~ ~O~ ARE FOR ILLUSTRATNE ~ ~Y
short time durlti~ of 8 few h~rs where flagman -- mufiicient channelizing dcv~es Ire {~AT~ CLA~ ~ED Z~E ~S ~LL {E BL~K ~ND ~ A W~TE
used to outline t~ detour r~te ind the de~r is ~t to be m/in~in~ Over nighl. REFLECTIVE BACKGR~ND
~"'""""' ..... "" ~ AND ~STRUCTION
The mlrking removll IhNId ~e scheduled immediNtelY following the
""""'"' """' BARRICADE
Pavement markings shell be removed to the fullesl extent ~ssible. so Is not 1o lelvI a
¢" "' ";"'"'"""'"' "'" " ";"' .... ""' ....... '"" ..... """"""'""'""; CONSTRUCTION AND MAINTENANCE
(5] solvents and chemicals; end (6) burning. Over-painting ol the marking will not be pet-
mi~ed. Removal of raised ~vement markings shall be Is directed by the Engineer.
CW21 7 twe. Nighttime inspatties see needed to verily the continued effectiveness of the
30" X 30' .h..,,. "" J
~Cter, 81,ck~ Pavement matinee" ~ removed IMll ~ IS s~wn in the plans -- IS directed by the
DER
' ' . I'. .... ' ,F. I ,~. -,t'. CIW8 -5
f~" f" .... SYM~
,.
~ GW8 ' 3 CW8 - 6 CWll - 1
" 30' x 30' 30' x 30'
$ )0 WAY; i: 3o', 3o- .
I ,I'
'~" m', .... 24' x 24'
I i ;SH~~ED ': ~
- -- 'i ~ STATE DEPARTME~ OF HIGHWAYS
E R'
: ~ BARRICADE AND ~NSTRUCTION
~." ~ ~ - ' .... ' STANDARDS
I '
cwB-7 cw~3-4 ADDITIONAL WARNING SIGNS
~ GwB- ~ cwB-4 30' x 30' 30' x 30'
30' x 30' 30' x 3d'
SECTION 01~62
-- DUST CONTROL
_ PART 1 - GENERAL
1.1. DESCRIPTION
When directed by the Engineer, the Contractor shall sprinkle areas where dust>' conditions create a nuisance
or hazard within the limits of this project.
1.2. MEASUP-,EMENTflqD PAYMENT
A. No separate measurement and payment v,~ll be made for sprinkling.
END OF SECTION
01562-1
12/91
SECTION 01572
-- FLAGMEN
PART 1 - GENERAL
1.1. DESCRIPTION
A. The Contractor shall provide and maintain flagmen at such points and for such periods ofthue as may
bc required to provide for the safety and convenience of public traffic and Contractor's personnel, and
as directed by the Engineer.
1.2. QUALITY ASSURANCE
A. Qualifications:
Flagmen shall bc English spcaking, courteous, well informed, physically and mentally able effectually to
perform their duties in safeguarding and directing traffic and protecting the work and shah b¢~ neatly attired
and groomed at all times, when on duty.
1.3. MEASUREMENT AND PAYMENT
No separate payment will be made for traffic control.
1.4. RELATED WORK DESCRIBED ELSEWHERE
BARRICADES SECTION 0 1533
PART 2 - EXECUTION
Flagmen, when directing traffic, shall use the standard flags and signals shown in a pamphlet enti~ed, "1980
- TEXAS MANUAL ON UNWORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS", a
publication of State Department of Highways and Public Transportation, Austin, Texas.
END OF SECTION
01572~1
12/91
SECTION 01710
CLEAN-UP
PART 1 - GENERAL
1.1. ~
A. The Contractor shall perform such clean-up work as is deemed necessary by the Engineer.
B. The work shall at all times, present a neat and orderly appearance, and all cleaning up shall be
completed and all construction machinery and equipment, surplus materials, supplies and debris shall
be removed from the street or right-of-way prior to acceptance of the final work by the Engineer. The
Contractor shall be responsible for final clean-up, which may be necessitated by his operations on
the right-of-way outside the limits of his work.
C. The Contractor shall maintain all drainage structures within the project location. All drainage
structures shall remain free and clear of debris, mud, etc. during construction and shall be thoroughly
cleaned at the end of said construction. All disturbed drainage ditches, road side ditches or earthen
channels shall be reshaped or graded to provide the necessary drainage to match originals contours.
No pay item is provided for cleaning of drainage structures or restoration of same.
1.2. MEASUREMENT AND PAYMENT
No pay item is provided for clean-up. Therefore, 10% of the total bid will be withheld, for the purpose of
clean-up. This is to assure the Owner that acceptable clean-up follows as soon as possible after the
installation of said improvements. At the completion of clean-up, the 10% withheld for said purpose, will
be released. The 10% retained for clean-up is in addition to the normal 10% retained for all items in the
project.
END OF SECTION
01710-I
DIVISION 02
SITE WORK
SECTION 02014
EXISTING UTILITIES
PART 1 - GENERAL
-- 1.1. DESCRIPTION
The City of Irving does not guarantee the utility lines to be in the exact location as shown on the plans. No
_ extra compensation of any kind will be made for failure of these lines to be located as shown. Where a utility
mare line or service line, not shown on the plans for the Contractor to protect, adjust, support across trench
or relocate, is affected by construction, the City of Irving or others will lower, raise, or relocate the line so as
_ to permit installation of the proposed structure, as directed by the Engineer. Where the utility main line or
service line is so situated such that the proposed structure must be lower, the Contractor shall have full
responsibility for the protection of the existing line.
Any water, gas, sanitary sewer, storm sewer, telephone, telegraph, television, or electric line broken or cut by
the Contractor or any of his Sub-Contractors shall be replaced by the Contractor at his own expense and will
not be paid for by the City of Irving. Repairs shall be made immediately with no other work performed until
such break(s) or damage has been repaired and service restored. Where sanitary sewer services are replaced
across trenches, the Contractor shall use cast iron soil pipe with a ncoprene adaptor, of identical size, as
manufactured by Can-Tex or equal to make the connection to V.C. pipe. When sanitary sewer services are
replaced across a water line, Class 150 pressure pipe shall be used for the sanitary sewer pipe.
1.2. MEASUREMENT AND PAYMENT
No separate measurement or payment shall be made for any items of work, materials, parts, equipment,
supplies, labor, or related items to perform and complete the requirements of this section. The cost for all
" such items required shall be included in the bid item for which it is a part.
-- END OF SECTION
02014-1
12/91
SECTION 02102
CLEARING AND GRUBBING
-- PART 1 - GENERAL
1.1. ~
The work under this section of the specifcations includes all labor, equipment and materials necessary for
the removal and disposal of trees, stumps, brush, roots, vegetation, logs, rubbish and other objectional
-- matter.
1.2. MEASUREMENT AND PAYMENT
Payment for clearing and grubbing shall not be paid for separately, but all related costs shall be included in
the appropriate items of the Proposal and Bid Schedule.
PART 2 - EXECUTION
2.1. PERFORMANCE
A. Unless otherwise directed by the Engineer, all trees and shrubs within the limits of the rights-of-way
and easements which are not specifically shown for removal on the plans, and ALL trees and shrubs
outside the limits of the rights-of-way shall be considered designated for preservation. Those trees
and shrubs not designated for preservation will be so marked prior to construction.
B. The rights-of-way and easements shall be cleared of stumps, brush, logs, rubbish, trees and shrubs,
except such trees and shrubs and certain areas designated by the Engineer for preservation. Those
trees, shrubs, and other landscape features specifically designated by the Engineer for preservation
' shall be carefully protected from abuse, marring or damage during construction operations.
Continual parking and/or servicing of equipment under the branches of trees designated for
preservation shall not be permitted. Trees and shrubs designated for preservation that must be
' pruned shall be trimmed as directed and exposed cuts over two (2) inches in diameter shall be
treated with an approved aspbaltic material.
END OF SECTION
02102-1
12/91
SECTION 02200
TRENCHING. EMBEDMENT AND BACKFILLING
PART 1 - GENERAL
1.1. DESERIP_llO~
-- The work as specified in this section includes trench excavation to proper grade, embedment of pipe, and
required trench backfilling as shown on the plans, directed by the engineer, and specified herein.
.- 1.2. MEASUREMENT AND PAYMENT
Trenching, embedment and backfilling shall not be paid for separately. Payment for trenching,
embedment and backfilling shall be included in the unit price as shown in the proposal for new water line
and other applicable items.
_ 1.3. RELATED WORK DESCRIBED ELSEWHERE
TRENCH SAFETY - SHEETING AND SHORING ..................................... SECTION 02400
PART 2 - MATERIALS
2.1. NATIVE TRENCH BACKFILL
Native trench backfill shall be material from the trench whose characteristics comply with the following
requirements:
A. From excavation in silty, loamy or sandy soils, with or without gravel particles all materials will be
acceptable EXCEPT:
1. Debris resulting from grubbing operations
2. Frozen chunks of earth
' 3. Rocks larger than 3 inches in maximum dimension for trenches 4 feet wide or less and
4. Rocks larger than 6 inches in maximum dimension for trenches greater than 4 feet
' B. From excavation in clay or gumbo soil, all materials shall be acceptable EXCEPT:
1. Those listed in paragraph A above
-- 2. Firm lumps larger than 6 inches in maximum dimensions
2.2. SELECT TRENCH BACKFILL
Select trench backfill shall be material whose characteristics comply ~vith the following requirements:
-- 1. Plasticity index range from 0 - 12
2. Mechanically compacted in 6" to 8" lifts
3. Compacted to 90% standard proctor density, or 95°A standard proctor under pavement.
02200-1
4/93
PART 3 - EXECUTION
3.1. TRENCHING
Trench sides shall be cut as nearly vertical as possible to the width range indicated on the Embedment
Detail. The contractor is required to sheet, shore, or lay back the trench slopes as specified in Section
02400. The additional excavation and backfilling for laying back trench slopes will be subsidiary to the
Trench Safety-Sheeting and Shoring bid item. Where trenches are more than the maximum trench width,
provisions shall be made to protect the pipe from collapse of trench walls.
