Loading...
WA9402A-CN 970120-. 4;,vt_~.r --~'...air.B~Lu: ,ti. ,, _., .. +1'£c,x'7: J~ ;a-~_:. y± ~" ~:~c~?l,. '~;:.','Y.ti+f.$~'1..`' -,,.'l.'+,.'~.i ,y fc ~ ~' N ~~ 1 ~; •~ }y O;; ~ ~. ~ f,. l r ;'.. F' 4 ~ {: S ; ~~. f ~ "~ k y:; ,; ~.. ~. ~ -'3x ; r ~ 'v C~ x ` ~;, .t _ +,t *4 ~ ' }. ~.: 'C 'l fiv ~ R ~ i` ~„ a ~ :. i "~, r. ~~ ~r~; "•~ ~£ ;ii^' S#C rt`..~» ~. k ~'~..."w`~~2t'~"h~ ~y~~ ~t~;~ ~~ ! ~ ~ ~ ~ '~ '~`W 'T'om ~r-~ h r ~ ra ~ ,.,.~~~~~}' _ ~~ 7 3"F' '' "'4 '?, t- .-'i ti ;'~ a. i cr ~' Y.`, ~ 'r r' ~ i ~• -u~ ~ ~ ~ "! .. .. w ~ x, _ ~ i _ w 'r ` i .•. .... s$ ~~~ ~ r ,! .L~ ~- ~ t ~~ - J,~' i - f > _ x ,.~ u 5 ~.;, 4h _ T4. ~ ' ,..mac ~.` _ ~w ~, ~ ~. "ku 4,i c - ~ - ~ f. ,~' r ..f T^" mot. ''f i_s. e ..- ^rr 4}' ,~ ~t+ ~;r dr { ,Et ` ~3F h ~ ~... _ ~, ''~ ~ +~ it `ty M4. ~' , r ,- 't i ~ ~ ~.N f x- 7s: r' t . fi r+ t i ~~o ~ . T~ ~ ~- ~~ rc ^t 7. } w ~ ~ ~ ~ - ~ '~ ~ N ~ ve 1 . ~ - .:F ~- a* ~k ~ r ,p: µ t Jf '. i ~' a Kj~kj.' ~ ^4 7 ~ 7~ 4 ~ 3. } ~ ~ r ~' "' wl +µ~~{ i "i r. c~ YN 4 A ~ r ~.'. ..~ t ~s<.+. s~.x~ ~ +i. ,{ ~ _ ..~ ~~. ~ aim..'. Y d ~ ~ ~ ~ ~ 3~ ~ ° ~ ~` ~ ~ ..-'"~ cfi .fin %vf ~ c ~ - -. ~ 1,:.~ ~ ~ ~ i -J f ~ PC'~-~.t ~ ~ ~y~ _r r }Jy'-~ Y- f .F ~ Y i F F ~ Y r7 q ~~~~~ y [ ~ r -~ ~~ ' rV`4 jl ~t• 4 r4 i ~'. f ~ N- L4." eif,}~" l y~'~x _.~ i<,. l ti '~~' 't r ~ +a'`'. '~nY _. y f a S ,i3ra ? ,,3s s 1 r'~ ~ _ ~ '4 ~ ~ s z x ~' ~~r 3 i.i' a Sir +~ w 4... ~r~. ti , ~~ .-.. l r.~C.~ ~ ~ j~Ylat< r iY .r .~ 3'{ 3: ~ L J. ' ] Vii,! Y 4 r 7 ~ ~ 1 'Cjy Jvl ~:'. J ~. ~ ~ ~~ `~~ ,Y i k t S F ~'f~Yd ~t . ~. '~'~i?~ ?~ t, b .` s ~M r a..a~ 1 ,{f.t3 '" il~ '.1 t .r! 1. J 4 ~Q~ -., 1 ~ ~ V # ~. ~-'t YY'. ~ y d ~ b~ - x w F S d;z Z ~. .) G ~ ~ ~ , ~ i t ) f r k - <~x y ~ k d~ ~ `~ ~ ~~ .~~ ti~ _ c. k ~ „~~. ~ e 'G.. c»~'. 1 w.' A' . ~ {~a ~ _ ~C ~ ~t4(~~i,x ~_~,, ~ ~F r t ~ , . xiL>r ~ ' : ~ x5. ~k~ "A' ~ ~~Y". G1 w ~` ~ 'wi~a~~ ~ x r e ; a .'j- ~ ~'i ~k'~;. sn } ~~ ~ a~~ - _.~. r x Y 'r 1 G J ~ ~ .Y .h h7 ~ } p _'X +^iF}:'Y w~ ' ^ ~ d ~ S 'U ? ~" ~ ~*~ ~ } y u ¢ ~~t ~' ~~l ~.~ v y y' ~ fi ' ~~ 4 ~ F ~ s ~< ~~4;x t 4 -~ i~ f ~e rrGGri f,.+~-g •..., 4 Y ,~ ~ r " ~ ' ti -2 ` r s ~ E , y 1 r F -'~. .,fr f i ~ ;~ K ` ~ ~ ~~ y ~ S. k ~~~ t'~ +' CITY OF IRVING, TEXAS CITY COUNCIL Morris H. Parrish, Mayor Randy Randle Harry J. Joe George Susat, M.D. Joe Putnam - J. Roland Jeter Bob Pierce, M.D. Lewis Patrick Joe Philipp CITY MANAGER Steve McCullough - DIRECTOR OF PUBLIC WORKS Jack D. Angel, P.E. DEPUTY ..DIRECTOR OF PLTBL.IC WORKS - Bob Chapman, P.E. PART B: INSTRUCTION TO BIDDERS IB-I-2 INSTRUCTIONS PART BP: PROPOS BP-1 AL FORM -- BP-2-5 ITEM DESCRIPTION BP-6 SUBMITTAL DOCUMENT - BP-7-8 EXPERIENCE RECORD - PART C: CONTR SF-I-3 ACTS AND BONDS STANDARD FORM OF AGREEMENT -CONTRACT __ PB-I-2 PERFORMANCE BOND PB-3-4 PAYMENT BOND - MB- I -2 MAINTENANCE BOND SI-1-4 INSURANCE FORM - WC-l WORKERS' COMPENSATION CERTIFICATE PART G: GENER SECTION G-1 AL PROVISIONS AND REQUIREMENTS DEFIl~1ITIONS 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 -~- pA_RT CS: CONSTR DIVISION Ol - UCTION SPECIFICATmNS GENERAL REQUIREMENTS ~" * SECTION 01000 GENERAL NOTES * SECTION 01005 APPROVED PRODUCTS LISTING * SECTION 01010 SUMMARY OF WORK - SECTION OlOll PREVAILING WAGE RATE SECTION 01050 COORDINATION - SECTION 01051 GRADES, LINES AND LEVELS SECTION 01320 PROGRESS REPORT SECTION 01515 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 02100 MOBILIZATION 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 FITTINGS * SECTION 15086 AIR & VACUUM RELEASE VALVES * SECTION 15087 BLOW-OFF VALVE ASSEMBLY * SECTION 15101 GATE VALVES AND BUTTERFLY VALVES SECTION 15250 STRUCTURAL STEEL PAINTING * Indicates standard specification has been revised for this project. TFIE$E DOCUMENTS ARE FINAL AND ARE FOR CONSTRUCTION, BIDDING, AND PERMIT PURPOSES ONLY. -ii- CITY OF IRVING, TEXAS DALLAS WATER SUPPLY LINE NO. 3 SECTION 3A(1) Sealed bids will be received at the office of the City Secretary, Irving, Texas until 10:00 a.m., February 14, 1997, for Dallas Water Supply Line No. 3 -Section 3A(1). This contract shall consist of the - furnishing and installing of approximately 2,230 linear feet of 60-inch water line, a 300-foot aerial crossing with 60-inch waterline and an air & vacuum release valve, two blow-off valves, one air and vacuum release valve, asphalt pavement removal and replacement, driveway and fence removal and replacement, tree - 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. APre-Bidder's Meeting will be held at 10:00 a.m., February 7, 1997 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 14, 1997. The contract for said improvements will be awarded by the City Council of the City of Irving at its regular meeting on or after March 11, 1997. _,... Any bid received after closing time will be returned unopened. Each bid must be accompanied by a certified or cashier's check payable to the City of Irving and - drawn on a responsible bank or an approved bidder's bond for the sum o~ 5% of the amount 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 IRVIlVG, TEXAS By: s/ Morris H. Parrish Morris H. Parrish, Mayor 1. 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 60-inch water line and related appurtenances in the Cities of Coppell and Carrollton as described in Section "1010" of these specifications. 2. PRF.PA_R A TION AND MI ION OF PROPO~ A T . In the bid proposal, the bidder shall fill in the blanks for the "Total Unit Price" and the "Total Price." For i 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 OUOTED PRT .S In case of difference between the written words and any figure in a proposal, the amount stated in writing will be considered as the bid. 4. DISC FPAN IE IN BID In case of lack of clearness of a proposal, the owner will adopt the most advantageous construction thereof or reject the bid. 5. t1NBALANCED BIDS Unreasonable or unbalanced unit prices will be cause for rejection of any bids. 6. INTERPRETATION OF P . IFI .AT1()ly 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. MATERiAi S FURNISHED BY CON ACTOR The Contractor shall furnish all materials, regardless of their nature except as notes in the special provisions and/or plans. 9. MANT IFA TRFR C RTIFI ATF The Contractor shall furnish, if the Owner so requests, 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 successful contractor will be furnished with three (3) sets of plans and specifications. Should he desire more than three (3) sets, he may buy them for $20.00 per complete set. 12. -- 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 construction of the entire project 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 after 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 part 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. 15. INSURANCE 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: a) Workerman's Compensation b) Commercial General Liability (Public) As set forth in the Worker's Compensation Act. Each Occurrence $500,000 General Aggregate $1,000,000 Products Comp/Ops Agg.$1,000,000 IB-2 The City of Irving shall be an additional insured on the Commercial General Liability (Public) Insurance Policy furnished by the Contractor. 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 thereof shall be given by certified mail to the Department of Public Works, City of Irving, 825 W. Irving Blvd, Irving, Texas, 75060. 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. Proof that the insurance is in force shall be furnished to the City on City of Irving Standard Certificate of Insurance Forms. 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. In the event any insurance policy shown on the Certificate of Insurance has an expiration date that is prior to the completion and final acceptance of the project by the City of Irving, the Contractor shall furnish the City proof of identical continued coverage no later than thirty (30) days prior to the expiration date shown on the Certificate of 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. dB-3 PROPOSAL DATE: "` PROPOSAL OF A CORPORATION ORGANIZED AND EXISTING UNDER THE LAWS OF THE STATE OF 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 THE SAID WORK WITHIN THE TIME STATED, AND MAINTAINING SAME AS REQUIRED BY THE DETAILED SPECIFICATIONS FOR THE FOLLOWING PRICES, TO-WIT. BP-1 SPEC. NO. DATE: /_~ '- CITY OF IRVING BID ITEM DESCRIPTION "' FOR DALLAS WATER SUPPLY LINE NO. 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 1 2,230 L.F. For Furnishing and Installing 60-Inch Reinforced Concrete Cylinder Pipe (E-301) Water Line by Open Cut with Class "F" Embedment, complete in place, the sum of Dollars and Cents per Linear Foot. (15060) 2 1 L.S. For Constructing 300-Foot Aerial Crossing including 60-Inch Reinforced Concrete Cylinder Pipe Water Line, Air and Vacuum Valve, & all other appurtenances, complete ` in place, the sum of Dollars and Cents per Lump Sum. 3 140 V.F. For Constructing 30-Inch Drilled Shaft, complete in place, the sum of Dollars and Cents per Vertical Foot. 4 284 V.F. For Constructing 42-Inch Drilled Shaft, complete in place, the sum of Dollars and Cents per Vertical Foot. BP-2 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 5 2 Ea. For Constructing 10-inch Blow-off Valve with Manhole and all Related Appurtenances, complete in place, the sum of Dollars and Cents per Each. (15087), & (15101) 6 1 Ea. For Constructing 8-Inch Air and Vacuum Release Valve with Manhole and All Related Appurtenances, complete in place, the sum of Dollars and Cents per Each. (15086), & (15101) 7 1 L.S. For Furnishing and Installing 60" RCCP Dished Head Plug designed for Testing together with All Related Appurtenances, complete in place, the sum of Dollars and ` Cents per Lump Sum. (15060) 8 1 L.S. For Removing, Salvaging and Utilizing Existing 60-Inch Plug, complete in place, the sum of Dollars and Cents per Lump Sum. 9 195 S.Y. For Removal and Replacement of Existing HMAC Drive, complete in place, the sum of Dollars and Cents per Square Yazd. (2600) 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 10 60 S.Y. For Removal and Replacement of Existing Gravel Drive, complete in place, the sum of Dollars and Cents per Squaze Yard. (2600) 11 300 L.F. For Removal and Replacement of Bazbed Wire Fence, complete in place, the sum of Dollars and Cents per Lineaz Foot. 12 100 L.F. For Removal and Replacement of Chain Link Fence, complete in place, the sum of Dollazs and Cents per Linear Foot. 13 1 Ea. For Furnishing and Installing Cathodic Test Station, as detailed in Plans, complete in place, the sum of Dollars and Cents per Each. 14 1 L.S. For Furnishing and Installing 60-Inch Reinforced Concrete Cylinder Pipe Closure and Connecting to Existing 60-Inch RCCP Water Line, complete in place, the sum of Dollars and Cents per Lump Sum. 15 9 Ea. For Furnishing and Planting 4-Inch Caliper Cedar Elm, in locations to be designated by Owner, complete in place, the sum of Dollazs and Cents per Each. BP-4 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 16 8 Ea. For Furnishing and Planting 4-Inch Caliper Shumard Red Oak, in locations to be designated by Owner, complete in place, the sum of Dollars and Cents per Each. 17 8 Ea. For Furnishing and Planting 4-Inch Caliper Live Oak, in locations to be designated by Owner, complete in place, the sum of Dollars and Cents per Each. 18 50 C.Y. For Furnishing and Installing FX1z~ Crushed Stone for Embedment, not Called for on the Plans and Ordered in Writing by the Owner, complete in place, the sum of Dollars and Cents per Cubic Yard. (02200) ' 19 20 C.Y. For Furnishing and Installing Extra 2000 PSI Concrete for Embedment, not called for on the Plans and Ordered in Writing by the Owner, complete in place, the sum of Dollars and Cents per Cubic Yard. (03301) 20 2,300 L.F. For Furnishing and Installing Erosion Protection Devices, complete in place, the sum of Dollars and Cents per Linear Foot. BP-5 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 21 2,230 L.F. For Designing and Providing Trench Safety Systems, complete in place, the sum of Dollars and Cents per Linear Foot. (02400) 22 1 L.S. For All Costs Related to Mobilization for the Project, as defined in Section 02100, complete in place, the sum of Dollars and Cents per Lump Sum. (02100) AMOUNT BID (Non-Taxable Material) $ AMOUNT BID (Labor and Taxable Material) $ TOTAL AMOUNT BID (Items 1 Through 22) $ SPECIAL NOTE -LUMP SUM BID ITEM NO. 2: Contractor shall furnish a breakdown of lump sum bid price with unit prices for concrete, structural steel and pipe based on plan quantities for partial pay request. 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 ~) calendar days after the issuance of a work order, not to exceed One Hundred Twenty (120) calendar days. r' NOTE: The Owner reserves the right to award a contract for this project to the lowest qualified bidder. The Owner also reserves the right to reject all bids submitted at the Owner's discretion. BP-6 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-7 THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK WITHIN TEN (IO) DAYS AFTER THE - DATE OF WRITTEN NOTICE TO COMMENCE WORK, AND TO SUBSTANTIALLY COMPLETE THE WORK ON WHICH HE HAS BID WITHIN THE MAXIMUM AMOUNT OF CALENDAR DAYS AS PROVIDED IN THE - BID SCHEDULE AND THE GENERAL CONDITIONS OF AGREEMENT. ^, ENCLOSED WITH THIS PROPOSAL IS A CASHIER'S OR CERTIFIED CHECK FOR ($ )DOLLARS, OR A ,,.,. PROPOSAL BOND IN THE SUM OF ( ) DOLLARS, WHICH IT IS AGREED SHALL BE COLLECTED AND RETAINED BY - THE OWNER AS LIQUIDATED DAMAGES IN THE EVENT THIS 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: BY: SEAL - IF BIDDER A CORPORATION BP-8 EXPERIENCE RECORD NOTE: THIS FORM MUST BE COMPLETED BY ALL BIDDERS HAVING NO PREVIOUS CONTRACT EXPERIENCE WITH THE CITY OF IRVING. List of projects bidder Las successfully completed: List of projects bidder is not engaged in completing: List of Surety Bonds in force on the above uncompleted work: Amount of Contract Awazd Amount of Bond Name of Surety Company Acknowledgment on next page must be filled in. BP-9 a partner Submitted by: an individual a corporation with principal office at TO BE FILLED IN BY CORPORATION: Date Incorporated Under the Laws of ~- (State) ~" Executive Officer State of _ County of TO BE FILLED IN BY PARTNERSHIPS: Date Formed State whether partnership is general limited or associated. List of Members: ~' ,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 l9 Notary Public My Commission Expires: (Seal) BP-10 PART C: CONTRACTS AND BONDS NOTICE The following blank spaces in the contract are not to bs filled in by the bidder at the time of submitting 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. STANDARD FORM OF AGREEMENT As Adopted By -° THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS October 7,1971 Revised November 17, 1928 Revised April 15, 1932 Revised October 27, 1934 Revised October 19, 1945 Revised April 28, 1954 Revised Apri121, 1960 Revised October 7, 1971 Approved as to Legal Form by Legal Council STATE OF TEXAS COUNTY OF DALLAS ._. THIS AGREEMENT, made and entered into this day of , 1997, A.D., by and between THE CITY OF IRVING of the County of DALLAS and State of Texas, acting through the MAYOR thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and ' of the City of , County of and State of , Party of the Second Part, hereinafter termed CONTRACTOR. _ WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part ___ (CONTRACTOR), hereby agrees with the Party of the First Part (OWNER), to commence and complete the construction of certain improvements described as follows: _ _ Dallas Water Supply Line No. 3, Section 3A(1) and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the -~ Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof and the Specifications and addenda therefor, as prepared by Shimek, Jacobs & Finklea, Consulting Engineers herein entitled ENGINEER, each of which has been identified by the CONTRACTOR and SF - 1 _. 