The bottom of the trench shall be excavated no lower than necessary to provide for embedment material
below the pipe. Where excavation is made lower than is necessary, the fill back to grade shall be at the
contractor's expense. The entire area in the bottom of all excavation shall be firm, stable and of uniform
density as nearly as practicable. Unless necessary, materials shall not be disturbed below grade. However,
any soft disintegrated or other unsuitable materials shall be removed to a depth below grade, as directed
by the engineer. Materials thus removed shall be replaced with suitable materials thoroughly compacted
in place to the finished grade elevation in a manner satisfactory to the engineer. Materials shall be finished
off smooth, true to grade and line.
3.2. .F~aBE, D~LF~a~
Embedment shall be as specified on the plans and shall be placed as directed by the Engineer.
END OF SECTION
02200-2
SECTION 02224
PIPE BORING. JACKING AND TUNNELING
PART 1 - GENERAL
1.1. ~
This item shall govern for the furnishing and installation of pipe by the methods of boring, jacking, or
tunneling as shown on the plans and as specified herein.
1.2. ALLOWABLE TOLERANCE
Lateral or vertical variation in the final position of the pipe from the line and grade established by the
Engineer will be permitted only to the extent of 1 inch in 10 feet, provided that such variation shall be
regular and only in one direction and that the final grade of flow line shall be in the direction indicated on
the plans.
1.3. SUBMITTAL
The Contractor shall furnish for the Engineer's approval, a plan showing his proposed method of handling,
including the design for the jacking head, jacking support or back stop, arrangement and position of jacks,
pipe guides, etc., complete in assembled position. When the water, sanitary or storm sewer pipe is
required to be installed under highways, railroad tracks, etc., the Contractor shall furnish type of
"Encasement Pipe", "Pipe Spacers" and the method of installation for approval by the Engineer.
The approval of this plan by the Engineer will not relieve the Contractor from his responsibility to obtain
the specified results.
1.4. MEASUREMENT AND PAYMENT
Boring, jacking or tunneling pipe will be measured by the linear foot of pipe, complete in place. Such
measurement will be made between the ends of the pipe along the central axis as installed. The work
performed and materials furnished as prescribed by this item will be paid for at the total unit price bid per
linear foot for Boring, Jacking or Tunneling Pipe, of the type, size, and class specified on the plans, which
price shall be full compensation for furnishing all materials, pipe, linear materials required for tunnel
operations, for all preparation, hauling and installing of same, and for all labor, tools, equipment and
incidentals necessary to complete the work, including excavation, backfilling, disposal of surplus material
and for removal and restoration of improvements damaged as a result of construction under this section of
the specifications.
The contract total unit price shall be the total compensation for furnishing and placing all materials
including encasement pipe, concrete embedment or grout backfill, concrete, clay or brick plugs, and for all
labor, equipment and materials as required to complete the installation.
02224-1 8/93
PART 2 - PRODUCTS
2.1. MATERIALS
' The encasement pipe nominal diameter shall be as indicated on the bid proposal and shown on the plans.
Steel pipe coated inside and outside with 10 mils. of coal tar epoxy shall be used for the encasement pipe,
and shall be provided with at least the minimum thickness called for on the plans. Steel pipe shall have a
-- minimum yield strength of 35,000 psi and conform to AASHTO Designation M218-74.
The "carrier pipe" to place within the "encasement pipe", or bore, shall be as shown on the plans and
described elsewhere in these specifications.
Pipe spacers shall be used for support of the carrier pipe to prevent the installed pipeline from resting on
-- the bells in the encasement pipe. Products not shown on the "Approved Products Listing", Section 01005,
must be submitted to the Engineer for approval.
-- PART 3 - EXECUTION
3.1. ~
Where pipe is required to be installed under railroad embankments or under highways, streets or other
facilities by jacking or boring methods, construction shall be performed in such a manner so as to not
interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or
damage any embankment or structure. During construction operations, barricades and lights to safeguard
traffic and pedestrians shall be furnished and maintained, as directed by the Engineer, until such time as
the backfill has been completed and then shall be removed from the site.
3.2. pITS AND TRENCHES
A. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be
excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe.
Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted
securely and braced in a manner satisfactory to the Engineer to prevent earth from caving in.
B. The location of the pit shall meet the approval of the Engineer.
C. The pits or trenches excavated to facilitate jacking operations shall be backfilled immediately after the
jacking of the pipe has been completed.
3 3. BOR1NG
-- A. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to
be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2
inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the
-- opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger
diameter hole to be bored. Excavated material shall be placed near the top of the working pit and
disposed of as required. The use of water or other fluids in connection with the boring operation will
,,~ be permitted only to the extent required to lubricate cuttings. Jettings will not be permitted.
B. In inconsiderate soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent
of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the
walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the
pipe immediately thereafter.
' 02224-2 8/93
C. Allowable variation from line and grade shall be as specified under Paragraph 1.2. The size of the hole
-- shall not exceed the outside diameter of the pipe to be installed more than one (1) inch. Overcutting in
excess of one inch shall be remedied by pressure grouting the entire length of the installation.
-- D. Polyvinyl Chloride pipes with a diameter of twelve (12) inches or greater shall be pressure grouted the
entire length of the installation.
_ 3.5. I]./]~l]$1idZl~L~
A. Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer,
_ would make the use of tunneling more satisfactory than jacking or boring, or where called for on the
plans, a tunneling method may be used.
B. The lining of the tunnel shall be of steel of sufficient strength to support the overburden. The
Contractor shall submit his proposed liner method to the Engineer for approval. Approval by the
Engineer shall not relieve the Contractor of the Responsibility for the adequacy of the liner method.
C. The space between the liner plate and the limits of excavation shall be pressure-grouted or mud-
jacked.
' D. Access holes for placing concrete shall be spaced at maximum intervals of 10 feet.
3.6. ENCASEMENT PIPE
The encasemerit pipe shall be installed as outlined in paragraph 3.2., 3.3. and 3.5.
..... The water, sanitary or storm sewer pipe located within the encasement pipe shall be supported by "pipe
spacers" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the
installed line from resting on the bells. Pipe "spacers" or "bands" shall be installed at intervals as
-- recommended by the manufacturer.
The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of
restricting the movement between the assembled bell and spigot where applicable shall be provided.
Where backfilling is required, the space in the casing under and around the pipe (3/4 of the distance to the
casing top) should be filled with sand or other specified backfill material. Care must be taken that not too
much water is forced into the casing so as not to float the pipe. The backfill material will be as required on
the plans and specified by the Engineer.
Closure of the casing after the pipe has been installed shall be by construction of a concrete or brick and
mortar bulkhead at the ends of the casing to keep the backfill out, or as shown otherwise on the plans.
END OF SECTION
02224-3 8/93
SECTION 02225
ENCASEMENT PIPE
PART 1 - GENERAL
1.1. DESCRIPTION
The work as specified in this section shall include the furnishing and installation of encasement pipe by
open cut as shown on the plans and as specified herein.
1.2. SUBMITTAL
When the water or sanitary sewer pipe is required to be installed under future highways, the Contractor
shall furnish type of "Eneasement Pipe", "Pipe Spacers" and the method of installation for approval by the
Engineer.
1.4. MEASUREMENT AND PAYMENT
_ Encasement pipe will be measured by the linear foot, complete in place. Such measurement will be made
between the ends of the pipe along the central axis as installed. The water or sanitary sewer pipe to be
furnished and installed will be included in the total unit price as described in the Bid Schedule, as will the
..... trenching, embedment and backfilling. The work performed and materials furnished as prescribed by this
item will be paid for at the Total Unit Price per linear foot for the type, size, and class specified on the
plans and described in the Bid Schedule.
PART 2 - PRODUCTS
2.1. MATERIALS
The encasement pipe nominal diameter shall be as indicated on the bid proposal and shown on the plans.
Steel pipe coated inside and outside with 10 mils. of coal tar epoxy shall be used for the encasement pipe,
and shall be provided with at least the minimum thickness called for on the plans. Steel pipe shall have a
minimum yield strength of 35,000 psi and conform to AASHTO Designation M218-74.
....... The "carrier pipe" to place within the "encasement pipe", or bore, shall be as shown on the plans and
described elsewhere in these specifications.
Pipe spacers shall be used for support of the carrier pipe to prevent the installed pipeline from resting on
the bells in the encasement pipe. Products not shown on the "Approved Products Listing", Section 01005,
must be submitted to the Engineer for approval.
PART 3 - EXECUTION
3.1. GENERAL
A section of encasement pipe shall be placed by open cut as specified on the plans. The open cut
· .~- encasement pipe shall be placed per detail showing Class "H" backfill on the plans.
02225-1 8/93
3.2. ENCASEMENT PIPE
The encasement pipe shall be installed as outlined in paragraph 3. I.
The water or sanitary sewer pipe located within the encasement pipe shall be supported by "pipe spacers"
or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed
line from resting on the bells. Pipe "spacers" or "bands" shall be installed at intervals as recommended by
the manufacturer.
The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of
-- restricting the movement between the assembled bell and spigot where applicable shall be provided.
Closure of the casing after the pipe has been installed shall be by construction of a concrete or brick and
-- mortar bulkhead at the ends of the casing to keep the backfill out, or as shown otherwise on the plans.
END OF SECTION
02225-2 8/93
SECTION 02400
TRENCH SAFETY - SHEETENG AND SHORING
_ PART 1 - GENERAL
1.1.
The work as specified in this section includes the providing of shoring, sheeting, trench shield, and/or laid
back slopes to meet the trench safety requirements of the Occupational Safety and Health Administration,
as required for this project and specified herein.
1.2. MEASUREMENT AND PAYMENT
The measurement and payment shall be full compensation for all materials, equipment, fabrication, and
incidental work to complete this item complete in place as shown on the plans, specified herein, or as
directed by the Engineer. The separate pay item for trench safety shall be based on the linear feet of trench
excavated. All excavated trenches shall be provided with trench safety measures, as may be deemed
necessary to provide adequate safety and protection of employees, regardless of the depth of the trench.
~ for all trenching and shoring requirements applicable to this protection shall be paid for at the
total unit price shown in the bid proposal.