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 after the date - written notice to do so shall have been given to him, and to substantially complete the same within (calendar) (working) days after 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. City of Irving, Tegas Party of the First Part (Owner) By: Morris H. Parrish, Mayor ATTEST: Janice Carroll, City Secretary Party of the Second Part (Contractor) By: ATTEST: SF-2 THE STATE OF § COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared: (Print Name) (Print Title) `~ of .known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the ... act of the said a corporation, that he was duly authorized to perform the same by appropriate resolution of the board of directors of such corporation and that he 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 day of A.D., 19 My Commission Expires: Notary Public In and For County, SF-3 PERFORMANCE BOND BOND NO. STATE OF TEXAS § COUNTY OF § KNOW ALL PERSONS BY THESE PRESENTS: That of the City of County of ,and State of , as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (Owner), in the penal sum of Dollars ($ )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 day of 19 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 of 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. 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, specifications, 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 day of _, 19 Principal Surety sy ey Title Title Address Address The name and address of the Resident Agent of Surety is: PB-2 PAYMENT BOND BOND N0. STATE OF TEXAS COUNTY OF KNOW ALL PERSONS BY THESE PRESENTS: That of the - City of County of ,and State of , as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (Owner), in the penal sum of Dollars M ($ )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 day of , 19 . to which control is hereby referred to and made part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION tS 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 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. PB-3 IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this _______ day of ~ ~ 9...~--- Principal Surety By ey Title Title Address Address The name and address of the Resident Agent of Surety is: PB-4 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS § THAT AS PRINCIPAL AND A CORPORATION ORGANIZED UNDER THE LAWS OF , AS SURETIES, DO HEREBY EXPRESSLY ACKNOWLEDGE THEMSELVES TO BE HELD AND BOUND TO PAY UNTO THE CITY OF IRVING, 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 DOLLARS ($ ), 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 SEVERALLY. THIS OBLIGATION IS CONDITIONED; HOWEVER, THAT WHEREAS, THE SAID HAS THIS DAY ENTERED INTO A WRITTEN CONTRACT WITH THE SAID CITY OF IRVING TO __ BUILD AND CONSTRUCT Dallas Water Sunpjy Line No. 3, Section 3A(11 WHICH CONTRACT AND THE PLANS AND SPECIFICATIONS THEREIN MENTIONED, 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 COI~]TRACT, IT IS PROVIDED THAT -~ THE CONTRACTOR WILL MAINTAIN AND KEEP IN GOOD `REPAIR, THE WORK .I-IEREIN 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/OR - RECONSTRUCTING IN WHOLE OR IN PART OF SAID IMPROVEMENTS THAT SHOULD BE OCCASIONED BY SETTLEMENT OF FOUNDATION, DEFECTIVE WORKMANSHIP OR MATERIALS FURNISHED IN THE CONSTRUCTION OR ANY PART THEREOF OR ANY OF THE ACCESSORIES - THERETO CONSTRUCTED BY THE CONTRACTOR. 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 SAID 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 SAID PROVISIONS OF SAID 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 SAID CITY OF IRVING SHALL HAVE AND RECOVER FROM THE SAID CONTRACTOR AND ITS' PRINCIPAL AND SURETIES DAMAGES IN THE PREMISES, AS PROVIDED; AND IT IS FURTHER 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 MB-1 BRANCHES UNTIL THE FULL AMOUNT SHALL HAVE BEEN EXHAUSTED; AND IT IS FURTHER UNDERSTOOD THAT THE OBLIGATION HEREIN TO MAINTAIN SAID WORK SHALL CONTINUE THROUGHOUT SAID MAINTENANCE PERIOD, AND THE SAME SHALL NOT BE CHANGED, DIMINISHED OR IN ANY MANNER AFFECTED FROM ANY CAUSE DURING SAID TIME. IN WITNESS THEREOF, SAID HAS CAUSED THESE PRESENT TO BE EXECUTED BY AND THE SAID HAS CAUSED THESE PRESENT TO BE EXECUTED BY ITS' ATTORNEY IN FACT AND THE SAID ATTORNEY IN FACT, HAS HEREUNTO SET HIS HAND, THE DAY OF 19 SURETY: PRINCIPAL: By: - WITNESS: By: ATTEST: SECRETARY NOTE: DATE OF MAINTENANCE BOND MUST NOT BE PRIOR TO DATE OF CONTRACT. MB-2 ,.,,R.._,~_ __ _.... ~ ~.. ...~.~~..~_ _.___._~.. _._,,.,_ ~ ..._, w_.--_, __ ......._ ..., ._. _. ~' STANDARD CERTIFICATE OF INSURANCE FORM FOR THE CITY OF IRVING 825 West Irving Boulevard Irving, Texas 75060 Issued To: CITY OF IRVING Address: Director of Public Works P. 0. Box 152288 Inning, Texas 75015-2288 THIS [S TO CERTIFY to the Director of Public Works that the following policies of insurance, subject to their terms, conditions and exclusions, have been issued by the Companies covering the insured named below for the types of operations and at the locations described herein. It is understood and agreed that none of the policies referenced herein will be canceled, changed, reduced in coverage, or allowed to expire without at least thirty (30) days advance written notice by certified mail to the Director of Public Works at the above address. 1. Name of Insured: THE CITY OF 1RVING has been named an additional insured by an endorsement to the coverages, other than Worker's Compensation and Employer's Liability, listed herein with regard to the Insured's activities under this project and all premiums arising from the coverages heron shall be the responsibility of the Insured. The coverages provided herein shall be primary and noncontributory with any other insurance maintained by the City of Irving including self-insurance. 2. Address of Insured: 3. Status of Insured: Corporation^ Partnership^ Individual^ (Other)^ 4. Location of Operations (Project) Covered: 5. Description of Operations (Project) Covered: 6. Companies Affording Coverage: Policy Number -'- Company Letter A Company Letter B Company Ltttcr C Company Letter D Company Letter E ~ Foax ~aoo~ Rsv ~~ " SI -1 INSURANCE POLICIES IN FORCE .-, INSURAN CE AFFORDED ONLY FOR HAZAKDS [NULCATED BY (Y) C'o rype of Polky a Lirsfb st Ltabliry In ihewands Polley Humber Policy 1 erm t a l W or1 er s Comptnsatwn SuNtory From: To~ b) Emplu)KS Ltabiltry Euh Acndrnt S Fmm: Drseax Policy Limn S Disease E,icA Employee S To: wl Commercial lichen! Ltabdtry From: I(ltbhe) Cxneral ARpe{tte S Products Lomyt]ps Ag{re{ate S Bodily m)ury and property dams{e, Personal Imury S To: mcludtn{: Each (Xeurtrnce S Fire Damages lanr one tire) S PrrntISCY~peranOn3 Products/Compl. Openunns Endoncment CG 2303 'Amendment A{{re{ate Limn of lnsutancs Pet Project' Independent Contraetaes Explosion, Collapse ~Underpottod Dams{e (XCt>) Blanket Contractual (Hold Harmless) Fin Dame{s Le{al Broad Forth PD Extended Bodily N1urY Owner's B Contractors Protective Personal Injury. with employmrnt exclusion deleted OCCURRENCE POLICY CftY ADDITIONAL UISt1RED (d) Automobtk Liability CSL From: My Auto Bodily injury Pa Person All Owned Autos Bodily injury Pa Aeadeot S Scheduled Autos Property Dama{s To: Hired Autos Non-0wned Autos CITY ADDrt70NAL !*JSURED (e) Exew Lia~liry Each Occurreeu S From: Umbrella Form A{Qe{ate Other thin Umbrella Form To: CITY ADDtl70NAL INSURED (t) All Risk Builders Risk from: CfTY NAMED INSURED To: 1`) lhher Insunnu ~ From: To S Contractual Liability ~' Subject to policy terms, conditions and exclusions, specific Contractual Liability coverage is provided as follows: D Only for liability assumed by the Insured under iu Contract with the City of Irving for the operations described herein: - ~~ ~i O All Contracts between the Insured and the Ciry of Irving. Producer Address ~ 1 Authorized Representative 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 proving that the Insured is covered by the policies of insurance j --- t indicated above. My Commission Expires: i Notary Public In and Por the State of Texas l SI-2 INSURANCE POLICIES IN FORCE INSURANCE AFFORDED ONLY FOR HAZARDS INDtCATED BY (: h.1iw. . t i.wlw of Lululiwr 1w iAeufewdf POIItY Numper l a) W Of-rf t C bl Emolwcrs wl Wmmerciiu venerat uaowry I E~blic) Bodily mlury and property damage, ~ncludtn`: Premises/Operutons RoducwCompl. Operations Endorsement CG 2307 'Amendment Aatte{ate Limo of Inauranu Pa P-ol~~ Independent Conttaeton Explosion. Collapse d:UnderQottad Oama~e(XCU) Blanks Contrsattal (Hold Hatmkas) Firs Dama`e Lepl Broad Fofm PD Extended Bodily InlttrY Owneds dt Contractor's Protectivs Personal injury. with employment exclusion deleted OCCURRENCE POLICY Cl1Y ADDITIONAL tNStlRED (d) AutomoMk Liabdiry Any Awo All Owned Awof Scheduled Awes Hired Autos Non-0wtted Autos CITY ADDTI70NAL INSURED (e) Ext:ess l+akliry Umbrella Form Other than Umbrella form CITY ADDri70NAL INSURED (t) All Risk t?!udder's Risk CITY NAMED INSUTtED Ig) ther Insurance To~ To: lanr one r-~ trm ~ . f Ta: To: fro To: Fro To Contractual Liability Subject to polity terms. conditions and exclusions, specific Contractual Liability coverage is provided as follows: t7 Only for liability assumed by the Insured under its Contract with the Ciry of Irving for the operations described herein: O All Contracts between the !toured and the City of Irving. _, i Producer Address ^ ~ Authorized Representative Date -- j 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 hdshe executed the same for the purpose of proving that the Insured is covered by the policies of insurance j ~I indicated above. My Commission Expires: i Notary Public In and Per the State of Texas SI-2 C iC~4 Ml"L c r v/-r/~ STANDARD CERTIFICATE OF INSURANCE F(~)R1~t FOR THE CITY OF IRVtNG ___ 825 West [ruing Boulevazd [ruing, Texas 75060 Issued To: CITY OF IRVING Address: Director of Public Works P. 0. Box 152288 [ruing, Texas 75015.2288 THIS IS TO CERTIFY to the Director of Public Works that the following policies of inswrance, subject to their terms, conditions and exclusions, have been issued by the Companies covering the insured named -- below for the types of operations and at the locations described herein. It is understood and agreed that none of the policies referenced herein will be canceled, changed, reduced in coverage, or allowed to expire without at least thirty (30) days advance written notice by certified mail to the Director of Public Works at the above address. 1. Name of Insured: ACM£ EXCAVAT/ON AND UT/L/TY CO. /NC. THE CITY OF 1RVING has been named an additional insured by an endorsement to the coverages, other than Worker's Compensation;and Employer's Liability, listed herein with regazd to the Insured's activities under this project and all premiums arising from the coverages herein shall be the responsibility of the Insured. The coverages provided herein shall be primary and noncontributory with any other ituurance maintained by the City of Irving including self-insurance 2. Address of Insured• /00 MA/N ST. /RV/N6, TX. 75060 3. Status of Insured: Corporation® Partnership^ Individual^ (Other)^ ~. Location of Operations (Project) Covered: //0/ COKER ST. NORTH6ATE WEST ADD. 8 th/NSTALLMENT LOT 7, BL/C 20 S. Description of Operations (Project) Covered: 2 - 8 ~ DETECTOR CHECK VAULT ASSEMBLIES , / - l ~/RE HYDRANT . / - 4 ~ DIAMETER MANHOLE , 6. Companies Affording Coverage: Policy Ntunber Company Letter A TEXAS INSURANCE CO. ~ AK22/963 Company Letter B ABC /NSURANCE CO. 8827726/ Company Letter C MR. AUTO /HSURANCE CO. PL 557256 Company I:etter D Company Letter E FoiM iarn ,~ TA• SZ -3 _ ._ 6.. _ .. __ _. -„i- [NSUR~-NCE POLICIES [N FORCE , [NSURANCE ~-E FORDED ONLY FOR HAZARDS [ND[C,~TED BY I Yl ~~ Ca 1 rpa of Yoher t Lt~ro N LlaOrhty m I housand• I'elter .~umDer Molter 1 rrm i B ~ a1 waror s lompansauon X ~tatutarr p p27726! v v ir„m To of tm0~orrr s L~aoU~ry Htth Acc~dcnt S From: U~sease Mahcr Limn S Disease tack Emo~orce S ( Ta pct ~wnmcraL tienerar Lrabthry Frain ID I/93 A il'ublicl octet wt:greesta ~ Prooucu ~umo~vos w.creeae S AK22/963 Boddv tntury and property dame`s. Penonm Irourr S To: ID/I /J4 ~nctudtn~: Uccutteece S Ftn Dunaaa t snr one uret S Pranneyt)Dersnons ProductyCompi. Opaarsans Endorsement CG I303'Amendmsnt w~gpta t.rmtt of Instsranu Dar Pmlea' X Indegeedeat Conasaetn Esploaoa. Cattapss 4Uadsrpwnd DenudelXCU1 Blanket ContraeaW (Hold Haemless) i Fin Damap t.epl Broad Forest PO Extended Bodily Injury Owns s fc Contractor s Protewvs Personal lolury, wrath employment exdtsataa dented OCCURRENCE POLICY CrtY ADDRIONAL INSURED (d) Autoraobtlo l.ubt4ry CSL S Erna: I D/I / C Aar Attto Boatly tnlvey Ira Person f All Owned Aura t3odtiv tnptry Pa Aeadatt s pL 53T256 Scheduled Auto Oamap : To: /0/I /94 Hind Attsa Nan'Owned Auta CITY ADDCRONAL INSURED le) fscm l+aGlrry F.aea lkeureena S Gtara: Umbrella Fast w{gedne Other than Umbrella Fain CIlY wDDR10NAL MSURED To: (I) All Rrsk Bwlder's Rsak Fts>ta: CITY NAMED MSIJRED To: t G l>ther Istsurartce From. Ter Contractual Liability Subject to polity tcrnts. conditions and exclusions. specific Contractual Liability coverage is provided as follows: is Only for liability assumed by the Insured under iu Contract with the City of Irving for the operations described herein. ^ All Contracts between the insured and the Ciry of truing. SMITH, JONES AWHITE, /NC. /D/ W. FIRST STREET, /RV/NG TX. 750t ~ Producer Address /O/L/93 Authorized R resentauve Date - r On this / !t day of OC~• l9 93 personally appeared /I~.L WESTON .an authorized ' representative of •S. /,~~C. known to me to be the person whose name is subscribed to the foregoing instrument and m acknowledged to me that he/she executed the same t'or the purpose of proving that the insured is covered by the policies of insurance indicated above. •• My Commission Expires: No Public !n and For the Stain of xas SL -4 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 unmodified "Standard Certificate of Insurance Form for the City of Irving" is grounds for rejecting my bid. CONTRACTOR BY NAME J .! { . ._ .