1.3. DEFINITIONS
(a) "Accepted engineering requirements (or practices)" - Those requirements or practices which are
compatible with standards required by a registered architect, a registered professional engineer, or
-- other duly licensed or recognized authority.
(b) "Angle of repose" - The greatest angle above the horizontal plane at which a material will lie without
-- sliding.
(e) "Bank" - A mass of soil rising above a digging level.
(d) "Belled excavation" - A part of a shat~ or footing excavation, usually near the bottom and bell-
shaped, i.e., an enlargement of the cross section above.
(e) "Braces (trench)" - The horizontal members of the shoring system whose ends bear against the
uprights or stringers.
(f) "Excavation" - Any manmade cavity or depression in the earth's surface, including its sides, walls, or
faces, formed by earth removal and producing unsupported earth conditions by reason of the
_ excavation. If installed forms or similar structures reduce the depth-to-width relationship, an
excavation may become a trench.
(g) "Faces" - See paragraph (k) of this section.
(h) "Hard compact soil" - All earth materials not classified as running or unstable.
02400-1
i/92
(i) "Kickouts" - Accidental release or failure of a shore or brace.
(j) "Sheet pile" - A pile, or sheeting, that may form one of a continuous interlocking line, or a row of
timber, concrete, or steel piles, driven in close contact to provide a tight wall to resist the lateral
-- pressure of water, adjacent earth. or other materials.
(k) "Sides," Walls", or Faces" - The vertical or inclined earth surfaces formed as a result of excavation
_ work.
(I) "Slol~" - The angle with the horizontal at which a particular earth material will stand indefinitely
_ without movement.
(m) "Stringers" (wales) - The horizontal members of a shoring system whose sides bear against the
_ uprights or earth.
(n) "Trench" - a narrow excavation made below the surface of the ground. In general, the depth is
_ greater than the width. but the width of a trench is not greater than 15 feet.
(o) "Trench jack" - Screw or hydraulic type jacks used as cross bracing in a trench shoring system.
(p) "Trench shield" - A shoring system composed of steel plates and bracing, welded or bolted together,
which support the walls of a trench from the ground level to the trench bottom and which can be
moved along as work progresses.
(q) "Unstable soil" - Earth material, other than running, that because of its nature or the influence of
related conditions, cannot be depended upon to remain in place without extra support, such as would
' be furnished by a system of shoring.
(r) "Uprights" - The vertical members of a shoring system.
(s) "Wales" - See paragraph (m) of this section.
-- (t) "Walls" - See paragraph (k) of this section.
1.4. RELATED WORK DESCRIBED ELSEWHERE
TRENCHING, EMBEDMENT AND BACKFILLING .............................. SECTION 02200
-- PART 2 - MATERIALS AND EXECUTION
2.1. GENERAL PROTECTION REOUIREMENTS
(a) Walkways, runways, and sidewalks shall be kept clear of excavated material or other obstructions
and no sidewalks or pavement shall be undermined.
(b) If planks are used for raised walkways, runways, or sidewalks, they shall be laid parallel to the
length of the walk and fastened together against displacement.
(c) Planks shall be uniform in thickness and all exposed ends shall be provided with beveled cleats to
prevent ripping.
02400-2
1/92
(d) Raised walkways, runways, and sidewalks shall be provided with plank steps on strong stringers.
Ramps, used in lieu of steps, shall be provided with cleats to insure a safe walking surface.
(e) All employees shall be protected with personal protective equipment for the protection of the head,
eyes, respiratory organs, hands, feet, and other parts of the body.
(f) Employees exposed to vehicular traffic shall be provided with and shall be instructed to wear
warning vests marked with or made ofre~ectorized or high visibility material.
(g) Employees subjected to hazardous dusts, gases, fumes, mists, or atmospheres deficient in oxygen,
shall be protected with approved respiratory protection.
(h) No person shall be permitted under loads handled by power shovels, derricks, or hoists. To avoid
any spillage employees shall be required to stand away from any vehicle being loaded.
(i) Daily inspections of excavations shall be made by a competent person. If evidence of possible cave-
ins or slides is apparent, all work in the excavation shall cease until the necessary precautions have
been taken to safeguard the employees.
2.2. SPECIFIC EXCAVATION REOUIREMENTS
(a) Prior to opening an excavation, effort shall be made to determine whether underground installations,
i.e., sewer, telephone, water, fuel, electric lines, etc., will be encountered, and if so, where such
underground installations are located.
When the excavation approaches the estimated location of such an installation, the exact location
shall be determined and when it is uncovered, proper supports shall be provided for the existing
installation. Utility companies shall be contacted and advised of proposed work prior to the start of
actual excavation.
(b) Trees, boulders, and other surface encumbrances, located so as to create a hazard to employees
involved in excavation work or in the vicinity thereof at any time during operations, shall be
removed or made safe before excavating is begun.
(c) The walls and faces of all excavations in which employees are exposed to danger from moving
ground shall be guarded by a shoring system, sloping of the ground, or some other equivalent means.
(d) Excavations shall be inspected by a competent person al~er every rainstorm or other hazard-
increasing occurrence, and the protection against slides and cave-ins shall be increased if necessary.
(e) The determination of the angle of repose and design of the supporting system shall be based on
careful evaluation of pertinent factors such as: Depth of cut; possible variation in water content of the
material while the excavation is open; anticipated changes in materials from exposure to air, sun,
water, or freezing; loading imposed by structures, equipment, overlying material, or stored material;
and vibration from equipment, traffic, or other sources.
(f) Supporting systems, i.e., piling, cribbing, shoring, etc., shall be designed by a qualified person and
meet accepted engineering requirements, When tie rods are used to restrain the top of sheeting or
other retaining systems, the rods shall be securely anchored well back of the angle of repose. When
tight sheeting or sheet piling is used, full loading due to ground water table shall be assumed, unless
prevented by weep holes or drains or other means. Additional stringers, ties, and bracing shall be
provided to allow for any necessary temporary removal of individual supports.
02400-3
1/92
(g) All slopes shall be excavated to at least the angle of repose except for areas where solid rock allox~s
-- for line drilling or presplitting.
(h) The angle of repose shall be flattened when an excavation has water conditions, silty materials, loose
· - boulders, and areas where erosion, deep frost action, and slide planes appear.
(i) ( 1 ) In excavations which employees may be required to enter, excavated or other material shall be
~ effectively stored and retained at least two (2) feet or more from the edge of the excavation.
(2) As an alternative to the clearance prescribed in subparagraph (I) of this paragraph, the
_ employer may use effective barriers or other effective retaining devices in lieu thereof in order
to prevent excavated or other materials from falling into the excavation.
_ (j) Sides, slopes, and faces of all excavations shall meet accepted engineering requirements by scaling,
benching, barricading, rock bolting, wire meshing, or other equally effective means. Special
attention shall be given to slopes which may be adversely affected by weather or moisture content.
(k) Support systems shall be planned and designed by a qualified person when excavation is in excess of
20 feet in depth, adjacent to structures or improvements, or subject to vibration or ground water.
(1) Materials used for sheeting, sheet piling, cribbing, bracing, shoring, and underpinning shall be in
good serviceable condition, and timbers shall be sound, free from large or loose knots, and of proper
dimensions.
(m) Special precautions shall be taken in sloping or shoring the sides of excavations adjacent to a
previously backfilled excavation or a fill, particularly when the separation is less than the depth of
' the excavation. Particular attention also shall be paid to joints and seams of material comprising a
face and the slope of such seams and joints.
-- (n) Except in hard rock, excavations below the level of the base of footing ofany foundation or retaining
wall shall not be permitted, unless the wall is underpinned and all other precautions taken to insure
the stability of the adjacent walls for the protection of employees involved in excavation work or in
-- the vicinity thereof.
(o) If the stability of adjoining buildings or walls is endangered by excavations, shoring, bracing, or
~ underpinning shall be provided as necessary to insure their safety. Such shoring, bracing, or
underpinning shall be inspected daily or more often, as conditions warrant, by a competent person
and the protection effectively maintained.
(p) Diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering
an excavation and to provide adequate drainage of the area adjacent to the excavation. Water shall
_ not be allowed to accumulate in an excavation.
(q) If it is necessary to place or operate power shovels, derricks, trucks, materials, or other heavy objects
on a level above and near an excavation, the side of the excavation shall be sheet-piles, shored, and
braced as necessary to resist the extra pressure due to such superimposed loads.
(r) When mobile equipment is utilized or allowed adjacent to excavations, substantial stop logs or
barricades shall be installed. If possible, the grade should be away from the excavation.
02400-4
1/92
(s) Adequate barrier physical protection shall be provided at all remotely located excavations. All wells,
pits, shafts, etc., shall be barricaded or covered. Upon completion of exploration and similar
operations, temporary wells, pits, shafts, etc., shall be backfilled.
(t) !f possible, dust conditions shall be kept to a minimum by the use of water, salt, calcium chloride.
oil, or other means.
(u) In locations where oxygen deficiency or gaseous conditions are possible, air in the excavation shall
be tested. Controls shall be established to assure acceptable atmospheric conditions. When
flammable gases are present, adequate ventilation shall be provided or sources of ignition shall be
eliminated. Attended emergency rescue equipment, such as breathing apparatus, a safety harness
and line, basket stretcher, etc., shall be readily available where adverse atmospheric conditions may
exist or develop in an excavation.
(v) Where employees or equipment are required or permitted to cross over excavations, walkways or
bridges with standard guardrails shall be provided.
(w) Where ramps are used for employees or equipment, they shall be designed and constructed by
qualified persons in accordance with accepted engineering requirements.
(x) All ladders used on excavation operations shall be in good serviceable condition and shall extend
from trench bottom to top and be placed so as to provide safe entrance and exit to trench.
2.3. ~PECIFIC TRENCH REQUIREMENTS
(a) Banks more than 5 feet high shall be shored, laid back to a stable slope, or some other equivalent
means of protection shall be provided where employees may be exposed to moving ground or cave-
ins. Refer to Table P-1 as a guide in sloping of banks. Trenches less than 5 feet in depth shall also
be effectively protected when examination of the ground indicates hazardous ground movement may
be expected. The Contractor shall be responsible for selection of the method utilized for trench
protection. (Figures 1,2,3 at the end of this section show examples of trench protection).