(': SI-S " _ _. INDEMNIFICATION BY CONTRACTOR City shall not be liable or responsible for, and shall be saved and held harmless 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 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 rights, 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 indemtity provided for in this section shall apply only when the negligent act of City is a contributory cause of the resultant injury, death, or damage, and shall 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 Warne of City, any ~claun 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 self-insurance. Tn addition, Contractor shall obtain and file with City a City of Irving Standard Certificate of Insurance evidencing the required coverage. F'IItM NAME SIGNATURE NAME (PLEASE PRINT) ~..- SI-6 „~.. 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 P 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 we-t PART G GENERAL PROVISIONS AND REQUIREMENTS (Revised 10-16-1996) r- TABLE OF CONTENTS Part G -General Provisions and Requirements G.1. -Definitions of Terms and Abbreviations G.1.1. 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. ] . Intent of Plans and Specifications G.4.1.1. "or Equal" Clause G.4.2. Special Provisions TC-1 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.S. -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 G.6.8. Use of Explosives G.6.9. Protection and Restoration of Property G.6.10. Responsibility of Damage Claims G.6.1 l . Contractor's 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 TC-2 G.6.17. Contractor's Responsibility for the Work -- G.6.18. Contractor's Insurance G.6.19. Workers' Compensation Insurance Coverage 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.1. - DeSnition of Terms and Abbreviations '~ G.1.1. 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: Advertisement: 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. may: 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. ~jtv Attorney: The City Attorney of the City of Irving, Texas, or his duly authorized assistants or r-- agents. City Council: The City Council of the City of Irving, Texas. City Manager: The City Manager of the City of Irving, Texas. City Secretary: 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 living, Texas, or his duly - - authorized assistants or agents. ErigiII~~I: 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 be understood to mean and include all work that may be required by the Engineer or City to be done by the Contractor to accomplish any _ changes, alterations, addition of the work shown on the plans, or reasonably implied by the G-1 specifications, and not covered by the Contractor's proposal, except as provided under "Changes and Alterations," herein. Maintenance 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. avor: 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 hereinafter authorized, or for showing details not shown __ thereon. Pro oral: 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 worked 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 omnleted: 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 sureties 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. Working Davs: 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 the 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. G-2 Workin¢ Hours: 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 r. 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.1.2. 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 app ly the intent and meaning shall be as follows: A.A.S.H.T.O. American Association of L.S.G.Co. Lone Star Gas Co. State Highway and M.H. Manhole Transportation Officials Max. Maximum A.S.T.M. American Society for Min. Minimum Testing Materials Mono. Monolithic Asph. Asphalt No. Number Ave. Avenue % Percent Blvd. Boulevard P.S.I. Pounds per Square Inch C.I. Cast Iron R. Radius ^" C.L. Centerline Reinf. Reinforced C.O. Cleanout Rem. Remove Conc. Concrete Rep. Replace Cond. Conduit R/W or R of W Right-of--Way Corr. Corrugated Sani. Sanitary Cu. Cubic S.W.B.T. Southwestern Bell Telephone '-' Culv. Culvert Company Dia. Diameter Sq. Square Dr. Drive or Driveway Std. Standard -° Elev. Elevation St. Street or Storm F. Fahrenheit Str. Strength Ft. or' Feet or Foot T.P. & L. Co. Texas Power and Light Company -- Ga. Gallon Vol. Volume H.S. Horseshoe W:U.T. Co. Western Union Telegraph In. or " Inch or Inches Company ~-- Lin. Linear Yd. Yard Lb. Pound 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 he 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. rxaminati n of Plan~,~;+P~ifications 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. Bidders shall rely on their own estimates, investigations, tests, and other data which are necessary for full complete information up6n which the proposal maybe 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 living. 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 -- govern. 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.2.5. Proposal Guaranty: No proposal will be considered unless it is accompanied by a cashier'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 G-4 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 correctness 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 Treasury Department list of companies holding certificates of authority and acceptable sureties on Federal Bonds. G.2.6. Filing Pro op salsa No proposal will be considered unless it is filed with the office of the City Secretary in the City Hall, 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 addendum(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. Qpenin; 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 conditions 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 Pro op salsa 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.2.11. Tai qualification of Bidder : Bidders may be disqualified and their proposals not considered for any of the following specific reasons: "-- (a) Reason for believing collusion exists among the bidders. G-5 (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 arreazs 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 awazded. 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 r 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 ProRosal 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. Surg~,y 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 amount 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 ] 00 percent of the approximate "~ total amount of the contract, as evidenced by the proposal tabulation, or otherwise guaranteeing 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} jylaintenance Bond: A Maintenance Bond in the amount equal to ] 00 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 of one (l) 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 G-6 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 aze 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 o 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 awazded shall within ten (] 0) 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. n G3.6. Failure to Execute Contract: The failure of the bidder to execute the required bonds or to sign the required contract within ten (l0) 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 `~ mazket 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 of this provision. 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 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 ual" IaLC : 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 G-7 - 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. ~necial 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 aze 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 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 G-8 -- 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-Un: 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.S. -Control of the Work and Materials G.5.1. Engjneer's Authority and Dutv: 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 i 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 undefstood 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.5.2. Cii perintendence and Insp ion: 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 Dutv 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. G-9 "~~ 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.5.8. ]Lop Drawings: The Contractor shall submit to the Engineer, uvith 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 connections 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. r G.5.9. Preliminarv~~nroval: 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 _µ incurred shall be allowed as extra work, and shall be paid for by the City, provided that, where G-10 Y" 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 detenmined by the Engineer and authorized by him in writing. 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 are 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. Snecificatinnc_ Proposal and Special Provisions: The plans, these -` specifications, the proposal, Special Provisions and all supplementary documents are 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 shalt 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 SupRy 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. Samples and Tests of Ma er;alc: 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 G-I 1 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. ins ep ction: 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.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 after 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 r 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-12 G.6.3. Protection a¢ainst 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 hanmless 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.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 or unnecessary in the opinion of the Engineer, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own - 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 right 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 Rightht-of WavWav: 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 G-13 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.6.7. ~arricade~, 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 precautionary measures for the protection of persons or property and of the work as are necessary. Barricades shall be painted with a reflectorized 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. ~Tse of Ex lo,R lives: 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 hazardous 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.G.10. Re~onsibility for Damaee 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 G-l4 -" 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.6.11. Contractor's Claim for Dama¢e: 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 25th day of the month succeeding that in which 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 Propg~y 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 }n 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 Furnished by the City: 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. Use of Fire H,, d+~rants: 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-15 '- G.6.17. Contractor's Responsibili 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 occasioned by any of the herein above causes. G.6.18. :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 ............... Commercial General ..................... Liability (Public) ........................... as required by law $500,000 Each Accident $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 an 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 Blvd., 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 living Standard Certificate of Insurance Forms. (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 G-16 _ 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 calendaz days from the date of the issuance of the City's Standazd 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. In the event any insurance policy shown on the Certificate of Insurance has an expiration date that is prior to the completion and final acceptance of the project by the city of Irving, the Contractor ._ shall furnish the City proof of identical coverage no later than thirty (30) days prior to the expiration date shown on the Certificate of 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 pazagraph and such insurance has been approved by the City. G.6.19. Workers' Compensation Insurance Coverage: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the City. Persons providing services on the project ("subcontractor" iit §406.096) -Includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of - Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The contractor must provide a certificate of coverage to the City prior to being awarded the contract. __ D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended. G-l 7 E. The contractor shall obtain from each person providing services on a project, and provide to the City: 1) A certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2) No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends "! during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the City in writing by certified mail or personal delivery, within 10 days -- after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1) Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.0] 1(44) for all of its employees providing services on the project, for the duration of the project; 2) Provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3) Provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of -` coverage ends during the duration of the project; 4) Obtain from each other person with whom it contracts, and provide to the contractor: (a) A certificate of coverage, prior to the other person beginning work on the project; and _.. (b) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6) notify the City in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and G-18 7) Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom _ _ they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the City that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, _ that the coverage wilt be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate inswance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, -~ civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the '- contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from 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. r, 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-19 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. ~- Once the work order is transmitted to the Contractor, the Contractor shall devote both manpower and equipment to the project on a continuous basis each and every workday in sufficient quantity to bring the project to completion without delay. The Director of Public Works shall be the sole judge, with appeal only to the City Council, of whether the Contractor has devoted both manpower and equipment to the project on a continuous basis to bring the project to completion. If the Director or his designee should determine the Contractor has failed to diligently prosecute the project and the City Council does not reverse the decision of the Director or his designee, the Director of Public Works may have the remaining work performed by another contractor and deduct whatever is paid to the substitute contractor from the Contractor's contract. Failure to comply with the contractual provisions of a City of Irving construction contract or failure to diligently pursue a project to completion shall be a basis for the City Council rejecting a future bid ` ~ from said 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 t defense fees from any property damage claims Contractor's negligent performance or undue delay he City harmless including paying court costs and resulting from restriction of access caused by the G-20 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. Temnorarv Sus nne lions: 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 mannerthat 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.7.10. Abandonment by Contractor: In case 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 r notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any -- 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 fulfilled, 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.S. -Measurement and Payment G.8.1. ~uanti ies 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. G21 '~" 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.83. Unit Price Materials: Where in the proposal forma "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 left 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. Unit Price Labor: Where in the proposal forma "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, r- 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 r construct full each item of work, complete in place. G.8.5. Total Unit Price: Where in the proposal forma "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 Pa ent: On or before the 10th of each month 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 25th 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 25th 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 ($10,000.00) 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 r him under the work contract subject only to the conditions stated under "Final Payment." G.8.7. Final ComF1_etion nd Accep an e: 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 G22 '~ 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.