(b) Sides of trenches in unstable or soft material, 5 feet or more in depth, shall be shored, sheeted,
braced, sloped, or otherwise supported by means of sufficient strength to protect the employees
working within them. See Tables P-I, P-2 at the end of this section.
(c) Sides of trenches in hard or compact soil, including embankments, shall be shored or otherwise
supported when the trench is more than 5 feet in depth and 8 feet or more in length. In lieu of
shoring, the sides of the trench above the 5-foot level may be sloped to preclude collapse, but shall
not be steeper than a l-foot rise to each l/2-foot horizontal. When the outside diameter of a pipe is
greater than 6 feet, a bench of 4-foot minimum shall be provided at the toe of the sloped portion.
(d) Materials used for sheeting and sheet piling, bracing, shoring, underpinning, shall be in good
serviceable condition, and timbers used shall be sound and free from large or loose knots, and shall
be designed and installed so as to be effective to the bottom of the excavation.
(e) Additional precautions by way of shoring and bracing shall be taken to prevent slides or cave-ins
when excavations or trenches are made in locations adjacent to backfilled excavations, or where
excavations are subjected to vibrations from railroad or highway traffic, the operation of machinery,
or any other source.
02400-5
1/92
(f) Employees entering bell-bottom pier holes shall be protected by the installlion ofa removable-lype
-- casing of sufficient strength to resist shifting of the surrounding earth. Such temporary protection
shall be provided for the full depth of that part of each pier hole which is above the bell. A lifeline,
suitable for instant rescue and securely fastened to a shoulder harness, shall bc worn by each
-- employee entering the shafts. This lifeline shall be individually manned and separate from any line
used to remove materials excavated from the bell footing.
-- (g) (1) Minimum requirements for trench timbering shall be in accordance with Table P-2.
(2) Braces and diagonal shores in a wood shoring system shall not be subject to compressive
_ stress in excess of values given by the following formula:
S = 1300 - 20L
D
Maximum Ratio L = 50
D
Where;
L = Length, unsupported, in inches.
D = Least side of the timber in inches.
S = Allowable stress in pounds per square inch of cross-section
(h) When employees are required to be in trenches 4 feet deep or more, an adequate means of exit, such
as a ladder or steps shall be provided and located so as to require no more than 25 feet of lateral
' travel.
(i) Bracing or shoring of trenches shall be carried along with the excavation.
(j) Cross braces or trench jacks shall be placed in true horizontal position, be spaced vertically, and be
secured to prevent sliding, falling, or kickouts.
(k) Portable trench boxes or sliding trench shields may be used for the protection of personnel in lieu of
a shoring system or sloping. Where such trench boxes or shields are used, they shall be designed,
-- constructed, and maintained in a manner which will provide protection equal to or greater than the
sheeting or shoring required for the trench.
-- (1) Backfilling and removal of trench supports shall progress together from the bottom of the trench.
Jacks or braces shall be released slowly and, in unstable soil, ropes shall be used to pull out the jacks
or braces from above at~er employees have cleared the trench.
02400-6
1/92
TABLE P-1
APPROXIMATE ANGLE OF REPOSE
FOR SLOPING OF SIDES OF EXCAVATIONS
F
O24C0-7
I 1 f I } I I I I t I I } I I I ) I I
TABLE P-2
Table P.2
TRENCH SHORING-MINIMUM REQUIREMENTS
Size and spacing of members
Uprights Strineers , Cross braces
Depth of KiM or coMition of earth ............................ Maximum sNc~g
IreriCh ' Width Of trench
Minimum Maximum Minimum Maximum
· d;mension spacing dimension spaCin1
Upto3~3to6 6to9 9to12 12to15 venical Horizonta
feet feet. feet ' feet feet
Feet Inches Feet Inches Feet Inches Inches Inches.' i..~hes Inches Feet '~eet
51o 10 Hard. compact ..... 3x4or2x6 ,,.6, 2x 4x4 4x6...~6 6x8 4 6
Ukefy to crack ....... 3x4or2x6 3 4x6 4 2x6 4x4 4x6 6x6 6x8 4 6
..
Close
Soft. sarH:fy. orfilfed ........ 3x4or2x6 Sheeting 4x6 4 4x4 4~6 6x6 6x8 8x8 4 6
Close
HydroStat;c pressure ........ 3 x 4 of 2 x 6 sheeting 6 x 8 4 4 x 4 4 x 6 6 x 6 6 x 8 8 x 8 4 6
]0tol5 Hard ....................... 3x4or2x6 4 4x6 4 4x4 4x6 6x6 6x8 8s8 4 6
Likely tO Ctk:k .............. 3x4or2x6 2 4x6 4 4X4 4X6 6X6 6x8 8x8 6
Close
Soft. sand),.or filled ........ 3x4or2x6 sheeting ,~x6 4 4x6 6x6 6x8 8x8 8s 10 4 6
Close
Hydrostatic Diessure ........ 3 x 6 sheeting 8 x ]0 4 4 x 6 6 x 6 6 i 8 8 x 8 8 ~ tO 4 6
Close
]51o20. Ail kinds or conditionS ...... 3x6 sheeting 4x 12 4 4x 12 6xS 8x8 8x ]0 ]0x ]0 4 6
Close
· Over20 AIIkim:lsotcot~itions ...... 3x6 Sheeting 6x8 4 4x]2 8x8 8xl0 10x]0 ]0x12 4 6
Tten(~ jacks may De used an lieu of, or in COmbination with, Cross braces.
Shorq mS hOt reOu,red ,n Solid rOCk, hard shale, or hard slag.
Where Oesiral>le, steel sheet piling and I~acing of eclual strenglh may be lubstltuled for
FIGURE 1
F
L- UpriBht$
TrenCh
:: ~ Sheeting
~L ":' : Water line
----'~'.--T;.-Y,..:--.-,
I '
EXCAVATION BOTTOM
TRENCH JACKS IN BELOW WATER LINE
TRUE HORIZONTAL
POSITION AND SPACED SHEETI~IG SHOULD BE
VERTICALLY DRIVEN BELOW BO'FrOM
J,
02400-9
J
_ Figure 2.
%lfllll:L'f%
_ ONE EXAMPLE OF
SEVERAL TYPES
OF SHEETING __ Sheet Pilings
Braces
L
Figure 3.
Spoil
TrenChing machine
j.-
TRENCH SHIELD
_1 END C;f SECTION 02400-10
SECTION 02600
REINFORCED CONCRETE PAVEMENT
-- GRAVEL DRIVEWAYS
PART 1 - GENERAL
1.1. DESCRIPTION
The work as specified in this section includes all labor, materials, and equipment necessary to remove and
reconstruct, repair or replace Reinforced Concrete Pavement and Gravel Driveways as shown on the plans,
directed by the Engineer, and specified heroin.
1.2. MEASUREMENT AND PAYMENT
A. Reinforced Concrete Pavement
Reinforced Concrete Pavement shall be reconstructed at least 6-inches thick or greater to match
existing pavement.
Subgrade shall be replaced to a minimum depth of 6-inches in accordance with City of Coppell
Standard Cometion Details.
Reinforced Concrete Pavement shah be measured and paid for by the square yard. Such price shall
include all costs for removal and replacement.
-- B. Gravel Driveways
Gravel Driveways shall be reconstructed with a minimum of 6-inches of flexible base to the same
-- dimensions as existed prior to construction of pipeline. Such price shall include installation and
removal as well as maintenance of driveway until completion of pipeline construction.
-- PART 2 - MATERIALS
_ A. Materials for Concrete Pavement shall be in accordance with Class 'C' Concrete as defined in Item
421, "Portland Cement Concrete," of the 1995 Standard Specifications for Construction of Highways,
Streets and Bridges, as adopted by the Texas Department of Transportation.
Reinforcement shall be provided and lapped to existing pavement reinforcement as shown in City of
Coppell Standard Cometion Details or No. 4 dowels shall be provided at 24" centers.
B. Flexible Base (Gravel Driveways}
The base for gravel driveways shall consist of Type "A", flexible base provided and constructed in
-- accordance with Item 247, "Flexible Base", of the 1995 Standard Specifications for Construction of
Highways, Streets and Bridges, as adopted by the Texas Department of Transportation, 1995.
02600-1 12/91
PART 3 - EQUIPMENT
A. All equipment necessary for the construction of the Reinforced Concrete Pavement shall be on the
project and shall be approved by the Engineer as to condition before the Contractor shall be penuitted
' to begin construction operations on which the equipment is to be used.
B. Spreading And Finishing Machine
The spreading and finishing machine shall be of a type approved by the Engineer and capable of
producing a surface that shall meet the requirements of the typical cross section and surface test.
C. Rollers
All roller equipment shall be of a type approved by the Engineer and shall be so constructed as to
_, operate in both a forward and reverse direction with suitable provisions for moistening the surface of
the rollers while operating.
All equipment shall be maintained in good repair and operating condition.
PART 4 - TESTING
The finished surface of the pavement after compaction shall be smooth and true to the established line, grade
and cross section. When tested with a 16 foot straightedge placed parallel to the center of the roadway, the
finished surface shall have no deviation in excess of 1/16th inch per foot fi'om the nearest point of contact.
The maximum ordinate measured ~'om the face of the straightedge shall not exceed 1/4 inch at any point.
Any point in the pavement surface not meeting these requirements shah be immediately corrected.
Upon completion of the work and before final acceptance and payment shall be made, pavement thickness
test shall be made by the Engineer or his authorized representative unless otherwise specified in the special
provisions or the plans. The number and location of tests shall be at the discretion of the Engineer. In the
event of a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent
tests necessary to isolate the deficiency shall be at the Contractor's expense. The costs for the additional
coring shall be at the same rate charged by commercial laboratories.
END OF SECTION
02600-2 12/91
SECTION 02615
REMOVE AND REPLACE FENCE
PART 1 - GENERAL
~. 1.1. DESCRIPTION
The work as specified in this section of shall consist of removing and replacing or constructing barbed wire
_ and hog wire fencing associated with the construction of this project.
1.2. MEASUREMENT AND PAYMENT
All costs for the existing fence removal and replacement shall be included in the appropriate items in the
Proposal and Bid Schedule.