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 performed and materials furnished under the tenms 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 Completion, 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. ~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 himself 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. Dela, ey d 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 Cdntractor, 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." r G.8.11. Time 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-23 PART CS CITY OF IRVING, TEXAS ~` TECIiNICAL SPECIFICATIONS . AND SPECIAL PROVISIONS FOR CONSTRUCTION CITY OF IRVING, TEXAS DALLAS WATER SUPPLY LINE NO. 3 SECTION 3A(1) SC.O1 The "General Provisions and Requirements" shall be the current City of Irving's Part G - General Provisions and shall be maintained unless there exists a conflict with the Special Conditions of this section, in which case the provisions of the Special Conditions shall govern. In the General Provisions, G.1.1, the definition of the term "Special Provisions" shall also be the definition of the term "Special Conditions". SC.02 Delete the following definitions in item g.l.l in the general provisions and replace with the following: Engineer: The word "Engineer" in these specifications shall be understood as referring to Shimek, Jacobs & Finklea, Consulting Engineers, 8333 Douglas Avenue, Suite 820, Dallas, Texas 75225, Engineer of the Owners, or such other representatives as may be authorized by said Owner to act in any particular position. Special Conditions: The special clauses setting forth conditions or requirements peculiar to the specific project involved, superseding or supplementing the Standard Specifications and taking precedence over any conditions or requirements of the Standard Specifications and General Conditions with which they are in conflict. Add the following sentence to the end of the definition of Subcontractor: Subcontractors must be approved by the City of Irving. SC.03 Add the following abbreviations to Item G.1.2 of the General Provisions: AWWA -American Water Works Association NCTCOG -North Central Texas Council of Governments TDH -Texas Department of Health SDHPT -State Department of Highways and Public Transportation OSHA -Occupational Safety and Health Act ACI -American Concrete Institute Fed. Spec. -Federal Specification CRSI -Concrete Reinforcing Steel Institute ANSI -American National Standard Institute IFI -Industrial Fasteners Institute SSPC -Steel Structures Painting Council NACE -National Association of Corrosion Engineers ASME -American Society of Mechanical Engineers AWS -American Welding Society SC.04 This project is located in the northwest portion of the City of Dallas, the City of Coppell and in Carrollton, Texas. A map showing the location of the project is included in the plans. SC.OS The work to be performed under this contract shall consist of furnishing and installing of approximately 2,230 linear feet of 60-inch waterline, a 300-foot aerial crossing with 60-inch waterline, and an air and vacuum release valve, two blow-off valves, one air and vacuum release valve, asphalt pavement removal and replacement, driveway and fence removal and replacement, tree removal and replacement, along with all necessary appurtenances to complete the project. SC-1 SC.06 TIME A_L.L.OTTED FOR COMPi_.ETi(~N_ NOTICE TO PROCEED AND CONSTRUCTION SEOtTENCE Time is of the essence on this project and will be considered when evaluating the bids received. Time shall commence on the tenth (10th) day after issuance of the work order. The work order shall consist of a written request by the Engineer for the Contractor to proceed with construction of the project. A calendar day is any day of the week or month, no days being excepted. The City of Irving requires 48 hours prior notice for work on Saturdays and Sundays. SC.07 ADDENDA Bidders desiring further information or interpretation of the plans and specifications must make request for such information to the Engineer prior to forty-eight (48) hours before the bid opening. Answers to all such requests will be given in writing to all bidders in addendum form and all addenda will be bound with and made a part of the contract documents. No other explanation or interpretation will be considered official or binding. Any addenda issued prior to twenty-four (24) hours before the opening of bids will be mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be so constructed as to include any addenda if such are issued by the Engineer prior to twenty-four (24) hours before the opening of bids. SC.08 PERMITS AND RIGHT-OF-WAY The Owner will provide rights-of--way for the purpose of construction without cost to the Contractor by securing permits in areas of public dedication or by obtaining easements across privately owned property. It shall be the responsibility of the Contractor, prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginning construction in areas of public dedication, the Contractor shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of work. SC.09 PROPERTY LINES AND MO TMENTS The Contractor shall protect all property corner markers, and when any such markers or monuments are in danger of being disturbed they shall be properly referenced and if disturbed shall be reset at the expense of the Contractor. SC.10 F. iSTIN TI .ITI . AND RVI i.~& The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations. Where existing service lines are cut, broken or damaged, the Contractor shall replace the service lines with the same type of original construction, or better, at his own cost and expense. SC.11 P .IC rTIL.ITI . ND OT .R PROPERTY TO BE CI-LANGED 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 authorized by the property owner or the utility company and approved by the Engineer. The right is reserved to the property owner or to public utilities to enter upon the limits of the project for the purpose of making such changes ar repairs of their property that may be made necessary by the performance of this contract. SC.12 FENCES AND D AiNAC',F. CHANNF.T,S Boundary fences, gates or other improvements removed to permit this construction shall be replaced in the same l,~cation and left in a condition as good as or better than that in which they were found. Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is completed. Any fences damaged or removed by construction activities not noted on plans shall be replaced with a fence of equal or superior quality (no pay item). Temporary fencing shall be required where there is evidence of livestock and where damage or removed fences are not to be replaced by end of same work day (no pay item). SC.13 PROJECT IVLAINTENANCE The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of his contract. sc-2 SC.14 CLEANUP The Contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site as construction of that portion is completed. No items of work will be considered complete for payment purposes until required cleanup has been perfonmed. Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an acceptable appearance. SC.15 COORDINATION WITH OTHERS In the event other contractors are doing work in the same area simultaneously with this project, the Contractor shall coordinate his proposed construction with that of the other Contractors. SC.16 USE OF EXPLOSIVES Under Item G.6.8 of the General Provisions delete the entire paragraph and replace with the following: Use of Explosives: Use of explosives will not be permitted on this project. SC.17 BARRICADES, DETOURING LIGHTS AND WATCHMEN The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights and danger signals, shall provide such watchmen, and shall provide such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricading and detouring shall be in strict conformance with Part IV, Construction and Maintenance, of the Texas Manual on Uniform Traffic Control Devices for Streets and Highways, latest revision. From sunset to sunrise, the Contractor shall furnish and maintain at least one light at each barricade and sufficient numbers of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in suff cient numbers to protect the work. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, lights and watchmen to protect it and whenever evidence is found of such damage the Contractor shall immediately remove the damaged portion and replace it at his cost and expense. The Contractor's responsibility for the maintenance of barricades, signs, and lights, and for providing watchmen shall not cease until the project has been accepted by the Owner. No roadways shall be closed overnight, Contractor shall provide a safe passable roadway. Roadways shall always be passable with at least one lane of traffic. SC.18 DISPOSAL OF WASTE AND SURPLUS EXCAVATION All excavated earth in excess of that required for backfilling shall be disposed of in a satisfactory manner in locations acceptable by the Owner's representative. SC.l9 LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power required for the proper prosecution of the work. SC.20 EXAMINATION OF PROJECT SITE Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encountered, improvements to be protected, disposal sites for surplus materials not designated to be salvaged materials, and as to method of providing ingress and egress to private properties, and methods of handling traffic during construction of the entire project. SC.2l CONSTRUCTION IN PUBLIC ROADS AND PRIVATE DRIVES No public road shall be closed overnight. Contractor shall always keep one lane of traffic open on roadways at all times. It shall be the responsibility of the Contractor to build and maintain all weather bypasses and detours, if necessary, and to properly light, barricade and mark all bypasses and detours that might be required on and across the roads involved in the work included in this contract. The Contractor shall make every effort to complete construction and allow immediate access to adjacent property at driveway entrances located along the roads. Owners or tenants of improvements where access and/or entrance drives are located shall be notified at least twenty-four (24) hours prior to the time the construction will be started at their drive-ins SC-3 or entrances and the Contractor shall provide temporary ingress to entrance drives where necessary. The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance 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 repairs, the Contractor shall reimburse the State, County or City for the cost of such repairs. The Contractor shall, at all times, keep a sufficient width of the roadway clear of dirt and other materials to allow the free flow of traffic. The Contractor shall assume any and all responsibility for damage, personal or otherwise, that may be caused by the construction along roads or private drives. SC.22 CONSTRUCTION SCHEDULE AND SASH FLOW PROJECTIONS Prior to starting work, the Contractor shall submit a proposed schedule and monthly cash projections for the work included herein and shall submit any major revisions to this schedule as the project progresses. Partial payments will not be made until monthly cash flow projections are submitted. SC.23 PROTECTION OF LIVESTOCK The Contractor will make every effort to protect livestock along the limits of construction. No excavated area shall be left open overnight without adequate fencing to restrain livestock. Fences shall be repaired and replaced immediately to prevent escape of livestock. SC.24 TREE PROTECTION Contractor shall coordinate all aspects of the work to ensure that existing trees are protected. Removal of trees not shown with a bold "X" on the plans shall only be done with prior written approval of the Owner. When removal or injury of unauthorized trees occurs, the Contractor shall replace each tree with an equivalent diameter of similar trees, at his sole expense. All replacement of trees shall be performed by qualified nurserymen and shall be at the sole expense of the Contractor unless otherwise noted in the plans. Contractor may trim trees as necessary under Owner's supervision. All cut limbs over 1-inch in diameter shall be painted with tree wound paint immediately after construction activities have been completed in the area. SC.25 CONNECTION TO EXISTING FACILITIES Unless otherwise specified or indicated, Contractor shall make all necessary connections to existing facilities including structures, drain lines, and utilities such as water, sewer, gas, telephone, and electric. In each case, Contractor shall receive written permission from Owner or the owning utility prior to undertaking connections. Connections to existing facilities which are in service shall be thoroughly planned in advance, and all required equipment, materials and labor shall be on hand at the time of undertaking the connections. Work shall proceed continuously (around the clock) if necessary to complete connections in the minimum time. Operations of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the Owner. SC.26 SOIL BORINGS Soil borings provided on this project were taken from plans fora 60-inch and 54-inch waterline constructed in 1972. It will be the Bidder's responsibility to investigate the sub-surface conditions prior to submitting a bid. SC,27 TRENCH BACKFILL Trench backfill shall not proceed without inspection of the embedment and authorization to proceed by the Inspector or Engineer. Any trench backfill placed without inspection of the embedment shall be removed at the Contractor's expense to allow for inspection of the embedment. SC.28 INSPECTION The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but SC-4 he will not be a guarantor of the Contractor's performance. '~ Contract time by workday, Monday to Friday 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 "- overtime. Overtime request must be made in writing and approved by the City of Irving. Seventy-two hours notice required. All overtime incurred by the "` City for inspection services shall be paid by the Contractor. Such cost may be deducted from partial payments, if payment not made by Contractor. SC.29 SUPERVISION BY CONTRACTOR The status of the Contractor is that on an independent Contractor under Texas law and the work under this contract shall be under the direct chazge and superintendence of the Contractor. Except where the + Contractor is an individual and gives his personal superintendence to the work, the Contractor shall provide a competent superintendent or general foreman on the work at all times during progress with full authority to act for him. The Contractor shall also provide an adequate staff for the coordination and expediting of his work. The superintendent and staff shall be satisfactory to the Owner. The superintendent or general foreman shall not be changed during this contract except with the written consent of the Owner or unless the -- superintendent or general foreman proves unsatisfactory to the Contractor and ceases to be in his employ. If the superintendent should be or become unsatisfactory to the Owner, he shall be removed by -- the Contractor upon written direction of the Owner; and in such event, the Contractor shall not be entitled to file a claim for any additional working time or money from the Owner. Add to Section G.5.3 of the General Provisions the following: a) The Superintendent Must: Have authorization to 1) Make all decisions regarding specified work without contacting the main office. 2) Rent equipment and purchase materials without contacting the main office. 3) Coordinate work with Engineer without contacting the main office. 4) Hire and fire personnel and labor, and authorize overtime. 5) Coordinate field changes with the Owner or Engineer. b) The Contractor Must: Have a field trailer on site with telephone. SC.30 In the General Provisions, G.2.3., the plans, specifications and contract documents shall be on file at the office of the Water Utilities Department rather than the office of the City Secretary. SC.31 Change General Provisions G.3.1 to: "Consideration of Contract: After proposals are opened, the proposals will be tabulated for comparison on the basis of bid price, quantities, financial standing, references, and time shown on the 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 proposals or to proceed to do otherwise in the best interest of the City." SC.32 In th8 General Provisions, G.4.2., add the following: Such "Special Provisions" supersede the General Provisions and requirements. SC.33 Under Item G.4.5 -Extra Work, of the General Provisions, delete the word "Engineer" and replace with "Project Manager". Add the following paragraph: When the Contractor believes that extra work is required, he shall submit to the Consulting Engineer a written request for a Change Order detailing the estimated cost of labor and materials for extra work within 7 days of identifying a problem. The Consulting Engineer will review and forward his recommendation to the Project Manager. The Project Manager will prepare the Change Order on a standard City of Irving form and submit to the City Council SC-5 for Legal Action. Prior to submitting a Change Order the Contractor shall cazefully review the work required on the project. If he anticipates that additional work or change orders may be required at a later date, he shall compile all additional work into one Change Order request to minimize the number of Change Orders requested. SC.34 In the General Provisions, G.4.6., delete the last sentence and add the following: Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer and/or r City. SC.35 The Contractor shall coordinate all daily construction activities with and direct questions to the Owner's Representative. In the event the Owner's Representative is unable to answer a question, or there is a disagreement between the Owner's Representative and the Contractor, the Owner's Representative shall contact the Engineer for his interpretation of the Contract Documents. SC.36 In the General Provisions, G.5.8., delete the first sentence and add the following: The Contractor shall submit to the Engineer, with such promptness as to cause no delay to his own work or in that of any other Contractor six 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 within two weeks of receipt, making desired corrections. SC.37 In the General Provisions, G.5.18., delete the entire pazagraph 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 plans and specifications. Any work done (except excavation) or materials used without suitable supervision or inspection by the -- Engineer or City Inspector may be ordered, removed and replaced at the Contractor's expense. SC.38 G.6.1. Add the following: The venue for cases of dispute shall be Dallas County. SC.39 Under Item G.6.11 -Contractor's Claim for l~g~ of the General Provisions delete the word "Engineer" and replace with "Project Manager". SC.40 In the General Provisions, G.7.1., delete the entire paragraph and add the following: Assi¢mnent 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 or City. SC.41 Refer to Item G.7.5 -Extension of Time. All references to "Engineer" in the section shall be modified to read "Engineer and Owner". SC.42 In the General Provisions, G.7.6., delete the last sentence and add the following: 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 only with City Council approval. No payment will be made for work stoppage by an act of the City caused by failure of the Contractor to comply with the specifications and drawings. SC.43 In the General Provisions, G.8.7. It shall be the duty of the City within thirty (30) days to issue a Certificate of Acceptance of the work to the Contractor. SC-6 DMSION 01 GENERAL REQUIREMENTS SECTION 01000 ~` GENERAL NOTES GENERAL NOTES FOR THIS PROJECT ARE AS FOLLOWS IN THIS SECTION AND AS SHOWN ON THE PLANS. 1) ALL BASELINES AND BENCHMARKS SHALL BE ESTABLISHED BY THE CITY OF IRVING. THE CONTRACTOR SHALL PROVIDE HIS OWN CONSTRUCTION STAKING. 2} ALL UNDERGROUND UTILITY LOCATIONS AS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERNIINING THE EXACT LOCATIONS OF ALL UNDERGROUND UTILITIES AND NOTIFYING THE VARIOUS UTILITIES BEFORE CONSTRUCTION. THE DETERMINATION OF THE LOCATIONS OF THE UTILITIES SHALL NOT BE CONSIDERED SUFFICIENT BASIS FOR CLAIMS FOR ADDITIONAL COMPENSATION FOR EXTRA WORK OR FOR INCREASING THE PAY QUANTITIES IN ANY MANER WHATSOEVER. TU Electric Jeff Curry Phone: (972) 570-2657 -- Southwestern Bell Terry Lemaster Phone: (214) 920-01.83 Lone Staz Gas Harry Stubbs Phone: (972) 259-2867 Pazagon Cable TV Donny Dunn Phone: (972) 259-1528 -- Texas One Call System Phone: (800) 245-4545 3) ALL GAS, TELEPHONE, CABLE AND POWER LINES TO BE ADJUSTED SHALL BE ADJUSTED BY ..- OTHERS. 4) ALL ADJACENT PROPERTY DAMAGED BY THE PROPOSED CONSTRUCTION SHALL BE RESTORED TO EQUAL OR BETTER CONDITION THAN WHIC~-I IT WAS FOUND BEFORE SUCH WORK WAS UNDERTAKEN (NON-PAY ITEM). 5) PAVEMENT REPAIR PAY QUANTITIES WILL BE LIMITED TO THE MAXIMUM TRENCH WIDTH PLUS TWO FEET. 6) ANY WATER METERS THAT FALL WITHIN THE PROPOSED SIDEWALK SHALL BE "` RELOCATED AS SPECIFIED IN SECTION 15096. 7) THE CONTRACTOR SHALL BORE UNDER ALL STREETS, CONCRETE AND ASPHALT -- DRIVEWAYS AND TREES, EXCEPT AS NOTED ON THE PLANS OR BY THE ENGINEER. THE BORE PRICE SHALL BE FOR THE INSTALLATION ONLY UNLESS ENCASEMENT PIPE IS REQUIRED AS NOTED ON THE PLANS (ENCASEMENT PIPE WILL BE INCLUDED IN THE PRICE -- OF THE BORE IF REQUIRED). THE BORE LENGTH SHALL BE MEASURED AS THE EDGE TO EDGE DISTANCE OF THE EXISTING PAVEMENT, OBSTACLE OR STRUCTURE. ALL GRAVEL AND DIRT DRIVEWAYS SHALL BE OPEN CUT UNLESS OTHERWISE SPECIFIED BY THE -- ENGINEER. 8) THE CONTRACTOR SHALL MEET ALL THE REQUIREMENTS AS STIPULATED IN SECTION .._. 02400 "TRENCH SAFETY -SHEETING AND SHORING" OF THE SPECIFICATIONS FOR ALL TRENCHING CONDUCTED IN THE PROJECT. O l 000-1 10/ 16/96 '- 9) THE CONTRACTOR SHALL NOT BE PERMITTED TO HAVE ANY OPEN TRENCHES AT THE END OF EACH WORKING DAY UNLESS APPROVED BY THE ENGINEER. '' 10) ALL CUT AND FILL SLOPES SHALL BE 4:1 EXCEPT AS NOTED ON THE PLANS OR AS DIRECTED BY THE ENGINEER. CUT SLOPES MAY BE STEEPENED TO PROTECT EXISTING TREES AND FENCES ONLY WITH PRIOR APPROVAL OF THE .ENGINEER. ALL PROPERTY "' ADJACENT TO THE PROPOSED CONSTRUCTION SHALL BE GRADED AS DIRECTED BY THE ENGINEER (NON-PAY ITEM). -- 11) TRENCH BACKFILL SHALL BE IN ACCORDANCE WITH "TRENCH BACKFILL" SPECIFICATIONS AND CLASS "A" THROUGH CLASS "J" BACKFILL REQUIREMENTS. NO WATER JETTING WILL BE ALLOWED UNDER EXISTING OR FUTURE PAVEMENT OR ~- SIDEWALKS. A 2 INCH LAYER OF LEVELING SAND IS REQUIRED UNDER SIDEWALKS. 12) THE CONTRACTOR SHALL PRESERVE ALL EXISTING PAVEMENT, SHOULDERS, DRIVEWAYS _... AND SIDEWALKS. THE REMOVAL AND REPLACEMENT OF THE SAID ITEMS SHALL ONLY BE DEEMED NECESSARY IN ORDER TO COMPLETE THE PROJECT OR AS DIRECTED BY THE ENGINEER. ANY DAMAGE NOT DEEMED NECESSARY FOR THE COMPLETION OF SAID PROJECT SHALL BE REPLACED TO EQUAL OR BETTER CONDITIONS AS A NON-PAY ITEM. 13) WHERE APPLICABLE, THE CONTRACTOR SHALL PLACE RUBBER MATS OR EARTH ON THE _ PAVEMENT TO PROTECT IT FROM TRACK MARKS AND/OR CRACKING DURING CONSTRUCTION (NON PAY ITEM). 14) WHEEL CHAIR RAMPS SHALL BE CONSTRUCTED AT ALL INTERSECTING STREETS AS SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER. 15) THE CITY OF IRVING WILL NOT REIMBURSE THE CONTRACTOR FOR ANY WATER USED TO "` PERFORM THE WORK AS REQUIRED IN THE CONTRACT. 16) TOPSOIL SHALL BE STOCKPILED AND REPLACED TO A MINIMUM DEPTH OF 12 INCHES AND DISC HARROWED TO A MINIMUM DEPTH OF 6 INCHES. 17) ALL EXCAVATED MATERIAL DEEMED EXCESS OR UNSUITABLE SHALL BE DISPOSED OF BY .-.. THE CONTRACTOR AT A LOCATION OTHER THAN THE CITY OF IRVING LANDFILL (SEE SECTION 01516 -SOLID WASTE DISPOSAL). ,_ 18) ALL EXISTING PAVEMENT, CURB AND GUTTER, AND SIDEWALK TO BE REMOVED SHALL BE DISPOSED OF BY THE CONTRACTOR. 19) THE CONTRACTOR SHALL PRESERVE ALL TREES, SHRUBS, SPRINKLER SYSTEMS, FENCES, MAIL BOXES AND OTHER PROPERTY OWNER IMPROVEMENTS NOT NOTED FOR REMOVAL. THE REMOVAL AND/OR REPLACEMENT OF THE SAID PROPERTY OWNER IMPROVEMENTS BY THE CONTRACTOR SHALL BE CONSIDERED AS A NON-PAY ITEM UNLESS A PAY ITEM EXISTS FOR THE SPECIFIC IMPROVEMENT. 20) THE CONTRACTOR SHALL GIVE THE CITY, RESIDENTS AND BUSINESSES AFFECTED BY ANY ANTICIPATED WATER OR SEWER SERVICE DISRUPTIONS AT LEAST FORTY EIGHT (48) HOURS PRIOR NOTICE . -- 21) THE CONTRACTOR IS RESPONSIBLE TO PROTECT ALL WATER AND SEWER LINES CROSSING THE PROJECT. THE CONTRACTOR SHALL REPAIR ALL DAMAGED LINES IMMEDIATELY. ALL REPAIRS OF EXISTING WATER MAINS, WATER SERVICES, SEWER MAINS, AND - SANITARY SEWER SERVICES SHALL BE CONSIDERED ANON-PAY ITEM. 01000-2 10/16/96 "` 22) IN PLACES WHERE THE FIRE HYDRANT, STREET LIGHT OR ANY OTHER OBSTRUCTION IS LOCATED WITHIN THE SIDEWALK, THE CONTRACTOR SHALL WARP THE SIDEWALK AROUND THE OBSTRUCTION TO ALLOW AT LEAST A 36" WIDE UNOBSTRUCTED WALKING "` AREA. 23) THE CONTRACTOR SHALL DEVOTE BOTH MANPOWER AND EQUIPMENT TO THE PROJECT ON A CONTINUOUS BASIS EACH AND EVERY WORKDAY IN SUFFICIENT QUANTITY TO BRING THE PROJECT TO COMPLETION WITHOUT DELAY. IF IT IS DETERMINED THE CONTRACTOR HAS FAILED TO DILIGENTLY PROSECUTE THE PROJECT, THE CITY MAY ~-- ELECT TO HAVE THE REMAINING WORK PERFORMED BY ANOTHER CONTRACTOR AND DEDUCT WHATEVER IS PAID TO THE SUBSTITUTE CONTRACTOR FROM THE CONTRACTOR'S CONTRACT. SUCH ACTION MAY BE A BASIS FOR THE CITY COUNCIL REJECTING A FUTURE BID FROM SAID CONTRACTOR. 24) ALL CONCRETE SHALL BE AS DEFINED IN ITEM 421, "PORTLAND CEMENT CONCRETE," OF THE 1995 ST NDARD SPECIFICATION FOR .nN~TRii(:Tf(~N (7F HiCTHWAYR_ STRF.F.TR ANI~ BRIDGES, AS ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION. _, 25) ALL H.M.A.C. PAVEMENT SHALL BE TYPE "A" BASE COURSE OR TYPE "D" SURFACE COURSE AS DEFINED IN ITEM 340 , "HOT MIX ASPHALTIC CONCRETE," OF THE 1995 STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS 4 F.ET ND B iD , AS ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION. 26) CONTRACTOR SHALL ANTICIPATE ENCOUNTERING GROUND WATER AND POTENTIAL FLOODING THROUGHOUT THIS PROJECT AND SHALL PROVIDE ADEQUATE MEASURES FOR DEWATERING 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 SWPPP DESIGN SHALL BE SUBSIDIARY TO DEVICES. WATER NOTES 27) THE CUTTING AND PLUGGING OF EXISTING WATER LINES, TEES, CROSSES, ETC. ASSOCIATED WITH THE DIRECT CONNECTION OF NEW WATER MAINS TO EXISTING MAINS SHALL BE CONSIDERED AS PART OF THE UNIT PRICE FOR WET CONNECTIONS. 28) THE CENTERLINE OF THE PROPOSED WATER MAIN SHALL TYPICALLY BE LOCATED 2.25 FEET FROM THE BACK OF THE EXISTING CURB UNLESS SPECIFIED OTHERWISE ON THE PLANS. 29) THE PROPOSED WATER MAIN SHALL HAVE A MINIMUM COVER OF FOUR (4) FEET MEASURED FROM THE TOP OF THE EXISTING CURB OR FROM THE TOP OF THE EXISTING GROUND TO THE TOP OF PROPOSED PIPE, WHICH EVER IS GREATER, OR AS DIRECTED BY THE ENGINEER. 30) THE CONTRACTOR SHALL CENTER A FULL 20 FOOT LONG JOINT OF THE PROPOSED PIPE AT A STORM SEWER CROSSING IF THE PROPOSED PIPE MUST PASS UNDER THE STORM SEWER. 31) WHERE PROPOSED OR EXISTING WATER LINES CROSS PROPOSED OR EXISTING SANITARY SEWER LINES: 1) THE SANITARY SEWER MAIN SHOULD BE EITHER CONCRETE ENCASED; OR 01000-3 10/16/96 _ 2) A FULL 20 FOOT LONG JOINT OF PIPE WILL BE CENTERED AT THE CROSSING AND A 2 FOOT VERTICAL CLEARANCE BE MAINTAINED. - 32) ALL CAST IRON FITTINGS SHALL BE POLYWRAPPED. 33) EXTRA DEPTH FIRE HYDRANTS SHALL INCLUDE ONE EXTRA 6" 90 DEGREE OR 45 DEGREE BEND AND EXTRA COUPLINGS OR PIPE TO MAKE UP THE VERTICAL GRADE DIFFERENCE AND MAINTAIN A STANDARD FIRE HYDRANT AND GATE VALVE INSTALLATION ,_.. 34) THE CUTTING, PLUGGING, AND BLOCKING OF EXISTING WATER LINES AND PLUGGING AND BLOCKING OF EXISTING TEES AND CROSSES NOT ASSOCIATED WITH THE UNIT PRICE FOR A WET CONNECTION SHALL BE MEASURED AND PAID FOR AS A SEPARATE BID ITEM FOR CUTTING AND PLUGGING EXISTING WATER MAINS, TEES, AND CROSSES. ANY GATE VALVES REQUIRED TO BE REMOVED SHALL BE CONSIDERED SUBSIDIARY TO THIS ITEM (SECTION 15200). 35) FOR ALL RCCP WATER PIPE INSTALLATION, THE CONTRACTOR SHALL LOCATE THE EXISTING RCCP WATER MAIN AT ALL PROPOSED TIE-IN POINTS TO VERIFY THE HORIZONTAL AND VERTICAL ALIGNMENT. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF THE LOCATIONS AND ELEVATIONS PRIOR TO EXCAVATTON FOR INSTALLATION OF THE PROPOSED RCCP WATER MAIN (NON PAY ITEM). - 36) A MINIMUM OF ONE (1) FOOT CLEARANCE (HORIZONTALLY OR VERTICALLY AT THE DISCRETION OF THE CITY) SHALL BE REQUIRED BETWEEN THE PROPOSED WATER LINE AND DRAINAGE STRUCTURES OR STORM DRAINAGE PIPE. THE CONTRACTOR SHALL NOT _ BE PERMITTED TO USE BENDS (UNLESS SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER) TO MEET THE ABOVE MENTIONED CRITERIA. THE CONTRACTOR SHALL DEFLECT THE PIPE TO ACHIEVE THE MINIMUM VERTICAL SEPARATION. THE CONTRACTOR -' SHALL PROVIDE CUT STAKES AT ALL DRAINAGE STRUCTURES AND STORM SEWER PIPE CROSSINGS TO VERIFY THE WATER MAIN DEPTH. - 37) WATER LINES ALLOWED TO BE CONSTRUCTED UNDER' ANY PROPOSED CURB INLETS SHALL BE CONCRETE ENCASED. 38) THE CONTRACTOR SHALL SEQUENCE THE INSTALLATION OF ALL PROPOSED WATER MAINS TO MINIMIZE CLOSURE SECTIONS. THE CONTRACTOR SHALL USE A SOLID SLEEVE TO REPAIR ALL LEAKS AND TO PERFORM REQUIRED CLOSURES. THE CONTRACTOR SHALL NOT BE PERMITTED TO INSTALL MORE THAN ONE (1) SOLID SLEEVE FOR REPAIR PER FIVE HUNDRED (500) LINEAR FEET OF PIPE INSTALLATION. NO BELL CLAMPS OR REPAIR CLAMPS SHALL BE PERMITTED. 39) THE CONTRACTOR SHALL TRANSFER ALL EXISTING METERED SERVICES AFTER THE PROPOSED WATER MAIN HAS BEEN TESTED AND APPROVED BY THE ENGINEER. NO SERVICE SHALL BE DISRUPTED FOR A PERIOD LONGER THAN SIX (6) HOURS. ALL SERVICES SHALL BE 3/4", 1 ", l-1/2", OR 2" EXCEPT AS NOTED ON THE PLANS. 40) THE RELOCATION OF EXISTING WATER METERS AND BOXES SHALL BE A SEPARATE BID _ ITEM IN ADDITION TO THE APPLICABLE BID ITEM FOR SHORT WATER SERVICES AND LONG WATER SERVICES (SECTION 15095). - 41) ALL GATE VALVES TO BE ABANDONED SHALL HAVE THE BOXES REMOVED AND BACKFILLED. ALL VALVE BOXES DEEMED SATISFACTORY BY THE ENGINEER MAY BE UTILIZED DURING THE CONSTRUCTION OF THE PROPOSED VALVES. THE REMOVAL OF 01000-4 10/16/96 r SAID VALVES AND VALVE BOXES BY THE CONTRACTOR SHALL BE CONSIDERED ANON- PAY ITEM. 42) ANY GATE VALVES REQUIRED TO BE REMOVED DURING CONSTRUCTION SHALL BECOME THE PROPERTY OF THE CITY OF IRVING AND THE CONTRACTOR SHALL TRANSPORT ALL ABANDONED GATE VALVES TO THE CITY OF IRVING STOCK YARD, UNLESS OTHERWISE '- DIRECTED BY THE ENGINEER (NON-PAY ITEM). 43) THE FIRE HYDRANTS AND SHOES WHICH ARE REMOVED FROM THE EXISTING MAIN SHALL -- REMAIN THE PROPERTY OF THE CITY OF IRVING. THE CONTRACTOR SHALL TRANSPORT ALL ABANDONED FIRE HYDRANTS AND SHOES TO THE CITY OF IRVING STOCK YARD SUBSIDIARY TO SECTION 15110. 44) THE CONTRACTOR SHALL DECHLORINATE THE WATER AS REQUIRED IN THE PROPOSED MAIN AFTER STERILIZATION (SECTION 15043). 45) THE CONTRACTOR SHALL BE REQUIRED TO TEST FROM VALVE TO VALVE AND THEN TRANSFER SERVICES. THIS TESTING WILL ALLOW THE FINAL PAVEMENT, SIDEWALK, OR _ SODDING REPLACEMENT TO BE ACCOMPLISHED PRIOR TO THE INSTALLATION OF THE ENTIRE PROPOSED WATER LINE. THE CLEAN-UP OPERATIONS MAY VARY FROM THIS SEQUENCE IF AUTHORIZED BY THE ENGINEER. SEWER NOTE5 46) THE CONTRACTOR SHALL MAINTAIN FLOW IN THE EXISTING SANITARY SEWER MAIN _ LINES AND PROVIDE ALL SANITARY SEWER BY-PASSES AS REQUIRED TO PERFORM THE WORK UNTIL ALL CONNECTIONS HAVE BEEN MADE TO THE PROPOSED SYSTEM (NON PAY ITEM). 47) IF A SANITARY SEWER OVERFLOW OR SPILL OCCURS DURING THE REPLACEMENT OF AN EXISTING SANITARY SEWER MAIN OR IF A SANITARY SEWER OVERFLOW OR SPILL OCCURS - FROM AN EXISTING SANITARY SEWER MAIN THAT IS DISTURBED DURING OTHER CONSTRUCTION, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE WATER UTILITIES DIVISION OF PUBLIC WORKS AT 721-2281. THE CONTRACTOR SHALL TAKE WHATEVER - STEPS HE DEEMS NECESSARY OR AS INSTRUCTED BY THE ENGINEER TO CONTAIN OR RE- ROUTE THE SPILL OR OVERFLOW UNTIL WATER UTILITIES HAS INVESTIGATED THE SPILL OR OVERFLOW. IF THE SPILL OR OVERFLOW HAS OCCURRED DUE TO THE CONTRACTOR'S -- CONSTRUCTION, HE SHALL BE RESPONSIBLE TO TAKE THE STEPS NECESSARY TO REMEDY THE INCIDENT AS INSTRUCTED BY WATER UTILITIES OR AS DIRECTED BY THE ENGINEER (SECTION 01517). 48) ALL CONNECTIONS TO EXISTING MANHOLES SHALL BE CONSIDERED AS A NON-PAY ITEM. 49) ALL EXISTING V.C.P. SANITARY SEWER MAINS TO BE ABANDONED SHALL BE FILLED WITH SAND OR GROUT BY THE CONTRACTOR AS NOTED ON THE PLANS AND SHALL BE PAID PER LINEAR FOOT PER SECTION 02040. - 50) ALL MANHOLE CASTINGS AND FRAMES WHICH ARE REMOVED IN ASSOCIATION WITH SECTION 02020 "MANHOLE ABANDONMENT AND BACKFILLING" SHALL REMAIN THE PROPERTY OF THE CITY OF IRVING AND SHALL BE TRANSPORTED BY THE CONTRACTOR '- TO THE CITY STOCK YARD. (SUBSIDIARY TO SECTION 02020). 01000-5 10/16/96 51) THE CONTRACTOR SHALL BE REQUIRED, IF NECESSARY, TO CONSTRUCT ADDITIONAL MANHOLES (NOT SHOWN ON THE PLANS) TO CONNECT THE COMMERCIAL SANITARY SEWER SERVICE LATERALS. ALL COMMERCIAL SANITARY SEWER SERVICE LATERALS SHALL BE CONNECTED TO THE PROPOSED SANITARY SEWER LINE UTILIZING A STANDARD FOUR (4) FOOT DIAMETER MANHOLE. THE CONTRACTOR SHALL CONSTRUCT ALL MANHOLES FOR THE COMMERCIAL SERVICES AT A LOCATION AS DETERMINED BY THE ENGINEER. NO SEPARATE PAYMENT SHALL BE MADE FOR THE COMMERCIAL SANITARY SEWER SERVICE LATERAL INSTALLATION, IT SHALL BE CLASSIFIED AND PAID ACCORDING TO THE APPROPRIATE BID ITEM (LONG OR SHORT SANITARY SEWER SERVICE) AS i DETERNIINED BY THE ENGINEER. ALL MANHOLES REQUIRED SHALL BE PAID AT THE UNIT BID PRICE AS STATED FOR A STANDARD FOUR (4) FOOT DIAMETER MANHOLE IN THE BID PROPOSAL. 52) THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING AND CONNECTING THE EXISTING SANITARY SEWER SERVICES TO THE NEW SEWER MAIN. ALL SEWER SERVICE - TRANSFERS TO THE NEW MAIN SHALL BE MADE AFTER THE MAIN HAS BEEN TESTED AND APPROVED (EXCEPT WHEN THE PROPOSED SANITARY SEWER LINE IS TO BE PLACED IN THE SAME TRENCH AS THE EXISTING SANITARY SEWER LINE) OR AS DIRECTED BY THE - ENGINEER. NO SEWER SERVICE SHALL BE DISRUPTED LONGER THAN SIX (6) HOURS. ALL SEWER SERVICES SHALL BE FOUR (4) INCH P.V.C. (SDR-35) SANITARY SEWER PIPE, EXCEPT AS NOTED BY THE ENGINEER. THE CONTRACTOR MAY OPEN CUT DRIVEWAYS TO INSTALL - SEWER SERVICES UNLESS SPECIFIED OTHERWISE ON THE PLANS. ALL SERVICES UNDER EXISTING PAVEMENT SHALL BE BORED. THE ENGINEER MAY CHANGE AND ALTER THE LINE, GRADE AND FORM OF THE PROPOSED SANITARY SEWER SERVICES AS MAY BE - NECESSARY OR DESIRABLE TO INSURE COMPLETION OF SUCH SERVICES IN THE MOST SATISFACTORY MANNER. SUCH CHANGES SHALL NOT BE CONSIDERED SUFFICIENT BASIS FOR CLAIMS FOR ADDITIONAL COMPENSATION FOR EXTRA WORK OR FOR INCREASING _.. THE PAY QUANTITIES IN ANY MANNER WHATSOEVER. 53) WHEN THE PROPOSED SANITARY SEWER LINE IS TO BE PLACED IN THE SAME TRENCH AS THE EXISTING SANITARY SEWER LINE, THE CONTRACTOR SHALL FURNISH ALL EQUIPMENT, MATERIALS AND LABOR REQUIRED TO ROUTE THE UPSTREAM SEWER FLOW IN THE EXISTING V.C.P. LINE INTO THE DOWNSTREAM MANHOLE AND INTO THE PROPOSED P.V.C. LINE THAT IS INSTALLED DOWNSTREAM DURING THE CONSTRUCTION (NON-PAY ITEM). THE CONTRACTOR SHALL INSTALL THE SANITARY SEWER SERVICES AND TRANSFER THE SANITARY SERVICES AS THE PROPOSED P.V.C. LINE IS INSTALLED. THE CONTRACTOR SHALL REMOVE THE EXISTING SANITARY SEWER MAIN AS THE PROPOSED MAIN IS INSTALLED (NON-PAY ITEM). THE CONTRACTOR SHALL NOT BE REQUIRED TO PRESSURE TEST THIS SECTION OF THE PROPOSED LINE AFTER THE INSTALLATION IS COMPLETED. THE CONTRACTOR SHALL MAKE A TEMPORARY CONNECTION BETWEEN THE PROPOSED P.V.C. LINE THAT IS INSTALLED AND THE EXISTING V.C.P. LINE AT THE END OF EACH WORKING DAY TO MAINTAIN FLOW IN THE SEWER LINE (NON-PAY ITEM). 54) THE CONTRACTOR SHALL NOT HAVE MORE THAN SIX HUNDRED (600) LINEAR FEET OF PAVEMENT IN NEED OF REPAIR AT ONE TIME. 55) CLEAN OUTS WILL BE INSTALLED AT THE PROPERTY LINE ON EACH SANITARY SEWER LATERAL. 56) ABANDONMENT OF EXISTING CLEAN OUTS IS A NON PAY ITEM AND IS CONSIDERED SUBSIDIARY TO ABANDONMENT OF SANITARY SEWER MAIN. 01000-6 10/ 16/96 PAVEMENT NOTES 57) ALL PAVEMENT, DRIVEWAYS, PARKING AREAS, CURB AND GUTTER, SIDEWALK AND OTHER MATERIAL REQUIRED TO BE REMOVED SHALL BE CONSIDERED AS PART OF SECTION 02529 "EXISTING CONCRETE FLATWORK REMOVAL" OR SECTION 02528 "EXISTING ASPHALT FLATWORK REMOVAL". EXISTING CONCRETE FLATWORK REMOVAL AND "` EXISTING ASPHALT FLATWORK REMOVAL SHALL BECOME THE PROPERTY OF THE CONTRACTOR. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ITS DISPOSAL. "" 58) ALL DRIVEWAY APPROACHES SHALL BE A MINIMUM OF TWELVE (12) FEET WIDE. IF THE EXISTING DRIVEWAY IS LESS THAN TWELVE (12) FEET WIDE, THEN THE NEW DRIVEWAY SHALL BE TRANSITIONED TO THE EXISTING WIDTH ON A 3:1 TAPER. THE CONTRACTOR - SHALL GRADE THE AREA ADJACENT TO THE DRIVEWAY TRANSITION TO THE SATISFACTION OF THE ENGINEER (NON-PAY ITEM). -- 59) THE CONTRACTOR SHALL CONSTRUCT A CONCRETE UNDERCUT HEADER AT ALL PROPOSED CONCRETE TO EXISTING CONCRETE JOINTS OR TIE INTO THE EXISTING CONCRETE WITH AT LEAST EIGHTEEN (18) INCHES OF EXPOSED STEEL. THE CONTRACTOR - SHALL CONSTRUCT A STANDARD HEADER AT ALL PROPOSED CONCRETE TO EXISTING ASPHALT JOINTS. ,,,_. 60) THE DRIVEWAY APPROACHES SHALL BE FIVE (5) INCH REINFORCED CONCRETE PAVEMENT FOR RESIDENTIAL AND SIX (6) INCH REINFORCED CONCRETE PAVEMENT FOR COMMERCIAL. ADDITIONAL DRIVEWAY REPAIRS SHALL MATCH EXISTING MATERIAL. 61) THE CONTRACTOR SHALL PROTECT ANY EXISTING AND/OR PROPOSED STORM SEWER PIPE (R.C.P.) WHICH IS IN THE PROPOSED SUBGRADE DURING THE SUBGRADE STABILIZATION PROCESS. STORM DRAINAGE NOTES 1 "' 62) ALL EXISTING REINFORCED CONCRETE PIPE TO BE REMOVED AS NOTED ON THE PLANS SHALL BE REMOVED AND DISPOSED OF BY THE CONTRACTOR. THIS SHALL BE SUBSIDIARY TO THE UNIT PRICE FOR REMOVAL OF THE EXISTING PIPE. 63) PLUGGING ENDS OF STORM DRAIN PIPE SHALL BE CONSIDERED SUBSIDIARY TO PIPE INSTALLATION OR PIPE REMOVAL. 64) THE CONTRACTOR SHALL LOCATE THE EXISTING STORM DRAINAGE PIPE AT ALL PROPOSED TIE-IN POINTS TO VERIFY THE HORIZONTAL AND VERTICAL ALIGNMENT IF _ NOTED ON THE PLANS. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF THE LOCATIONS AND ELEVATIONS PRIOR TO EXCAVATION FOR INSTALLATION OF THE PROPOSED STORM SEWER PIPE (CONSIDERED SUBSIDIARY TO STORM SEWER PIPE ,r INSTALLATION). 65) THE CONTRACTOR SHALL RELOCATE ALL WATER MAINS AND SEWER LATERALS THAT - ARE IN DIRECT GRADE CONFLICT WITH THE PROPOSED STORM SEWER. SAID RELOCATIONS SHALL BE PAID FOR UNDER THE APPROPRIATE BID ITEM. 66) THE CONTRACTOR SHALL RELOCATE ALL WATER SERVICES THAT ARE IN DIRECT ~' CONFLICT WITH THE PROPOSED STORM SEWER (NON-PAY ITEM). NO WATER SERVICE SHALL BE DISRUPTED LONGER THAN SIX (6) HOURS. 01000-7 10/16/96 EROSION & SEDIlVIENTATION CONTROL NOTES 67) SEDIMENT CONTROL DEVICES SHALL BE INSTALLED AS INDICATED ON THE PLANS AND IN "' ACCORDANCE WITH SECTION 02900 PRIOR TO ANY EMBANKMENT OR EXCAVATION WORK BEING DONE. WIN THE PROJECT IS COMPLETE AND THE ENTIRE PROJECT SITE IS COMPLETELY STABILIZED, THE SEDIMENT CONTROL DEVICES AND ACCUMULATED -' SEDIMENT SHALL BE REMOVED AND DISPOSED OF IN AN APPROVED MANNER. THE CONTRACTOR HAS THE ULTIMATE RESPONSIBILITY FOR THE EFFECTIVE CONTROL OF EROSION AND SEDIMENTATION. 68) THE CONTRACTOR SHALL SEED OR SOD A COMPLETED EMBANKMENT AS SOON AS PRACTICABLE BUT NO LATER THAN 14 DAYS AFTER SAID EMBANKMENT IS COMPLETE. TRAFFIC AND ACCESS CONTROL ,,.,, 69) THE CONTRACTOR SHALL ROUTE TRAFFIC AND BARRICADE ALL ROADS AS REQUIRED BY THE CITY OF IRVING TRAFFIC AND TRANSPORTATION DEPARTMENT. THE CONTRACTOR SHALL ALSO ROUTE TRAFFIC AND BARRICADE ALL ROADS AS REQUIRED BY THE TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) WHEN CONSTRUCTION IS WITHIN TXDOT RIGHT-OF-WAY. ALL BARRICADES, SIGNS AND TRAFFIC CONTROL DEVICES REQUIRED FOR THE PROJECT SHALL BE PAID PER SECTION 01533 OF THESE SPECIFICATIONS. A TRAFFIC CONTROL PLAN SHALL BE SUBMITTED TO THE TRAFFIC OPERATIONS SUPERVISOR PRIOR TO CONSTRUCTION (721-2646). 70) ALL DRIVEWAY AND SIDEWALK CROSSINGS WHICH ARE OPEN CUT SHALL HAVE AT LEAST 'r A TEMPORARY PAVEMENT REPAIR AT THE END OF EACH DAY (SEE SECTION 02621). A 2" ASPHALTIC CONCRETE SURFACE SHALL BE INSTALLED WITHIN TWENTY FOUR (24) HOURS (SECTION 02601, PART 3). 71) THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL CROSS STREETS (NON-PAY ITEM). -- 72) THE CONTRACTOR SHALL MAINTAIN AT LEAST A 24 FOOT EDGE TO EDGE ALL WEATHER RIDING SURFACE AT ALL TIMES TO PERMIT LOCAL TRAFFIC FLOW. ~. 73) ALL LOCAL RESIDENTS WHO WILL BE DENIED ACCESS TO THEIR DRIVEWAYS SHALL BE NOTIFIED BY THE CONTRACTOR TWO (2) WORKING DAYS PRIOR TO THE CLOSURE OF THEIR ACCESS. 74) THE CONTRACTOR SHALL PROVIDE ACCESS TO ALL BUSINESS LOCATIONS AT ALL TIMES DURING THE CONSTRUCTION. SIDEWALK NOTES 75) THE PROPOSED SIDEWALK SHALL BE CONSTRUCTED WITHIN THE LIMITS OF THE RIGHT- "' OF-WAY AS SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER. 76) CONNECTION OF THE PROPOSED SIDEWALK TO EXISTING PAVING, SIDEWALK, AND WHEEL ~-- CHAIR RAMPS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE CONSTRUCTION OF THE SIDEWALK. -- 77) ANY EXCAVATION, FILL, BACKFILLING OR GRADING REQUIRED IN THE CONSTRUCTION OF THE SIDEWALK OR RETAINING WALLS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF CONSTRUCTION OF THE SIDEWALK. 01000-8 10/16/96 ~` 78) EXPANSION JOINT MATERIAL OF AN APPROVED TYPE SHALL BE PLACED BETWEEN THE EXISTING CURB LINE AND THE PROPOSED SIDEWALK IN AREAS WHERE THE SIDEWALK IS ADJACENT TO THE BACK OF CURB OR EXISTING SIDEWALK. 79) PROPOSED SIDEWALKS WHICH ARE ADJACENT TO THE BACK OF CURB SHALL BE FIVE (5) FEET WIDE. ALL OTHER SIDEWALKS SHALL BE FOUR (4) FEET WIDE UNLESS OTHERWISE -- SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER. 80) CURB RAMPS SHALL BE INSTALLED AT LOCATIONS WHERE THE SIDEWALK CROSSES A RAISED CURB OTHER THAN AT A STREET INTERSECTION OR AS DIRECTED BY THE ENGINEER. ._ 81) ANY PROPOSED SIDEWALK TO BE ADJOINED TO AN EXISTING DRIVE APPROACH OR INTERSECTION THAT DOES NOT REQUIRE A CURB CUT FOR A CURB RAMP, SHALL BE DOWELED INTO THE EXISTING DRIVE APPROACH OR INTERSECTION WITH 1/2" DOWELS ,._ (NON-PAY ITEM). END OF SECTION 01000-9 10/16/96 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 nonmally 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 along with external loads and shall be capable of with- standing transient pressures of 300 psi. PRODUCT: FIRE HYDRANT -VA LVE SEATS 1. Polyvalve None 2. Manufacture's Standard 01005-1 O1 /12/94 Size Reference Specs Makes Approved Modifications Required PRODUCT: FIRE HYDRANTS 5 l/4" AWWA C502 & City 1. Mueller Centurion A423 None Specifications 2. American Darling B-62B None & B-84B 3. Clow 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" (Sa) Change out all "pacer" shoe bolts to stainless steel. (Sb) Field replaceable nozzles (not leaded.) (Sc) Oil reserve (look for filler plug on back of upper barrel.) (Sd) Weather cap. (Se) 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. Clow 6100 4. Waterous Series 500 (4a) Stem changed out to high 5. Kennedy Ken-seal 6. Pipe 7. M & H 4" to 12" AWWA C509, C550 & 8. Stockham Resilient City Specifications Wedge 6-700, 701, 702, 703, 704. 9. Industria124" M & H strength (identified by yellow hold down on operation nut.) (4b) "Irving" stenciled on the valve body. (7a) Stem changed out to high strength. (7b) "Irving" stenciled on the valve stem. (8a) All models shown stem changed to high strength. None 01005-2 01/12/94 Size Reference Specs Makes Approved Modifications Required PRODUCT: BUTTERFLY VALVES 12" to 60" AWWA C504, C550 & 1. Mueller Internal epoxy coating (extra cost on City Specifications all makes.) 