PART 2 - MATERIALS
BARBED WIRE & HOG WIRE FENCING
The materials used to replace the existing barbed wire and hog wire fence to be removed for construction
shall be at least as good or better than the original fence. No damaged or repaired materials shall be allowed
in the finished product.
PART 3 - EXECUTION
Fencing is to be removed as required for construction. Temporary fencing will be required for those yards
with animals. The existing fencing material once removed may be reused if it remains structurally sound and
-- is not damaged by handling. All new fence posts are to be placed two feet into the ground and anchored with
concrete. Fence rails and slats are to be nailed and not stapled. The materials and workmanship of the
finished fence shall be equal or better than the original fence as approved by the Engineer.
END OF SECTION
02615-1 12/91
SECTION 03301
CONCRETE ENCASEMENT AND CAP
PART 1 - GENERAL
1.1. ~
The work as specified in this section shall consist of installing Class "B" Concrete Encasement and Cap,
complete in place including all materials, equipment and labor, as shown on the plans and as specified
herein.
1.2. MEASUREMENT AND PAYMENT
Installation of Concrete Encasement and Cap shall be measured per linear foot installed and will be paid
for at the total unit price as shown in the bid proposal for the specified item.
PART 2 - MATERIALS
Concrete shall be Class "B" and conform to Item 421, "Concrete for Structures (Natural Aggregate)," of
the 1995 Standard Specifications for Construction of Highways. Streets; and Bridges, as adopted by the
_ Texas Department of Transportation, 1995.
PART 3 - CONSTRUCTION
~,.,
Concrete encasement and cap shall be installed where shown on the plans or as directed by the Engineer.
The concrete shall be placed in conformante to the City of Irving's Standard Drawings and as indicated on
the detail sheets for CONCRETE ENCASEMENT AND CONCRETE CAP.
END OF SECTION
03301-1 12/91
SECTION 15042
WATER PIPE TEST
PART 1 - GENERAL
1. I. DESCRIPTION
The work as specified in this section shall consist of the sterilizing and testing of all water piping installed
on this project.
1.2. MEASUREMENT AND PAYMENT
-- No separate payment will be made for any items of work, materials, parts, equipment, supplies, or related
items required to perform and complete the requirements of this section. The costs for all such items
required shall be included in the applicable bid item for the installation for the proposed water line.
PART 2 - HYDROSTATIC TEST
- Before final acceptance by the City of Irving, all water lines shall be filled with water from the distribution
system of Dallas Water Utilities and examined for leakage. Any leaks occurring must be repaired and left in an
absolutely tight condition before acceptance by the City.
In the event the Contractor elects to backfill the ditch before the pipes are filled with water and tested, he shall
apply a hydraulic test pressure of not less than 200 pounds per square inch, and maintain same over a continuous
period of not less than four hours. He shall furnish adequate and satisfactory equipment and supplies necessary
to make such hydrostatic test. Accurate measurement of the water added to the lines during the test shall be
made and if the tests indicate a leakage in excess of a rate equal to fifty gallons per inch of nominal diameter of
pipe per mile over 24 hours, then the Contractor shall locate the leaks and eliminate them.
2.2. STERILIZATION OF WATER LINES AND FITTINGS
The Contractor shall sterilize all gaskets, pipe lines and appurtenances installed by him before they are put
into services. Sterilization shall be done in the following manner:
All gasket materials shall be dipped in a strong solution of HTH, or similar chlorine compound solution
just before use in the pipe.
Prior to chlorination, the main shall be flushed as thoroughly as possible with the water pressure from
outlets available. Each valved section of newly laid pipe shall be flushed independently. This shall be
done after the pressure test and may be done either before or after the trench has been backfilled.
Methods: I Chlorine Liquid or Gas
2 Hypochlorite Solution
~- 3 Dry Hypochlorite
1. A chlorine gas-water mixture shall be applied by means of a solution-feed chlorinating device or, if
-- approved by the Engineer, the dry gas may be fed directly through proper devices for regulating the
rate of flow and providing effective diffusion of the gas into the water within the pipe being treated.
15042-1
4/92
Chlorinating devices for feeding solutions of the chlorine gas or the gas itself must provide means of
preventing the backflow of water into the chlorine cylinder.
2. On approval by the Engineer, a mixture of water and chlorine-bearing compound of known chlorine
content may be substituted as an alternate for liquid chlorine.
The point of application for methods 1 and 2 shall be at the point of filling of the pipeline extension, or
any valved section of it, and through a corporation stop inserted in the top of the newly laid pipe. The
water injector for delivering the chlorine-beating solution into the pipe should be supplied from a tap
on the pressure side of the gate valve controlling the flow into the pipeline extension.
3. As a joint &clean pipe is laid and just prior to the laying of the succeeding joint a measured amount of
HTH or equal shall be placed in the joint with a spoon. When new lines are ready for the water test,
they shall be filled very slowly so as not to wash the chlorine compound to one end of the newly laid
line.
The strength of the chlorine mixture in the pipe line shall be such that, after filling, it shall test at least 50
part per million. The solution shall remain in the pipeline for at least 6 hours. At the end of the 6 hour
period, if it does not test 10 PPM, it shall remain in the line an additional hour for each part below
10 PPM.
Where existing mains are cut, when that portion is put back or reconnected, it shall be treated with a strong
solution of HTH or equal.
15042-2
4/92
I I ~ I I i I I I ~ I ~ ! I I I
ALLOWABLE LEAKAGE (GALS) FOR 4 HOURS AT TEST PRESSURE OF 200 PSI
Length I Pipe Size (In Inches)
o. Ft.> 8 1oI12 14I 16 I ls 20 24 3ol36142I48 54160 66 72
5 0.01 0.02 0.02 0.03 0.03 0.03 0.05 0.05 0.07 0.08 0.09 0.10 0.12 0.13 0.14 0.15
I0 0.03 0.05 0.05 0.06 0.07 0.08 0.08 0.10 0.13 0.15 0.17 0.21 0.23 0.25 0.28 0.31
15 0.05 0.07 0.08 0.09 0.10 0.12 0.13 0.15 0.20 0.23 0.27 0.30 0.35 0.38 0.42 0.46
20 0.07 0.08 0.10 0.12 0.14 0.15 0.17 0.21 0.25 0.30 0.36 0.40 0.46 0.51 0.57 0.61
25 0.08 0. I0 0.13 0.15 0.17 0.20 0.21 0.25 0.32 0.38 0.45 0.51 0.58 0.64 0.70 0.76
50 0.17 0.21 0.25 0.30 0.33 0.38 0.43 0.51 0.64 0.76 0.89 1.02 1.14 1.27 1.40 1.53
75 0.25 0.32 0.38 0.45 0.51 0.58 0.64 0.76 0.96 1.14 1.34 1.52 1.72 1.92 2.10 2.29
100 0.33 0.43 0.51 0.59 0.68 0.76 0.85 1.02 1.27 1.52 1.78 2.04 2.30 2.55 2.81 3.06
200 0.68 0.85 1.02 1.19 1.36 1.52 1.70 2.04 2.55 3.06 3.57 4.08 4.59 5.09 5.60 6.12
300 1.02 1.27 1.52 1.78 2.04 2.30 2.55 3.06 3.82 4.59 5.35 6.12 6.88 7.65 8.41 9.17
400 1.36 1.70 2.04 2.38 2.71 3.06 3.40 4.08 5.09 6.12 7.14 8.15 9.17 10.20 11.22 12.23
500 1.70 2.13 2.55 2.97 3.40 3.82 4.25 5.09 6.38 7.65 8.92 10.20 11.47 12.74 14.02 15.29
600 2.04 2.55 3.06 3.57 4.08 4.59 5.09 6.12 7.65 9.17 10.71 12.23 13.77 15.29 16.82
700 2.38 2.97 3.57 4.16 4.76 5.35 5.95 7.14 8.92 10.71 12.49 14.28 16.05 17.84 19.62
800 2.71 3.40 4.08 4.76 5.44 6.12 6.79 8.15 10.20 12.23 14.28 16.31 18.35 20.39 22.43 -
900 3.06 3.82 4.59 5.35 6.12 6.88 7.65 9.17 11.47 13.77 16.05 18.35 20.64 22.94 25.24 -
1,000 3.40 4.25 5.09 5.95 6.79 7.65 8.50 10.20 12.74 15.29 17.84 20.39 22.94 25.49 28.03 -
Valve 0.25 ] 0.31 0.37 0.44 0.50 0.56 0.62 0.75 0.94 1.12 1.31 1.50 1.68 1.87 2.06 -
S = Length of Pipe, Ft.
Allowable Leakage (Gals) for 4 hours = SD ~/~ x 4 D = Diameter of Pipe, In.
133,200 P = 200 psi
Height Correction = 0.43 psi/Ft.
Valve Leakage Allowable = 0.0078 Gal/Hour/In. of nominal valve size
Test - Gray Iron, Ductile Iron, Plastic and AC at 200 psi
- RCCP 125% of Design Pressure
- Steel 120% Min. to 150% Max. Design Working Pressure
15042-3
4/92
SECTION 15060
WATER PIPE AND FITTINGS
PART 1 - GENERAL
The work to be performed under this section of the specifications shall consist of furnishing and
" installing Ductile Iron Pipe (DIP), Polyvinyl Chloride Pipe (PVC), and Reinforced Concrete Cylinder
Pipe (RCCP) for water lines, including pipe laying, joinling, testing, and all incidental work required to
complete the pipe installation as shown on the plans and as specified herein.
1.2. MEASUREMENT AND PAYMENT
~ A. Pipe
The Contractor shall include the cost of the pipe material as well as the cost of handling, storage
and installation of the pipe including the specified embedment, and other necessary
- appurtenances and Contractors overhead and profit in the appropriate item in the Bid Schedule.
The installation of pipe shall be measured per linear foot and will be paid for at the total unit
.~ price as shown in the bid proposal for the size, class, and type specified. The bid price should
include all pipe laying, joinling, tack welding, thrust blocking, tests and other work required to
complete the pipe installation as shown on the plans and as specified herein in which no other
.- applicable bid item has been established. Trenching, embedment and backfilling is not a
separate pay item.
~ B. Eitljn~
The installation of cast or ductile iron firings shall be included in the appropriate items in the
Bid Schedule. When reinforced concrete fittings are used, measurement shall be per linear foot,
-- as measured along the major axis, and will be paid for at the total unit price as shown in the bid
proposal for the nominal diameter of reinforced concrete cylinder pipe. No separate
measurement or payment will be made for fittings used in the installation of fire hydrant leads,
-- blow-off valves, air release valves, or wet connections, other than those specifically indicated on
the plans.
~- C. Shop Drawings
Any additional cost to the contract due to changes contained in the shop drawings shall be
presented to the Engineer in a written statement when the shop drawings are submiRed for
' approval by the Engineer. The Contractor shall not be compensated for any claims for
additional payment unless a written statement containing such costs are submiRed to the
Engineer prior to the final approval of the shop drawings.
1.3. RELATED WORK DESCRIBED ELSEWHERE
Trenching, Embedment, And Backfilling .................................................Section 02200
Trench Safety - Sheeting And Shoring .....................................................Section 02400
Water Pipe Testing ....................................................................................Section 15042
Concrete Thrust Blocks ............................................................................Section 03300
Air and Vacuum Release Valves ..............................................................Section 15086
Gate And Butterfly Valves .......................................................................Section 15101
15060-1
10/93
PART 2 - PRODUCTS
2.1 GENERAL
All pipe used in conjunction with this section shall conform to and be approved in the current
"APPROVED PRODUCTS LISTINGS" list which is on file with the CITY OF IRVING PUBLIC
WORKS DEPARTMENT.
2.2 POLYVINYL CHLORIDE PIPE
-- PVC pipe shall meet or exceed requirements of AWWA C-900, PVC with cast iron outside dimensions
and with rubber ring joints. PVC water pipe shall be listed by Underwriters Laboratories and approved
for use in cities and towns of Texas by the State Board of Insurance. The rigid PVC pipe shall bear the
-- seal of approval (or "NSF" mark) of the National Sanitation Foundation Testing Laboratory for potable
water pipe. Provisions must be made for contraction and expansion at each joint with a rubber ring. All
pipe and fittings must be assembled with a non-toxic lubricant. Laying lengths shall be 20 feet + 1 inch.
Pipe shall be made in nominal sizes of 4, 6, 8, 10 and 12 inches, and shall meet the dimension ratios
(DR'S) and physical dimensions as shown in Table I.
TABLE I
P.V.C. MUNICIPAL WATER PIPE DIMENSIONS
Nominal Outside Minimum Wall Thickness (Inch)
Size Diameter Class 200 Class 150
(Inch) (Inch) (SDR 14) (SDR 18)
4" 4.800 0.343
6" 6.900 0.493
8" 9.050 0.646
10" 11.100 0.793
12" 13.200 0.733
Pipe shall be made from NSF approved Class 12454-A or B P.V.C. compound conforming to ASTM
resin specification D 1784.
Each length of pipe shall be tested to four (4) times the class pressure for a minimum of five (5) seconds.
-- When requested, the manufacturer shall furnish certification that the pipe meets all requirements of this
specification.
--- Service saddles to be all bronze or approved equals shall be used on all services. NO direct service
connections shall be used on services. Fittings shall be mechanical joint or rubber ring slip joint cast iron
fittings.
15060-2
10/93
2.3. REINFORCED CONCRETE LINED CYLINDER PIPE
Reinforced concrete cylinder pipe shall comply with the applicable provisions of AWWA STANDARD
E-301, latest edition.
The pipe manufacturer shall have had a successful experience record in the design and manufacture of
concrete cylinder pipe and shall have had a substantial footage of pipe or similar size and with the same
-- joints as offered for this project in successful operation for at least five (5) years. All pipe and fittings shall
have the approval of the Underwriter's Laboratories, Inc.
-- All pipe shall be designed for a working pressure of 200 psi, and a total maximum transient pressure of
450 psi and the external load as specified in the AWWA E-301 standards, or as shown on the plans.
_ Upon the award of the contract, the Contractor shall furnish the Engineer shop drawings showing the pipe
and fittings to be furnished and shall include a location profile and a tabulated layout scheduled as required
by the Engineer. Such drawings shall be subject to the approval of the Engineer.
Unless otherwise indicated, pipe in trenches shall be laid to the grade shown on the approved shop
drawings. Each joint of pipe shall be laid on an even and uniform grade and to the elevations shown to
_ avoid the requirements of additional special pipe and/or fittings. The grade line shown on the plans is the
invert or flow line of the pipe line. The Contractor shall establish the grade line in the trench or
excavation from grade stakes established by the Engineer.
The installation of outlets (including blind flanges) and other appurtenances which are shown on the plans
or described elsewhere in these specific items included in the bid schedule shall be considered a pan of the
work to be performed and paid for under this section of the specifications.
The Contractor shall provide a 1" minimum thickness concrete or cement mortar coating in the field for the
protection of all exposed steel such as flanges, caulked jointed, threaded outlets, etc.
The cement mortar used shall consist of one (1) part Portland cement to two and one-half (2.5) parts of
fine, sharp (plaster) sand.
Any surface receiving a cement mortar coating shall be thoroughly cleaned and wetted with water just prior
to placing the cemem mortar coating. After placement, measures shall be taken to prevent the mortar
coating from drying too rapidly by either using dampened burlap or other approved methods.
Embedment for the reinforced concrete cylinder pipe shall be as specified on the plans.
The Contractor shall tack weld the pipe as shown on the plans or as directed by the Engineer (non-pay
item). The pipe shall be designed and constructed to structurally compensate for all tack weld locations
-- (non-pay item).
All joints shall be bonded for connection to a future cathodic protection monitoring test station. All costs
-- for bonding shall be included in the appropriate bid item. No separate payment will be allowed.
2.4. IRON PIPE PROTECTION
Cast iron or ductile iron pipe shall be encased, as it is placed, in a loose sleeve of 8 mil, polyethylene
plastic. Where the sleeve is not practical to install, a sheet overlapping one half the circumference of the
-- pipe shall be tied or taped in place to give 100% coverage of the pipe, valves, fittings, and line to the fire
hydrants. Iron Pipe Protection shall conform to AWWA standard C 105.
15060-3
10193
pipe shall be tied or taped in place to give 100% coverage of the pipe, valves, firings, and line to the fire
hydrants. Iron Pipe Protection shall conform to AWWA standard C 105.
2.5. L~ING
All cast iron pipe, ductile iron pipe, and firings shall be enamel coated outside and cement lined
according to both ASA A21.4 and AWWA C104 specifications, except that the cement lining may be
-- half thickness as specified by Federal Specifications WW-P-421A.
2.6. JOINTS FOR IRON PIPE
All cast iron pipe or ductile iron pipe shall be jointed with rubber gasket joints. Whether mechanical or
siphon joints, the joints shall conform to ASA A21.22, and/or (AWWA C 111 ) specifications. Fianged or
_ restrained joints may be used in locations of restricted area and shall be used as indicated on the plans or
as directed by the Engineer. Bolts for fianged, mechanical, or restrained joints shall be of non-corrosive
material.
2.7. FITTINGS
AWWA C 110 shall be the standard for all water main fittings. Fittings used for service, fire hydrant, or
fire line installations shall be mechanical joint, fianged, or other approved restraining type joints or as
directed by the Engineer. Short body or light weight ductile iron firings SHALL NOT be permiRed.
PART 3 - INSTALLATION
3.1. GENERAL
All water line pipe installed shall have a minimum of four (4) feet of cover, unless otherwise shown on
the plans.
The Contractor shall furnish all labor, equipment, material and all appurtenances to make the installation
and perform the work in a workman-like manner.
3.2. ALIGNMENT AND GRADE
The water main shall be laid and maintained to the required lines and grade with spigots centered in
bells. Fittings, valves, and hydrants shall be installed at the required locations. All valve and hydrant
stems shall be plumb.
3.3. EXCAVATION AND PREPARATION OF TRENCH
-- The trench shall be dug so that the pipe can be laid to the alignment and depth required. No excavation
shall be in excess of 300 feet from the end of the finished pipeline.
-- 3.4. PROPER DRAINAGE OF DITCH
The excavated trench shall be drained so that workmen can safely work therein and the presence of water
__ will not interfere with the proper construction of the water line. The Contractor shall have available at
all times the necessary equipment, in proper working order, to dewater the trench. All water removed
from excavation shall in no case create unsanitary conditions, cause injury to persons or property,
_ damage the work in progress, interfere unduly with the use of streets, or private driveways.
! 5060-4
10/93
3.5 BELL HOLES
Bell holes shall be provided at each joint.
3.6. PIPE FOUNDATIONS
The trench shall be excavated to a depth so as to provide a uniform and continuous bearing and support
-- for the pipe and sand embedment, as shown on the plans, at every point between bell holes. Any part of
the bottom of the trench excavation below the specified grade shall be corrected with approved materials
and thoroughly compacted as directed by the Engineer. Ledge rock, boulders, and large stones shall be
-- removed to provide a clearance of at least six (6) inches below and on each side of all pipe and fittings.
Where the bottom of the trench is found to be unstable or to include ashes, cinders, any type of refuse, or
organic material, which in the judgment of the Engineer should be removed, the Contractor shall
_ excavate and remove such unsuitable material to the width and depth ordered by the Engineer. Before
the pipe is placed in the trench, the subgrade shall be made level by backfill with an approved material
and thoroughly compacted as directed by the Engineer.
3.7. BLASTING
_ No blasting shall be allowed on this project.
3.8. SHEETING. SHORING AND BRACING
All open-cut trenches, that might endanger life, property, or the progress of work, shall be sheeted or
shored and braced to prevent slides, cave-ins, or any movement of the walls of the trench. See
Section 02400 "TRENCH SAFETY - SHEETING AND SHORING" of these specifications.
3.9. INTERRUPTION OF SERVICE
No valve or other control on an existing system shall be operated for any purpose by the Contractor
without approval of the Engineer. The Contractor shall operate all valves, hydrants, blow-offs, and curb
stops only under the supervision of the Engineer. When it is necessary to close valves on any of the
water lines, the Contractor shall give ample notice to customers before the water is shut off.