2. Clow Bonnet shall be extended 2 feet for this project. 3. American Darling 4. BIF 5. Kennedy Conform to Dallas Water Utilities' Addendum to N.C.T.C.O.G. Specifications and Include all Dallas Water Utilities' Appurtenances. 6. Pratt-Groundhog 7. Allis Chalmers Designed for 200 psi Operating Pressure PRODUCT: FULL CIRCLE REPAIIt 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 1"tap ASTM B-62 2. Ford ASTM A-98 3. James Jones J-996 Includes sizes 2" to 12" City Specifications 4. Romac 01005-3 01/12/94 Size Reference Specs Makes Approved 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 1 1. Smith-Blair ~ None PRODUCT: TAPPING SLEEVES 4" to 12" AWWA C110 & City 1. Mueller None Specifications 2. Clow 3. Clow-SST ail 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 (3a) Steel check valves must be epoxy coated. 4. Kennedy 5. Hersey 01005-4 01/12/94 r r T ~. r ~- .. rr Size Reference Specs Makes Approved 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 C110, C104, 1. Trinity Valley Cement Mortar Lined C 111 & Specifications 2. Tyler Note: Light weight ductile ~ allowed: AWWA C153. 3. American 4. Sigma/Naapco (4a) Standard body only, AWWA C110. Ductile iron retainer glands and adapter flanges per AWWA C111. Polyethylene Encasement Required Conforming to AWWA C105. PRODUCT: BOLTS City Specifications 1. Ductile Durabolt None 2. Ductile Flangeloc Durabolt o~oos-s 01 /12/94 Size Reference Specs Makes Approved Modifications Required PRODUCT: SEWER PIPE (POLYV INYL 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 l 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 D 1869 & F789 Sewer Pipe 18" and > ASTM D1784, D2412, 17. J-M Permaloc F679, T-1 type cell class 12454B or 12454C 18. Robintech 19. Certainteed 20. Clow 2l. 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 Makes Approved Modifications Required PRODUCT: SEWER PIPE (VTIRIFIED CLAY PIPE) 4" and larger ASTM C700-74 & City 1. Dickey None Specifications PRODUCT: SEWER PIPE RELINING 6" and larger 11. Insituform PRODUCT: POLYVINYL CHLORIDE FITTINGS 4" to 15" SDR-35 PVC, ASTM 1. J-M None D3034, D1869, F679, T-1 type cell class I2454B or 12454C 2. Robintech 3. Certainteed 4. Clow 5. North Star 6. Vassallo 7. Multi-Fittings 8. Plastic Trends 9. Flo-Control, Atlas Flexs I8" and larger ASTM D1784, D2412 & 10. J-M Permaloc None D3212 11. Certainteed 12. North Star 13. Ultrarib 8" to 30" SDR-35 PVC, ASTM 14. Ultrarib None D3034, D 1869, F679, T-1 type cell class 12454B, & 12454C PRODUCT: VITRIFIED CLAY PIPE FITTINGS 4" and larger ASTM C425-77 & City 1. Dickey None Specifications 2. Flo-Control, Atlas Flexs 01005-7 01/12/94 Size Reference Specs 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. Precast 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 Corning PRODUCT: MANHOLES INSERTS City Specifications 1. Parson Plastics None 2. Knutson PRODUCT: AIR RELEASE VALVE S 2" to 18" ASTM A-48 1. APCO Maximum Working Pressure 200 psi, this project. ASTM A-240 2. Crispin PRODUCT: CONTROL VALVES 1 1/2" 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 f-- .- r- .~ :.. .- Size Reference Specs Makes Approved Modifications Required PRODUCT: COATINGS (STEEL INTERIOR) Water tank AWWA D102 & City 1. Tenemec Series 20: None interior Specifications Primer 20-1255 Topcoats 20-2000 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 3. Acro: Primer 1122 Topcoats 2214 4. Kop-Coat: Primer 662 Topcoat 500 5. Cook: Primer 391 N 142 Topcoat 801 6. Sherwin Williams Primer BSON2 Topcoats B54 PRODUCT: COATINGS (CONCRETE EXTERIOR) Water tank City Specifications 1. Thorocoat None exterior 2. 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 all materials, appurtenances, tools, equipment, labor and incidentals necessary to install complete in place approximately 2,2301inear feet of .~ 60-inch waterline, a 300-foot aerial crossing with 60-inch waterline and an air and vacuum release valve, two blow-off valves, one air and vacuum release valve, asphalt pavement removal and replacement, driveway and fence removal and replacement, tree removal and replacement together with all associated _,.,, appurtenances to complete this project from northeast of the Trinity River bridge for Sandy Lake Road to the west side of the Trinity River. ,_ The Engineer shall have the authority to specify the sequence of work to be performed for all work specified within the scope of the project. The Contractor shall provide and maintain access at all times for all business locations during the construction as a non-pay item. y The City of Irving shall not reimburse the Contractor for any water used to perform the work as required in this contract. The Contractor shall review and understand the requirements for solid waste disposal (Section 01516) in the City of Irving. 1.2. JOB CONDITIONS A. PROJECT LIMITS 1) The Contractor shall confine his operations to the limits of the street 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 corner or right-of--way marker removed 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-] _ 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 concerning 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 References to THD Items or THD Special Specifications shall be understood as referring to the Texas - Highway Department 1.982 Standard Specifications for Construction of Highwav~c~ Streets nd Brid¢ec as adopted by the State Highway Department of Texas, September 1, 1982. -- Reference is also made to the City of Irving Standard Specifications for Grading and Paving, established by Ordinance No. 1566 and all amending ordinances, which is on file with the City of Irving Department of Public Works. END OF SECTION 01010-2 SECTION 01011 _ PREVAILING WAGE RATE FOR CONSTRUCTION (ffiGHWAY/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 be the prevailing minimum wage -- 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. o~o>>-~ ` PREVAILING WAGES RATE FOR ENGINEERING (HIGHWAY/HEAVY AND PAVING AND UTILITIES) CONSTRUCTION CITY OF IRVING AIR TOOL OPERATOR 7.55 ASPHALT HEATER OPERATOR 10.25 ASPHALT RAKER 8.40 ASPHALT SHOVELER 8.00 BATCHING PLANT WEIGHER 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 FII~iISHER (STRUCTURES) 8.80 CONCRETE FINISHER HELPER (STRUCTURES) 7.20 CONCRETE RUBBER 7.50 ELECTRICIAN 15.10 ELECTRICIAN HELPER 10.00 FLAGGER 5.65 FORM BUILDER (STRUCTURES) 8.50 -" FORM BUILDER HELPER (STRUCTURES) 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 l 0.85 MECHANIC HELPER 8.50 OILER 8.75 SERVICER 7.90 PAINTER (STRUCT'URES) 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 g,g5 BULLDOZER, OVER 150 HP 9.05 CONCRETE PAVING CURING MACHINE 8.75 01011-2 CONCRETE PAVING FINISHING MACHINE 9.25 CONCRETE PAVING FORM GRADER 9.00 CONCRETE PAVING JOINT MACHINE 7,p0 _ CONCRETE PAVING JOINT SEALER 6.85 CONCRETE PAVING FLOAT 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 (<1 1/2 CY) 9.25 - CRANE, CLAM., BACKHOE (1 1/2 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. l 0 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 REINFORCING STEEL SETTER HELPER (BOTH) 8.45 STEEL WORKER (STRUCTURAL) 12.86 STEEL WORKER HELPER (STRUCTURAL) 6.00 01011-3 PREV CLASSIFICATION F SIGN ERECTOR AILING WAGE RATES OR ENGINNERING 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 _ PREVAILING WAGE RATES FOR ENGINEERING PAGE 3 TANDEM AXLE OR SEMITRAILER 7.50 LOWBOY/FLOAT 9. I 0 TRANSIT MIX 7.3 S WINCH 7.00 VIBRATOR OPERATOR 7.00 WEIGHER (TRUCK SCALES) g.75 WELDER 9.OS WELDER HELPER 7.50 r INSTRUMENT PERSON 8.50 ROD OR CHAIN PERSON 7.pg APPRENTICES' PAY -ALL TRADES AND CRAFTS: _. The minimum rate for apprentices shall be in accordance with the scale determined by an approved apprenticeship program or $1.00 per hour less than journeyman's rates, whichever is lower. An approved apprenticeship program is one approved by the U . S. Department of Labor Bureau of Apprenticeship 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 I.5 01011-4 PREVAILING WAGE RATES FOR BUILDING STRUCTURES CITY OF TRYING CLASSIFICATION PREVAILING 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 11.71 Craftsman/Journeyman 9.65 .~ Helper/laborer 6.45 CEMENT MASONS: Craftsman/Journeyman 10.95 _. Helper/laborer 7.31 ELECTRICIANS: Electrician 12.90 ,,,,_ Helper/laborer 8.51 ELEVATOR CONSTRUCTORS: Elevator constructor 15.50 Helper/laborer l 0.85 GLAZIERS: Craftsman/journeyman 12.26 Helper/laborer 4.50 HEATING VENTILATION & A/C MECHANICS: Craftsman/journeyman 12.19 Helper/laborer ,s 6.95 _ INSULATORS: Craftsman/journeyman 11.00 Helper/laborer 4.50 IRON WORKERS: Structural 11.93 Helper/laborer 7.69 ._ LABORERS: Laborer 7.58 Landscape 5.04 Mason Tender 7.46 Pipe Layer 8,47 Asbestos Removal 10.20 - Construction Specialist 9.80 LATHERS: Journeyman/craftsman 17.3 g -- Helper/laborer 5.67 MILLWRIGHTS: Journeyman craftsman 14.15 Helper/laborer 8.95 PAINTERS: Journeyman/craftsman 9.26 - Helper/laborer 6.29 01011-5 PREVAILING WAGE RATES FOR BUILDING STRUCTURES PAGE 2 PIPE FITTERS: Pipe fitter Helper/laborer PLASTERERS: Journeyman/craftsman Helper/laborer PLUMBERS: Plumber Helper/laborer POWER EQUIPMENT OPERATORS: Operator (crane, cherry picker, backhoe, forklift) Operator (tampers, mixers, etc.) Helper/laborer ROOFERS: Journeyman/craftsman Helper/laborer SHEET METAL WORKERS: Journeyman/craftsman Helper/laborer SPRINKLER FITTERS: Journeyman/craftsman Helper/laborer MARBLE/T'ERRAZZO WORKERS: Marble Setter Marble/Terrazzo Mechanic Helper/laborer TILE SETTERS: Journeyman/craftsman TRUCK DRIVERS Truck Driver WELDERS: Welder Helper/laborer f 12.80 7.67 15.41 7.81 12.80 7.81 13.78 11.75 8.76 9.45 7.39 12.61 7.56 13.35 8.75 16.50 14.94 7.47 13.75 7.46 13.02 8.83 01011-6 PREVAILING WAGE RATES FOR BUILDING STRUCTURES PAGE 3 APPRENTICES' PAY -ALL TRADES AND CRAFTS: The minimum rate for apprentices shall be in accordance with the scale determined by an approved apprenticeship program or $1.00 per hour less than journeyman's rates, whichever is lower. An approved apprenticeship program is one approved by the U. S. Department of Labor Bureau of Apprenticeship Training, and only apprentices enrolled in an approved program may be paid apprenticeship rates. BASE PER DIEM RATE: Hours worked per day times base howly rate. MULTIPLIERS FOR OVER TIME RATES: 1. Overtime rate: Base howly rate times 1.5 2. Holidays recognized by City of Irving: Base hourly rate times 1.5 END OF SECTION oio~i-~ SECTION 01050 COORDINATION _ PART 1-GENERAL A. All (mown utility adjushnents will have ban made except for those spocified in this contract, but in the event that any additional work is necessary, the Contractor shall cooperate with the utilit,• canpanies in the satisfactory completion of flair work. END OF SECTION r ,._, ~10~-1 ~ 1~~ SECTION 01051 GRADES. LINES AND LEVELS PART 1-GENERAL 1.1. DESCRIPTION 1. The work as speci5ed in this section includes compliance with alignments indicated on the Drawings. r- 2. The City will perform the following: A. Set the baseline with stationing every 100 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 shall 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. 7 r ~ 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 1.1. 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 construrbon and their estimated times of completion. -- 1.2. SUBMITTAL A preliminary schedule chart shall be submitted at or before the pre-construction conference. The Contractor - shall submit updated progress and schedule charts on the 26th day of cash month upon request of the Engineer. END OF SECTION ots2o-i _ iv9i SECTION 01533 BARRICADES PART 1 -GENERAL "~ 1.1. The work as specified in this section includes such signs, flagmen, flares, torches, or light as deemed -' riccessary for public safety. 1.2. MEASUREMENT AND PAYMENT No separatc payment will be made for any items of work, materials, parts, equipment, supplies, or related items required to perform and complete the requircments of this section. 1.3. RELATED WORK DESCRIBED ELSEWHERE -- FLAGMAN SECTION O1S72 PART2-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 sigo~ and barricades and will be required to provide standard barricades, markers, beacons, warning signs, etc., as listed below: „_, PAGE TYPE D_ ESIGNATION "Observe Warning Sign" R10-8 BC-3 "Road Work Ahead CW21-4 BC-S "Right Lase Closed Ahead CW20-SDR BC-4 "Single Lane Ahead CW20-6D BC-4 "Barricade (w/flasher) Type III BC-1812 "Barricade (w/flasher) Type I BC-1&2 Cones (18" min. ht.) None Beacons (for Trafficseparation) None "Slow" CW I3-4 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 1?J91 PART 3 -EXECUTION 3.1. ENERAL The Contractor shall provide, construct, and maintain barricades and signs as shown on the plans or as directed by the Engineer. The Contractor shall providc Class "D" bartic~des on both sides of each street entering the project. The Contractor's particular attention is directed to the necessity of providing and maintaining a sufficient number of lights of flares at barricades and points of danger; for the protection of vehicular or pedestrian _ traffic. Lights aad flares shall be placed in number and spacing as directed by the Engineer and shall be maintained between sunset and sunrise. "~' 3.2. The Contractor shall provide in vvriting, names, addresses and emergency Phone numbers to the Engincering 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 r 01533-2 17!91 ~ ~ ~ r ~ s ~ N - ~--^ ,~ ~ w ~. 1. ~ ~-a" 39.o r° f ail ~:' ~ f: f^ i l°i ° 3 i t ~ ~ ~ 1~ r. y Se= ff w M ' -'„~ 'y_ t`a. ~ tt c. r ~3.e `n'3 i fn .'~~• ~~~ ~, ~< E s 3 0 c;3 3S»~ ~Q r~1r,s = KLr•.~'i~ I one ~Nn~ $" 3°p f 4\;~ ~1 i ;fie s«.~ 3° '6. ::' ~~e~.aE` l(!~~ n.o `$.i R.- °q3' ~.' 11 SL £O l~j a~•a ~ ^' M ~ ; ~ E O ~ `• ~tc ` 1 t 1 t~ ' ~ • • n M M' ~1 'II 1 1 ~ •'!.` A ^ j ~7 wOOi? w ~ :' ~•f ~~, ~' ~1 ~ ~y i OIg A W A i T\\• t ~ ~o~N. r ate. ",I `,~ ~ ~~• ygy ~--- ti i ~ . ~ ~ 3 ° n ~ ~~ ~' I• I` ~ ) . s ~ n g ~ a s '~} 1. ry~i) ~J` ` i , ~ . J ,~ e3~ iii 14 R ~ ~ 1, i, rn y` f sow ~ro (~y19 N ~ 1 LL ~, ro ~~ O r+ $: _t+t $ ~~~.tZ a ~111~ 1~,~~ ~S D r ~'' .la' ~:n°~ ~ ~` nm~~ /! ~'{ n Sg p ~. m~ ~,':.~`~ I ! h~t• ~ o°i o O --~- `; ozs~poA 1. o T ~ 1 'I' ~ ~ y a_~ p•~ d! N~~ '~S ~ ~!fl)`! f,/ c. D :a o !~ - N ~w ~.'i O a~f rem M~j1 Ie,) Ti ~,~ ~ ( si s 1~ A ~~, ~ . • 7 e L / 7 $~n fis ~ ~ .I o$ i o~~~ ~ ! i )t~4Y f O7 ~. ~ '~ O • M N ~O ^ S Y..f g Op R i= N 4 ~• T e n q • ~~' ^ , «o: ~: ~ •< 'a 4= $« ~ yob' ~ fc1 fp~ \` '~. ~ . r ` ~` v, v ~an ii OI '~' ) A i•,~clm.. °i1 ~ aa.a D ~?°Y! ,`t s • j F 1if 0 • ~ i ~ C, 7 s = ~ ~ ~' i .. e $ i ~ Z 4 Y s • o. : ~ ~--~..- j• R ~, i " ,' v n ~ ~ ' ~~ O n ~-~ ~ _}~~,~rr 1' ~ ~ ~ O w F Z < • Ac 1 • G M 7 • 6 W ~ G °. • ' ` D ~ e^ • Sn • Rg mw o r p _ ~' s ~ ~ . ~ T~. T A ~ O S o m ~~ D n ~ $ K ~ ~ N '~ N ~ ~ "+i1~ t~~ 0 ~ D i N } m rn Z "'' n a °° '°'_ N 1. ,. N 11 ~ ~ ' vQ R ~ ~ II 1 ----1 /- T ~ - N ~ a p M a r O ~ , r `~`~ N ~ ` ~ _D m Q, m S 33d~ ~ r ,, . rn ~ a ~ p ~' 111 m Q ~ ~ G u tl' a ~ G ~ g5 ~ 1 ~ xE~ ~~ D r ~ D ~'N ~~ t7 ~ ''A` ~ m ~ °O° I F ° ~ m ~ ~ o~ • (n ~^ ~ ~~ ~ li~ ry ro p 4 u 6 rn ~~ ~~a N ^` a~ mm I: a ~ s• o~ i m ~~a ~ ryo 4T 8a'ul T 3 ~ ~ gi v o ~ ~ ~ t.