3.10. LAYING OF PIPE
Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the
Contractor for the safe and convenient prosecution of the work. All pipe, fittings, valves, and hydrants
-- shall be carefully delivered to the site and lowered into the trench, piece by piece, by means of a derrick,
ropes, or other suitable tools or equipment, in such a manner as to prevent damage to water main
materials, protective coatings, and linings. Under no circumstance shall water main materials be dropped
-- or dumped into the trench.
The pipe and fittings shall be inspected for defects and, while suspended, be rung with a light hammer to
-- detect any cracks. All lumps, blisters, and excess coating material shall be removed from the bell and
spigot ends of each pipe. Additionally, the inside of the bell or coupling and the outside of the spigot
shall be wire brushed and wiped clean, dry, and free of all foreign and objectionable material before the
_ pipe is laid. Every precaution shall be taken to prevent foreign material from entering the pipe while it is
being placed in the line. Each length of pipe shall be swabbed with a suitable lubricant before
installation. If the pipe laying crew cannot put the pipe into the trench and in place without getting earth
_ into it, the Engineer may require a heavy tightly woven canvas bag of suitable size be placed over each
end and left in place until connection is ready to be made. During laying operations, no debris, tools,
15060-5
10/93
clothing, or other material shall be placed in the pipe. After placing the length of the pipe in the trench,
the spigot end shall be centered in the bell and forced home and brought to the correct line and grade.
The pipe shall be secured in place with embedment material tamped under it.
-- At times when pipe laying is not in progress, the open ends of pipe shall be closed by a water tight plug
or other means approved by the Engineer. This provision shall apply during the noon hour as well as
overnight. If water is in the trench the seal shall remain in place until the trench is pumped completely
-- dry. In no case shall the pipe be used to drain the trench.
The cutting of pipe for inserting valves, fittings, or closure, shall be done in a neat and workmanlike
-- manner without damage to the pipe or cement lining and so as to leave a smooth end at right angles to
the axis of the pipe. The flame cutting of pipe by means of an electric or oxyacetylene torch, chisel, or
cold cut and sledge will not be permitted.
The pipe shall be laid with bell or coupling ends facing in the direction of laying, unless otherwise
directed by the Engineer.
3. I 1. JOINTING
No lead or cement joint material shall be permitted. Joinring of pipe shall be with a self sealing gasket of
material meeting the requirements ofAWWA C 111 Standards or approved by the Engineer.
3.12. TESTING
Testing shall be performed as specified in Section 15042 "Test" of these Specifications.
END OF SECTION
15060-6
10/93
SECTION 15086
AIR AND VACUUM RELEASE VALVES
PART 1 - GENERAL
The work as specified in this section shall include furnishing all labor, materials, and equipment necessary
for constructing air and vacuum release valves with manhole as shown on the plans and as specified
herein.
1.2. MEASUREMENT AND PAYMENT
Installation of air and vacuum release valves shall be measured per each installed complete in place with
manhole and will be paid for at the Total Unit Price as shown in the bid proposal of the specified item.
1.3. RELATED WORK DESCRIBED ELSEWHEI~F.
_ GATE VALVES AND BUTTERFLY VALVES ................................ SECTION 15101
PART 2 - PRODUCTS AND MATERIALS
2.1. AIR AND VACUUM RELEASE VALVES
Combination air and vacuum release valves shall be LOWA, F-3066 144/65, or approved equal.
2.2. GATE VALVES
-- Gate valves shall meet all the requirements of Section 15101 of these specifications.
2.3. PIPE
Unless Specified otherwise, pipe shall be TYPE "K" copper, or Class 200 Ductile Iron Pipe, as shown on
the Plans.
PART 3 - EXECUTION
3.1. All items in this section shall be as shown on the plans or as directed by the Engineer.
END OF SECTION
15086-1
12/91
SECTION 15087
BLOW-OFF VALVE ASSEMBLY
-- PART 1 - GENERAL
1.1. DESCRIPTION
The work as specified in this section shall include furnishing all materials, equipment necessary, and
constructing a blow off valve assembly as shown on the plans and as specified herein.
1.2. MEASUREMENT AND PAYMENT
_ Installation of blow off valve assembly shall be measured per each installed complete in place and will be
paid for at the Total Unit Price as shown in the bid proposal of the specified item. The ~anged gate valve
and manhole will be included in the total unit price. All firings, concrete pipe, nipples, etc., as shown on
_ the typical blow-off valve assembly shall be part of this item.
1.3. RELATED WORK DESCRIBED ELSEWHERE
GATE VALVES ...........................................................................................SECTION 15101
PART 2 - PRODUCTS AND MATERIALS
Gate valves shall meet all the requirements of Section 15101 of these specifications.
2.2. PIPE
Unless specified otherwise, pipe shall be Class 200, Ductile Iron water pipe.
PART 3 - EXECUTION
3.1. All items in this section shall be as shown on the plans or as directed by the engineer.
END OF SECTION
15087-1 12/91
SECTION 15101
GATE VALVES AND BUTTERFLY VALVES
PART 1 - GENERAL
1.1. DESCRIPTION
The work as specified in this section shall include the furnishing and installation of all gate valves and
butterfly valves complete in place, including all materials, equipment and labor as shown on the plans and
-- specifications herein.
1.2. MEASUREMENT AND PAYMENT
Installation of gate valves and butterfly valves, including manholes and valve operator extensions as
shown in the plans shall be measured and paid for per each and will be paid for at the Total Unit Price as
_ shown in the bid proposal for the specified item.
1.3. ELATED WORK DESCRIBED ELSEWHERE
WATER PIPE AND FITtINGS ..............................................................SECTION 15060
PART 2 - PRODUCTS
2.1. GATE VALVES
A. Resilient Wedge Gate Valves
Resilient wedge gate valves shall be furnished and installed in sizes 2 through 12 inches and shall be
manufactured in accordance with the latest AWWA C-509 and cast iron shall conform to the latest
ASTM A-126 standards. Gate valves furnished under these specifications, shall be of the solid
wedge, resilient seat type with cast iron body and bronze stem designed for 200 pounds per square
inch working pressure. All gate valves shall be tested hydrostatically to 300 pounds per square inch.
Gate valves shall meet the latest AWWA standard specification (C-509).
' The seat shall be made of Styrene Butadiene rubber and provide a positive water tight seal. The seat
shall be permanently bonded or mechanically attached to the wedge with stainless steel screws. If
bonded, ASTM P-429 requirements shall be followed. Non-rising stem gate valves shall be
-- equipped with "0" ring type packing gland consisting of at least 2 "0" rings. The thrust collar shall
work in an "O" ring seal lubricant reservoir or against bearings or washers, above and below
construction of Delrin or approved equal material.
Gate valve stems, 2 inches through 12 inches, shall be fabricated from solid bronze rod having a
tensile strength of not less than 60,000 pounds per square inch, and a minimum yield strength of
-- 30,000 pounds per square inch, meeting ASTM B-98 standards.
Cast iron body shall be of iron with an even grain and shall possess a tensile strength of not less than
_ 32,000 pounds per square inch.
15101-I 4/92
All bronze castings, except the stem, shall have a tensile strength of not less than 30,000 pounds per
' square inch. The entire internal valve body surfaces shall be coated with a factory applied 2-
component epoxy system or approved equal. The seating surface shall be machined or otherwise
constructed to provide a smooth, even surface for the resilient seat. All valves shall open !eft
-- (counterclockwise) and have a 2-inch square wrench nut unless specified otherwise.
B. DOuble Disc Gate Valves
Gate valves shall be of the double disc, parallel seat type with cast iron body and bronze stem and
rings designed for 175 pounds per square inch working pressure. All gate valves shall meet the
latest AWWA standard specification (C-500).
The seat and disc rings shall be made of bronze and provide a positive water tight seal. The seat
rings shall be screwed into the valve body and the disc rings shall be pressed or rolled into the disc.
The seating force resulting from the wedging mechanism shall be applied equally and at three or
more separate contact points on the back side of each disc. Valves up to 14" shall have bronze
bushed cast iron top wedges nuts, and over 14" shall have bronze top wedge nuts and bottom
wedges. Non-rising stem gate valves shall be equipped with "0" ring type packing gland with
lubrication of the thrust collar by means of special lubricant seal between two "0" rings.
-- Gate valve stems, 2" through 16", shall be fabricated by an electrical forging operation from solid
bronze rod having a tensile strength of not less than 60,000 pounds per square inch. Stems of valves
18" and larger shall be forged from high tensile strength manganese bronze.
Valve Diameter. Inches By-Pass Diameter. Inches
16-20 3
24-30 4
36-42 6
48 8
Valves 16" and over in size shall be equipped with standard bypass valve. Valves 18" and over
shall be horizontal valves installed complete with beveled gears, enclosed gear case, and valve
manhole ring and cover.
Cast iron body shall be of iron with an even grain and shall possess a tensile strength of not less than
32,000 pounds per square inch. All bronze castings, except the stem, shall have a tensile strength of
not less than 30,000 pounds per square inch.
-- All valves shall open left (counterclockwise) and have a 2" square wrench nut unless specified
otherwise.
-- Valves shall be Mueller manufacture or approved equal, and a certified copy of hydrostatic and
physical tests of all metals may be required by the Engineer.
-- Tapping valves in addition to the above shall have an oversized port to facilitate the use of full size
tapping shell cutters, a raised male face on the end flange and shall conform to AWWA standards.
_ 2.2. VALVE BOXES
Valves buried in the ground not shown with a manhole around the operator shall be provided with cast iron
_ valve boxes of proper dimensions to fit over the valve bonnets and to extend to such elevation at or
slightly above the finished grade line as directed by the Engineer. Tops shall be complete with covers and
shall be adjustable. Valve boxes shall be set vertical and concentric with the valve stem. Any valve box
' 15 101-2 4/92
which has so moved from its original position as to prevent the application of the valve key shall be
-- satisfactorily reset by the Contractor at his own expense. A reinforced concrete pad 30 inches square and
6 inches thick shall be poured around all valve boxes that are not placed within the concrete pavement.
-- 2.3. ROLLERS AND TRACKS AND SCRAPERS FOR HORIZONTAL VALVES
All gate valves sized 18 inches and above shall be horizontal, gear operated and shall have bypass valves.
-- Rollers, tracks, and scrapers for horizontal valves shall conform to AWWA Specification C500 with the
following exception: BABBITT TRACKS WILL NOT BE ACCEPTABLE.
-- 2.4. STUFFING BOXES
Stuffing boxes shall conform to the requirements of AWWA Specification C500, or AWWA Specification
_ C-509, with the following exceptions:
(a) All valves 2 inches through 16 inches shall be equipped with double O-rings, which provides for
_ replacement under pressure of the upper O-ring when the valve is fully open. All geared valves will
be equipped with conventional packing in the main stuffing box.
(b) All horizontal valves will have attached stuffing boxes as per the above AWWA Specifications.
(c) Stuffing box bolts and nuts shall be plated by one of the following methods:
ASTM A 165 Type NS (Heavy Cadlure Plated)
A 164 Type LS (Electrodeposited Zn)
A 123 (Galvanized Hot Dip)
2.5. GLANDS AND GLAND BOLTS AND NUTS
Glands, gland bolts and nuts shall conform to the requirements of AWWA C500, or AWWA C-509, with
the following exceptions:
' (a) Gland flanges or followers that are a separate part may be cast iron or bronze.
(b) Glands for valves over 12 inches in diameter shall be solid bronze or cast iron bronze bushed.
(c) Gland bolts and nuts shall be bronze.
-- 2.6. GEAR CASES
Gear cases shall be furnished on all geared valves.
All gear valves shall be equipped with extended type gear cases, with east iron side plates.
-- Stuffing boxes shall be located on top of the bonnet and shall be outside the gear case.
Gear cases shall be lubricated and enclosed with oil seal or O-rings at all shaft openings to prevent the
entrance of water which may be in the manhole. Valves equipped with ball or roller type thrust bearings
inside the grease case shall have all shaft openings sealed with double O-rings.
Grease cases shall be cast iron.
' 15101-3 4/92
2.7. BUTTERFLY VALVES
Butterfly valves shall be of the tight-closing, rubber-seated type with cast iron or ductile iron bodies and
rubber seats which are cemented and clamped into the valve body or on the valve disc.
All valves shall be furnished in strict accordance with AWWA rubber-seated butterfly valves Specification
C-504, the latest edition. Wafer-type valves will not be accepted.
Valve body shall be close-grained cast iron, ASTM A126, or ductile iron ASTM A536, Grade 65-45-12,
with integra!ly cast hubs for shaft bearings. Valve ends shall be mechanical joint for connection to plain
end reinforced concrete cylinder pipe C-301.
Valve discs shall be of one piece cast alloy iron per MIL Specification MIL-G-858A, Class 1, or ductile
iron per ASTM A536, Grade 65-45-12. The seating edge of the disc shall be 18-8 stainless steel.
-- Adjustable mechanical stops shall be provided to limit rotation.
Valve shafts shall be of one piece design, projecting completely through valve disc and made of stainless
-- steel Type 302, 303, 304, or 316. Each valve shaft shall be securely attached to valve disc by means of
tapered pins extending through disc and shaft. Valve shafts may also be of the "stub shaft" type as per
AWWA Standard C-504, the latest edition.
Valve seat shall be Buna N rubber securely cemented and clamped into valve body or to the disc for
complete immobility under all operating conditions. Mechanical damping means used to clamp valve seat
-- shall be of non-corrosive construction.
All butterfly valves shall be spray coated with a two component epoxy to cover all interior ferrous surfaces
_ that come in contact with water. Interior coating shall be factory applied to a nominal thickness of 3-4
mils. Exterior coatings shall be in accordance with AWWA Standard C-504 for buried service valves.
_ The interior coating shall be a two part thermosetting epoxy protective coating and shall function as a
physical, chemical and electrical barrier between the base metal to which it is applied and the
surroundings.
The coating shall be non-toxic and shall not impart taste to water. The coating must be formulated from
materials deemed acceptable per the Food and Drug Administration Document Title 21 of the Federal
Regulations on Food Additives, Section 121.2514 entitled, Resins and Polymeric Coatings.
The coating shall have a satin finish and shall be suitable for field overcoating and touchup with same
coating material without standing or special surface preparation, or application of heat in excess of room
temperature.
The coating shall have a successful record of performance in valves, pipes or other allied equipment for a
minimum of two years.
The coating adhesion to the substrate shall exceed cohesion of the coating film as demonstrated by the
following test:
(a) Prepare test panel and apply coating per manufacturer's recommendation.
(b) After sample has properly cured per manufacturer's recommendation, scribe an "X" using a sharp knife
or scalpel through the coating to the metal substrate.
-- 15101-4 4/92
(d) No disbondment of the film shall be noted as tested above after immersion in tap water for 1500 hours at
-- 100 degrees Fahrenheit.
A falling sand abrasion test using ASTM D968 shall produce an abrasion coefficient of 25-30 liters/mil. As
-- an alternative, a Taber Abrader Test should find 3.5 - 3.7 milligrams coating loss per 100 cycles when using
a CSF 10 Wheel (1000 gram weight).
-- Shaft beatings shall be of the sleeve type self lubricated material that will not have a harmful effect on
robber. An adjustable 2-way thrust bearing shall be provided to keep disc centered, regardless of val~:
position. Stuffing boxes shall be provided and the design shall be such that packing can be replaced without
_ taking the valve out of service. Gland follower shall be bronze one piece construction.
Butterfly valves shall conform to AWWA classes and designations as indicated in the plans. Butterfly valves
_ shall be furnished with a 1/2-inch ductile iron operating nut inside of the 5-foot manhole as required.
Valve discs shall set at 90 degrees to the axis of the valve and revolve through 90 degrees from full open to
closed.
Valve operator shall be capable of seating and unseating valves and operating through their full stroke
against pressure as shown in the plans, and shall close by turning the input shaft clockwise.
Manual operators shall be the worm-gear or traveling nut type, having permanen~y grease-lubricated totally
enclosed gearing with operating nut and gear ratio design to require not more than a total of 80 pounds pull
at the valve. Operator shall be provided with adjustable limit stops on the input shaft to the operator. Limit
stops on output shat~ of operator will not be permitted. Operator shall be designed for direct burial service
and a valve manhole shall be provided over the valve operator as shown in the plans. Operators and bonnets
' shall be provided as shown in the detail. No additional payment will be allowed for operator or bonnet
extension.
The valves shall be mounted horizontally. All valves shall be designed for a minimum working pressure of
200 psi, unless otherwise shown in the plans.
' 2.8. PRECAST CONCRETE MANHOLES
Precast concrete manholes shall be constructed over the gear boxes of horizontal gate valves and butterfly
valves.
A. Pipe Sections
-- Pipe sections shall conform to current specifications for precast reinforced manhole sections, ASTM
Designation C76, Class III with the following additions:
_ Pipe shall be machine made by a process which will provide for uniform placement of zero slump
concrete in the form and compaction by mechanical devices which will assure a dense concrete in the
furlshed product.
Aggregates for the concrete shall consist of limestone aggregates in the proportion of at least 75
percent by weight of the total aggregates.
Minimum wall thickness for the manhole risers shah be as listed under Wall "B" in the "Class Tables"
of ASTM C76 for Class HI pipe.
" 15101-5 4/92
For manholes over 20 feet deep the bottom 8-feet shall be Class V R.C.P.
B. Joints
Joints shall conform to the joint specifications in ASTM C478, C76, and ASTM C443. All manhole
' sections, including the bottom section shall be furnished with "O-ring" type rubber gasket joints. The
joints shall be furnished and installed with the bell down to resist groundwater 'infiltration. All joints
shall be sealed with an approved high-strength non-shrink grout on the inside and outside of the
' manhole. Grade rings shall be mortaxed to each other and on the inside and outside to provide a
waterproof seal.
' Joint restrainer straps shall be constructed for the top 3 joints, 2 per each joint.
C. Manhole Steps
Manhole steps shall not be provided.
D. Construction
Conere and reinforcing steel for the manhole base shall be in accordance with the details shown in
the plans.
The bottom section of preeast manholes shall be cleaned by wire brushing, or equivalent, and installed
into the freshly poured concrete base to a depth of at least three inches. The concrete shall be vibrated
_ or hand-redded against the pipe section so as to achieve a tight continuous seal against infiltration or
ex~ltration.
_ The manhole riser shall be set in a vertical, pltunb position. O-ring rubber gasket joints shall be made
in accordance with ASTM C443. High strength non-shrink grout shall be placed on the inside and
outside of the joints after the pipe sections are in place. The outside of the joint between the manhole
riser and the manhole base shall be sealed with non-shrink grout.
Backfill around the completed structure shall be in accordance with the applicable Trench Backfill
Detail or as directed by the Engineer.
Manholes shall be plumb to within 1-inch per 5-feet of vertical depth, whether precast or cast-in-place.
2.9. OPTIONAL BRICK MANHOLES
At the option of the Contractor, manholes of brick may be constructed over the gear boxes of horizontal
-- valves, or butterfly valves in accordance with the details shown in the plans in lieu of precast manholes.
Brick shall conform to the current specifications for Sewer Brick, ASTM Designation 32, Grade MA. Brick
shall be laid as headers in a full bed of mortar and all joints shall be completely filled with mortar. The
_ exterior shall be coated with mortar having a thickness of 1/2 inch. The brick in the top courses shall not be
pulled to the center more than one inch per course.
2.10. CAST IRON COVERS
Cast iron frames and covers shall conform to the details in the plans and shall have a clear opening of 22
inches and weight of approximately 400 pounds. The frames and covers shall be embedded in a full bed of
-- mortar to the estimated grade. Frames and covers shall be bored as shown in the plans.
-- 15101-6 4/92
2.11. RELATED SPECIFICATIONS
The 4g-inch Butterfly Valve, operator and manhole shall conform to the requirements of Dallas Water
Utilities Addendum to the N.C.T.C.O.G. Specifications and shall include all related appurtenances shown in
Dallas Water Utility Standards for Butterfly Valves in addition to the details in the plans.
END OF SECTION
15101-7 4/92