~l~,~' 61 ° D C7 '~~v~rcc~t >. u ~ ~ ~ tai ~ ----~pf" ~~ 29.1 0' ~ IFL -----. D D D c° ; o ZZ ~~ ~ ~ ~ rn v ' :N ~ ~ ~ ~ i + ~ r o z ~---------- - ----- f C p G~ ..1 = $v, o N,p b -,,! Z 0) ~ x D' nn y / / 1- _. o f s°• r°. Y 3 O~ N RI a o N 1 q 'fir ~' 1 ~ ~ , ` J ~1`\ v1 1 . ~ ~ • _ O~ ,p a O ~ h ' ~ . pcp ia3.d o o~ n ~.~ ' ., ~ ~ 1 ~ ti~l S+. y i • i ` ° n " ~ ° om ~~ ` " n D. N O r s ~~ N~ ~ ' ` 0 3 ~ \ $ ~ 1 S e w ~e ° m~ O' `~ ~ •~ I~~ `~ n T o N r .I ~~~ 7K Y' w ^ y 1. '11~ ~~ _. D ~ii ewn Sp '~ r '. "'~ "° " x g w ~ ~ '' ~ ~ ~ ° ~ 1 ~ n i S "i n , _ ~ ~, ~ «'~ nr~ ~. -- ~ O O • ° :: n ~~~.~ 2 m ~\ % ~ I '~ o t;t g ~ n~ A w a 4 ~S D ~ :9 ~' ~ 1 ~ ~ ~ ~~°-_ ~ ~' O "N 6 ~ ^ ~9 OD 5 3 = IAA ,f 1. D N w N . 0~= j 6 r f y, S r ~~~ £p PyD (T1 f ^ ° ~ T A ° " fl (' K K O 1 " ~ • Q D n ~ s N ~ o~$ r Q N « A p M ° " r ° n y 6 N _ u N ' ~ L1 n f o ~ o we ~ m Y G $~' y N A l ~ ~ ~ • C ' 3~~ ~ $ m < ~ ± N O s ~ ~ Q s y 'r 3i ~, _, ° r N D _y ~ 3 ] g;3 ~ C 0 ~ 3 o ~ . ny - ~ s o pe v ~-• • ,.M ~ T a;n I o a»° s • ^ 7 • K // ~ N +,~ mN `, 1 2°DV N ~.f , 11 PO rz \ r ~, ~N m OD ~A //s \ M l!~ ~ 'i L• ~ r v Y~ c i c L. ~ ~: c •- i s v ~ a ~ ~ • : a: o a n o o• y_ ~ ~• c E u ~ ~ L~= P E E O Y r Lk ; C P r i ~ 0 •p p V Y ••>• y _~ ! L O N~ a 7• L i a •~ i• C i s r C °~ O• i ~ C ° • ~• APL .. ~ • 9ii r • ppO6 1'r y ~• O• L G • L : ... ~ r Ij O~• C C U J a• ~ L n v« n« PL s ~ 3 a• a:• 9 S = V a c c e e• c u c° c• u e • o>= 4 E w e ~ a c ° ° :.- - • a • n F ~ C L:` j n 0 °° ` , ` ~ ~ t • i ° L c G u ~ ~ L ~ . n ; o i o ~ a L i c • ~ ~ ° ~ L « c • ° e o ° ° o e !; ° °~ Q ±~°Y ~ iE~ p_~ o E u «• • - e ' .',~ o,ao i> < ~;_ ~;• 3 ~ c a~ n o v o i°~- u t ~ o: v u ~! =! i e u i~ {C -uy -c ue ~~~ •u •u oC°v n"ic ••• ° • c c ~ no C • vi o e • ~=L °s~ ~` oS:v E •` f~ °a ~o •° > , ~• ~- «'- YS'oo t > O b u s Tom- >- u o h 3 ~ . . F-: O G 4 V V Y 5" ~~ Y~ O ~~ -_', o ` L' io _ ~:~ ~i G N r ~ o M ~ Q~Y E ~; ~ ~~s ~ E ~ o • c E ~ ~ a ° =' ~ ~ ~ o ° o 0 0 $ e i o~ L _ i ° c O i °c ~ ° ; S o R ~ S ~ i C ~ • • ° ~'1 i 7 ; ° • E L~~ 3 v° ~ v E >•• 4 ~ C : w 7 C O ~ : ; 3 a :: 3 E n v«« a °. •; a o a c o °° ;~ y 0 O• L L Y L: i iL' •~ i i p l7 C C °• G L O p° L ^ P 1A w~ F` y C p; L N V ~ w '° c u .- ~ ~ • • ~ ° • ° i • n 0 ~ •; o c° _~~~«°°e~E L P ° o Y •o,• ~s c o E x ~° a c~ ~ e 3 • a ~ ° ' ~ • ° ° ^ • > _ • a ;~ c c E~i~i~~,oO: c E E V• c~ a• ' r E • v c c _ r w« ~ ' C Q :.C ~ c o • o c ~ 4. ~ °u i E ' c . a • P ~ c - ~ .° ~ ~: a • s o :: R r 3 i 9 E ~7- \ k4k T 1 ~ ~ = S ~i . r ~ _ '~ •;, y I I G O w r ~ ••. > 7. E ~ E Q • • _ E ~ f ~ ~v S~ ! _ ~ ~ • ;° ° /~CL fV J- Q '~~ I O ~p ~ ' ° .E}. _ ; K ~ I- • i N Q ~" ~ o. ' j LL • . L i' G ;a V'i O o~ EI ~. ~~ ql i N 1 0 Z {!1 Y • i N n ° v i • c ~~a c ~~ • o . v ~ o ~ _~ ^ 9 a; ~ ~ • • VV • « c v . o a • .y • ° .~~~ V ° • 7 • • S° E •; ~z g, L •PO P k N c L • • " L '~.- f _ r G s i • •> i -~ E c~ . SU °"e _ :° ,.E c 0 _ LC • ~ ~ °° y'CD ,° ° H ~ w • ,~ ~~ e~ N : ~ Y. o• ~ "A ~ _ •y. i D v E ~ L c° 3 ='.o ~a ~:: T; o ~, ~ o ~ o: r. ~ E ~, E N C ~ ~~ . a ~ C ~ N ~ '' ~ " g 1T ~ C; ~ V u •~ ~' ~ '~ o fV 'i~~. ~ .. ICI ~ ~ ~ ~, ~ ~ m ~~: ~ ~ o U ~ , a ~~ ~ ~ ~ r VO ~ N Y T 1 N F«jt O P~ ('_ 1 2 I` NN ~ ~j ~ ~ ~ O ~ ~ ~ 7, V I ~ s ~ I O D C a 'r"~~ C A N •*~ '~ u . ~po~wog (81 pMl QI adAl o c r c o• ~°« ~ a w - • o E ~ - ~ c •° Y,C >~ orb • • Z • „ L S w a Y L P « ~ • L • c ; S set a.9E 3 `o v° '~ ~ - : L ~ ` o Q ~ • s ~ o ° o . ~ ; E ° ° S O LL f ~ O P y ° • V • ••r#L c' c • : Y n r n A O 1 O : D ° + (7 Z : I Q Va C=° ~ c >: o v j 9 C ~ « L ;;~ i o « N O «'L 1°L O a `'' Q - !] .. . fi N Z Z g =Q I 3 Nam oal~ N =:: ~.::a °~ d . t~ F- ~ ~ ~O ~N O I ` ~ ~ a ~" , Q ~ rc ~ ~ g ~: ~~ ~ 'tea ~ ~ •#4 ~v ~ r N -MY • o Z m ~ 1 ~ Q ~y ~ 1 ~ ~ ~ ~ R N ~ a N N ~„ i I -s~N B-~.,8-.( TZ~ 1 ~ r ~N _ h• ~mCi -,b ;( re-.( I ~ ~r . ~ V E N ~ ~ _ W € ~ °a ~ ~ ~ V y, .; N ~ O X d c J Q E W ~ 2 x ~ g aw M -~ V tz ' Y ~ r ~ ~ • E g .E ~ ~ f ~ c r i I- ~ 1 .~ I Z ~ ~. ~° 5~~3 ~ ° • v C __ ~~~~rZ • O ~ Y Q ws~ m - -~ ` CC ` y 7 O 3 - ~ a m ' ~ ~ t ti Y N ~~ ~yy~ t io c M O •L K ~~ ii~a ~A fifs'~ ~._._ a a;~~ ~'A ~. ' ~ ' ~~ G E : ° ~ « • t t 0• V Z I t [ M r N G ~/~ r '! F 'c i .i 3 « E o i °c E o a 3~ v ° i ~ « • a 4 a e ° ° « • « E • ° S ~ ~ ~ ~ « ~ p P • OL ~^ ~I ~ Y •d O ° ~ • i O~ i .•. ~ ~ Y ~ • • ° i a ~ « C ~ i O i O = L ; j ~. •r+ > •> p ~ LJ.) C7 v•~•r«N ~ =! v ~ Eau:=aa ~ = Z a~ e~° ~ S a i C c e ~ i P°« 3 i fj"• V k~ tl ~ ~ 8 e ~ • « 0 • o « v ° v ! Y° ° « Q J 0 W • o io ' Q Q ~ Q ~OlYe~w o o°• o~ ~cyv C Z U F 7 C - r o • «mP~^«r ~ « i 7 ° • Y«c>~«• N Q ~ N ~« « • O 1" • « « • o o ~. • ~ v • ~ o .4 0 ~ c 'c °u ° o • ~ 2 •• ° • s ° i i t ~ 8 ~ 4 .Y tD •~ J g o 1= O ,; ~ j ~ C i~~ O~ L' • • : ° .4 0 ~ ~ • L • r • P O V L n > O Y y j ° L° v - • •.. ~ ~ < CO : • : • O ~ a • ° ° v S « ° c i ~ « • c w • • + ° • y « c .' • . v ~ ~ ~ ~ • i • i° c °• i; s E j a • ; v ~ Y j«• •° j i: a r c O ~ G 9 O Y" E e v e++ E p: « C c ° $ ° n - ~ ° ~ • e s E v: > E o'~ i+ w D • • ` ~ • L Y e w E .. • s ~ P i ~ ` D • W « ~ ` • L ~ • -- p r=~; ; ~ ; • V P i r ~ J O^• 1- • L C J • • P n • ~ } ~ L ~ ~ . v • c n • a C w ~ P ••: L° p ~°• ~ ? C ` • C W ~ C _ nW • ~ ° c° ~ T w n• L a ~ 's c ° Vie: a° ~ H M O ry r C O C` y J° L = c c ° o °., b o o a U' • t ~ " o ~ o c J ~ ~•: - c o i• o; c V ; 1 P° p N• O C° ~~ p• J t c .~ = P.L. ~ L V) > ° « U • °,',o •e ~v • a W n ° ° ° P • • °s • ~ v X r C o '~i 1 O tOi N v V ,„ gG u .Q c a R t c a~ ~~1,. ~ ~ T `,oyv ~ r ~ o '~ O ++ ~ d Q C C C °> u ~~ a C v~ c ~C ~ ~CAl U) O 1 ~ 0. ; J J ~ ~{ U 0. .~ 4 i. ~.~{ a > a .-(ugl!•uwl to pY• M t1Y.irIw ,OS ••odAd)-~ u .001 T -,001 Q a ,x d~ ~ o ~ ~ w ~ ~d ~ ~ r ' ,_ ..~. ~ W ~...1 V ~~ ~ ~ a~ ~a ' ~ W ~ }' r ~ 1/ S~x.i J L J O _~ ~ :~o:g ~~a b o L J ; P p i ~ O C w C t C C p ^ ^ 9 L ° Y ~L ~ • ~ gE « ~ • L ~, O « e ~ o .° V L .. v • ~ ~ > Y • ~ • • ; ° ~ ~E v ~ " • n • _ • ° ; o L w 1 E . w ; o`_ ;? 1 7 • ~ ~ .` ° E o c O Y ~ ~ .- u c a ! o ° w • ! o - « ~ o t K ~ ~ Y • >; ;: i w o i G a ; • ~~ ;~ t P C V p L Q > ~ a ~ O C V O E P r ~ a ;'w r O 'c • E O L ° > `c O O O ,•° • ~> i 'v > c O i .- n r v N d G U i J ( Z ~ fr c z v ~ J ~ I a 3 I !j S = y v i ~ . ~ w0• ~ x O~ C7 d S ~ y J t ~ it a•r~~a~~`~a•~'~ K W Z V~ W z ~ W u W Z - _~ N W ~ V ~~ r _ ~ m J1 a1 y ~ /~ ^' W ~ ° W~ •• - L W .a • ~ -~ ~~ - O " ~ ... N i °c V~ I- ' e a J ~ e i Z ~ W U ~ W Z V 0 ,;. r_ (~ ~-~7~~•~ it Z O V W ~ ' vwj I Z O V :,. s L~ 40• W s , •"1 O K C QO d (:~ ~ ~ ~ .Y V Y ~ ~ < w Y N ~ y;i . N soo lp X c c~ o ~ ~Aa Y y •L S Y Y: ~ ~ u ~ C ~ J y O y ,'O, ~ ~ i x .. ~ x ~ , N ~ o t7 N V y y (N•, ~ o IY'1 . o sde V say i•~~~~~ ~~~~ I ~ I ^~~ ~ ~ ~ ~ W ~~ ~ ~ ~ r - W I LsJ ~ ~ ~ i ~ '~+ ~ ~ I ~. ~ ~~~+ ~+~~ g B O V o 3 ~ ~y: M N :: . d a _ ~, Z---- . O x .. . W O d ~~ Q a~ ~s"": z O - ... -~- '~ '-~- - --- ------ J -,.:- ..z. ..t 4..-~r~0„- .- a,.- fi „t ~„9 „9 W V Q i ~~ i~ W W to ~ ~ ~ ~ ~ i ~ W o~ Q I °: N 0: ~- I d .. s S JI y N O: O x . f 1 ~ ~ :: ® c ss3 .__~ ~. V I ~~~ . 00 'Na' ::." .f X . o , ~~ ~~: a J i . ,Of ~ . ~ J~ W W o o = a U_ J ~ V W 'Q D J - ~ F-- Q ~ J ~ ~ O o.s*r I o_• I.• la..l.clai J W ~ W vi ~ Q ; ,~ Qo ~ .~ W a= ~.. _. ~_ _ W .J z z t _ O O W ~ O J .~ ----,,: - W W 2 u W .,r. W ~_ .. r ~m M O uy~~ ° M w.~. ~ W .I ..:~ a C x ~ . , ; ~= g ~ ~.;~a m s s"~s~ W VI c ~ w~. Y uui0 N ~ ~ e o ~ x ... ~ N °e /~ o' 33e „oc ~ ! z - ° ~ W ~ O ¢ v W ~` C' W Q ~ J ~ c G J m O v ^~ 0 ~ x Z ~ I` ~ aaC Z O O ~ ~~ ~ S H ~ ~ ~ ~ ~ ~ O I"' 0 ~ ~ ~ ``^^ V ~ ~ ~ ~~ Q Z '~ , c ~ o Q ~ °8 ~ m Q Y ~ ~~.. 4 Q Q N if U ~ ~ ti ~^ ~' i ~~ ~ "~~ ~ $ n r ~ N M ~.• O o ~ i C 1a I a'a I.~a I ~'~ I.i a ' W v 3 0 - .~~ J J ~ O ~ L.a.. :~. _ S g g C e .r~ a 'a ~ .u', ^'~ e . o O X ~ i ~ N : e c~~,w~ yy yp~~ „lC O .}c o,• s o,r .~ o., ~ -t o.r ,i ~a o,r .~c I I I I ~ ~ O ~ W ).,. ~ H V oc ~Q a Z 0 V t~^ ~ v Q O .f U W W Z u Z W W :~ ~> ~ ~ m Q Oryy~ ° M M ~~~ m ..f ~ ,,x . ~ W ~ M ~ Y ). s s~~s W u Z N O :» e yy~ ~ ~,'.,5~ +.Fs o x N • ~ ~ ~ : ~ ~ ~o.~ S:: J la I .clo,-halvl~,r - l ~ ' 0 Z 0 Q- Z Q ~ O 0 J ~ Z Y o Q ~3 Q ~ w~ r OyuS. M ~:~ N X o- a c°o ::~ o: a.. ~ ~ ' r.., 3 • •• s B u i e ~ ~ E i °e $ i~ o i `' j * E i n ,u•- i i e o• . n o ~+. i~ ~• E;~ O c ~• d Z ~ ~ i b G P~ i N y L~ '~ ° •~ • O° ` a f, O' O P• p - O° •~ P n V~ a i~ L a O ° ~ p 0 0 O c O C •° w 0 " P. •~ O C ~• t i • G N ~ y ^ M f o w ~~ ~'~ N c-° a r c s ~'. o- ;' • i ~ w ~~ i cp V: » E o u R ''° ~i -° E` o i[ - o w p o~ +~ ~',L' ° oo a ~~ n Z 6 J ,~^ µ/ i oci•..' >•n ' o ~ '~ C m Vi w _i • o • wV ~ ro C7 ~y Y( .: s w P w a p ~ o ~- • ~; °o t a s o C i• 'n ~ c~ N • $ w ~ ~ c y; u w n 3 S L• u 0 - V G u c •; 1.4. • V= m•~nCi w~ Op" •iL VO pC• • • A•~i • ~`G ~'~i `L'- w~` ~ ~+ !~ >: a e'.o uc : c v"E'i s o t ~ ~ E H °~ a r_ •• i w i c• i E o L +m o e• c o• i•> r i v•• o :; w E [- ~`~ _ o" of c o• o O E:• ; G :° p•• G C A A L =-~ ~~ U C n r ~~• ':. 7 L C a t~- .Li O L I+ n• O ~ i 0 :~: w` S .. : J F O•~ y N 4. ~, V' •` ._ a 7 ~ o e i c v• ;. c o~ e ~ w i +c i w 3 c i i ° E w~• - c° °c °>~ a o V•: D: °~ o o~ n • s e ; E;~ f~ E o~ ~ - O y ~ Z iR ~: o f 'i " ~ a~ i• o u ~ w•°_ v E~ ~ o' a ~°° i~ u c o co c s v W ~ i 3 • i ~~ v:' i -~ 3 cp : P •; ~w i° ~ e 9~ 5 a s w° ~; Z Q ~ ~ ~J ~3 u u °• •rE._ow au" • ••o Lc n• s :'e u-u ~" s ~ ~ ~ '~ °o E • • - ° • '~ c e - ~ • • O " O o ~ ~ E ± ~ ~ . i o o > ~ u a c o ~ ° . a • ~ s c ' .. a i ° W CC O • ~ ? y O V • s • O ~A C ° ~ u ~V I ~ ° ° '] S .'' ~O n • '• E ; ~ W • ~ C E A 7 ~ • P w'? • b '~ !"' ;i'• ww wo + L ~Ywc•~;cam E • ° °O~E~ c-i~ ou E e° u •~ c+o yceiooc ~ r ~ ~6 E• s o_ ~°<° i u o ~: ~ : ~` - E_ v ~ i ~~ o ,. c ~ n r° e a u ~ i s p• • ~ i E E y • E i o -° V± e ~~ . a u ~° /~ 1.,~ Q g E° e g o0 0~~° w a M o n w w •'~ ~ •~~ o ° L c o o • a.•S a: o ° J o. o c +• • o• ew r~C• • ~ 0 ~ 27 _ M i ; ~ c o w c u • c E ° o w o E~ ~ S;; o ~ y~ ~ ~ u a i~ w i• c~°• w o v;° v° ~- w ~ u a° c°;~ u a + L r a i°• ~- o° i ` w o w; a••0 w i ~ i i N ~ 6. ~ Z Z r ~• v+ c; -tEo a ~M••ciE sAO«uE Swc2'e w _~~.-~ °~•e Dc Li~`•~o- aw• w~•E •D~3 •NE-/' ~0~. Q E ° w ~ 'w 1 w L ~ - L ° ] ]y0~ - ~ VI 'O i ' u Z w ` V L ] V 'L G • • ~ p ~ a V > ~] ~ O E E " 5 n w ~ F ~ °w S ~ L + i p `'; J.r {! • O• . C O +• L O~? A •/~, a> • N C V r` o• ~~ • V A N O Y O w°+~ O L~ p~• V C ~ • r O r Y M P a V n L (~~ o L T ~ S N G .Y C ~ C L V r G` M• • O ~ P ~ O" - ~•° L r L•;~ • U E v u • O ' 3:: 0 O w a 7 i s F I £p~ g >, Z - O Q O L ~„+ 'Z W V• ~ y -° v i • f • v i u• w • ~ •+ i o i; ° 'E c o '" ~ V ~ +-~~ .`" i 0 ~; q u a ~ ~+ 0 7 n i c e° w a o ,~, A• ~: ° b a`: ~ E_ Z c id ~~ A r o• y i c c o ,- 3_ O- • L 0 s +• • o u E!: c ~ a ~> • e 3 s• w • 'd ,Q{ O i~ ~-~> :nf - °"e Er°~o.'. c,•,iwL i~°~u p°0a• ~cpc ~~~^ acuc i o woo+~c w °~ i °""oww5• °m,°-• N Q N Niil ` ~ `'. i ° ° L _ a • n • a ;: 5 u c : y ~ ~ o _ E c • .] o ,> ,~ um E ~ a ~ w - ;, ~y _ ~ ~ 5 :'.. a- : '~ ++^^ U~ 5 a E w ~ 3 w i ~ C ~ • • • i ~ • i e ~ $ ° w • ~ e i w u ° p • ~ • + • ° c ° a ` ° - ! o o •... • ~ ~ • o • ~ • C 5 \J ~ ~ _ c: •s O°'~w0 ~ °`au•'A uip~oc ecA~n w•o uGCw L; YY..~ •• o.~oi o~E~ o$ •oON ~~~~ ,f •;4 ~„ r w o~ o$ p v o N o• p v -= [° = i u i p 0 °. i i i •~ w- E v ~° ~ n ~ N w ~ c c ? ~ ~ 3 ti c E Z w~ : •, c ~:• •Y +~c•'i' • oEL o°s+i i Etu',• oo°-~~D.~°. Um~ ~ + o c o • w ~ i t a '" e° • ~~ oC ~~ a 'r c ~~• °~ ~ N c°; !! L i y E V s ± ~_ •• ._ c Q ., - u r y'r A/ ~ f i u ° L 3' ° P ! n ~ ~ E o + i ~ u w E E . ~ ~ .~ s ° + ° ~- S ~ ~, ~ u u p1 • t . ` • • c.w ~ y w ~;, ~- o u o LL + N wo`o ...;i p°v G•i i..ui p~i~uG ww>iNp <r`o.•.O N~3'wV wa Ne'i3E O ~- ~ g °w:°e ~°a ;x ofE~,~=~s°~uuo!u o.v'a V v ^ ~ ! ~ E i ~ r .`. Yy + 4 Y U Y I ^ v '~ C t ? .+ s r M r y ~ J ,,,r ~ Jt ~. 1~a-~ ~~ Q W P i O O r __11 O ' ~ `~ +? N K L W• ~4 ~ ~ ~ w r A i + I t ~"+ N DO 8 I ~ ~ V 3>~e i ~:« ~ ,~:5~ W - -~___--' ' ~.- - __ . >• O p cj ll O N rv ~• ~~_- N N fV 3 3 3 u ~ ~ ~ ~ \\ ~ V ~ < s ^ ""~: ~uu~ I ~ `t .1.. + r • + ~ I }n 4c x T ,' an d ~ I ~ N OD .". o •~ ~ Q ~ ~I.~il O K V V O ~ {"',a ~ ~ 'd ~i.oy ~ Q ~ i i I N f~ ~ o F " N ~~~~ I ~ U «~ n o U .,, « w~ ~ ~ ~ ~_ W r + .i.. .~/ ~ ~ o ^~ O N ...~~ ..~ R1 M fit I ~ • t) U V M 1 f N N N 3 1 ~j' V V ~` /. i ~ Yafx --~ `~ ;:; ~ ~~ a ~.~ Q ~ wA:v" 44 ~~ d i ~ N ~ ~ - ~ N i .~ ~ I 3~ 3: ~.i. ~ir Q __ 00 . ~ 8 3 ~ p t~.. _ _ _ '"' ~'' / .-~r ~~ ~ , N ~• ~ , O O ON \~ N N ~\ U V V \\ ~ ~ ~rx a . ,r, '~ ~'~•,~:~~1'~•,`~~~-'. QUA ; ; ~ .t}-~_,, I ~ x , .. . ~ ~-. y ^ ~ V P i O O r I O N 'OD K I ~, ~ ~ Y Y .,. v ~ ~ ~ ~ ¢ W~.} W ~ .+ 7 0 0 ~ -•.~ 1I~ -'~ T J ~ ~ •-- ' + ~ t ` / Q O. O . ' _ .-- _ ~ ~ - m v ~ t.... ~ o ..--' ~ ~ ~ m ~ ~ ., cc~ ~ u ~ . O ~, , f \~~ ~,, C~ • o _:'^ ~ s ~, ••g V M £. 1 ~ O ~ Y G Y N V a N ~ ~ ~0 ~•f r r ~ ~ ~ O . N • F- O N G~ ~3s _ ,a ~ ao ~°.s,N a } 4. c ~ D S O v $ ~ ~ c __ M Z V ~~ oba ~lic Cv t O' ~~yQy A V^ ~n ~pn o• •' j C ~... ,n N P Q v, F aw~" N 3?s~ s 3 ¢ qc * , _L_' Qf» +0 +ff1~+ IUiU1YDd 3 . ~r o °D z .n _ ~ ,„ T, g' ~ ~ a p~ I J \ 1 B ~ ~-~ t -~ ~~ r N ~O~ ~ O C O ~~ ^ IV ~ ~` ~'; anr~ io~ba pa iua~+»"4i ~a ~~ * ' 8 ~ 0 ~ ~ i = ~ o I _ v .;F ~ o ~ Q~ ~ r ~ ~ c ~~ ~ Sg os Ca~ 710 Q ¢ .S ~ Q Cd Qm N off. N Z N a U a r -- r !qy''~ 1l31 Lv !!!nGGGyyy~~~~~~•. ,oosl-,ost'~ W z ~(" J ~ NMOHS y~ J V ~ / ~ N ,~/~ ~ SV 3B Ol r a~N3n03aj ~ ~ ~ ~E ,oos ~ ss3aeoaa NI sl >tao,M No117na1SNOa 3tl3HM AYIAH9IN !0 N011035 F ~ a a 11~3road !0 sllNiil Hd'n S~ tl0! 31nNIM NOISSInnO~ AB 03NOZ AYMH'JIH !0 H19N31 '111 ;f ~ • Z 0 1-1 S 0 Z''1 OOSI- 0SL W 1- W 1-- ~ /~ Y ~ ~ /- W O O H O O ydjJ M N~ , ~ /~ %^ '/J ~_ yJ~ W~, ,^^ yJY' ~~ ~f ~~ wZ ~ W ~~ ~ ~ ~~ ~~ ~~ ~ N Z Q La i Iii I! ~ i ~ ~ .p -1 ~.t ~ ~ ~~ ~ , l ~ ~\ ~ W _Q o O W ~_t~n \ N _ I /~ 4 i~•• ,n I \. J I s :,, ~_~ o r Z ~ ~~ +` I \ ~ ~ \\ __ _.tl ~l 3 '~ ,\ v i ^ Y Y ~ t ~ pp f~~I n o 0 N s` °c ~"~°. U m.S°d" Y i ~ Ma•o ,.y x ' N ^ Q- U ~:... se,~ J J ~. v 4~~ r ~~ O t2S ~ ~~ ~ ~ H N~ U -'~ ~w~~ w ° r ~ ~~ ~ ~'o.a ""a c`~ I ~ I ~ 1'' ~ I i y Y ~ `-- - ~w - / , - - `- -•Yi '--~ \ ° , ~ \~ x ~e :e : o ~ '-ry -« I\ ~ 0 W Q N = g ~ O 2 ,~ o ~ '~- ~ W Z ao ~'. w N M •- - a i x - ~ N ~ M V J a o >~ C4a 4V V L v 5 S w J Q U > ~ Y eC Y JI Y "; l0 M o40" ~ x ~ , N 0 ~ ~ ' ch U .. 9 y ~Am y +~ w e M Meo~ ., .-. x, N ~ 3 ~ e V ~ 53: sus Q W ~ N F ~ N W Z W V w N o~ Vr_ W ~ ~ W ~ W W d H W ~_ S 3 ZJ Q O W WWZ N J ~gY' c7 a /1 W m Z Q j of 91 rn W _J Q K N ~ ~ ~ZZ W l7 o a ~' ~z ~ V ~ N d ~ W~ a~ ~~ ~~~ J W J QI y~ U m a W ~ ~~ Qu W ~~ w ~z ~ O ~ V1 Q G ~ ° W U ? ~~ ~- = ~ H m ~ c ~ Q ~ ~ = ~ ~ 0 a~ O ~ Q Z =s o~ Z Z QQ Z ~ ~ O 1"" = W (n Q o U ~ ~ ~ $ ~ ; E V L ~ Z ~ m O ~ U ~ ~~i • P >~ > • • • w ^ ~ w P •• ' • Q • • • w c EE~vE~'o• i4« •«~~~~~ o•~« «« w • w w w i w ~• .ai E a > s Y •3v:3YOO~ ig~ «~gwi~g~ ruii !• P ° ~ o i ^:v•EuEv v~v o°w i~ c~ o• v Z• opp E '~o• «« E«•• E u• a Pw v~Ow'Y OLD ••P ~•«G?•~~ E,:C• E• 5 ~ • 3 E i• w ° a• c • E o o c s• >~ ` n W Y a°~~aE°j~ v3v c~«.a.-~=v w'~oo •u Q ~E i~~w'oo•« Lim w•~•~«"w!!w iY~u «~E d ~c o°°«orio`~o wig ,.ayvi~L E.a' ;~ LL iE o.'~,cone•~« °co ~e .+:auo ~=~ = ~ ••>n ~ >i a°•o >Nd"• i• of 'Liio3i~i 'e°c E • Y o J ~n >o~a+~°v~ P~~• •EEoo~,•,o iP.oE E~i O o~! i~°E~ Vo E9 E~~a E~c°PE°r° EES ~a`~c° E ~o ~ ¢e E~83a'ODU~wa ~o.~i~ ao o5 a=!'.E 3« u~~ iW> ~° Z ~ ~ ~ V Z i YY± 1~ M ruo ~._ N x . ~ ,~ N o 3 ~ G \ ~ U ch :: r ,~ ~:: °~ ~`.; ,' yr w~ ~i #~I JJ z . _ .v 'ii'~l 'w r .~ ~ Q r i ~ _ ::` - ~ ~ .ii~ {,~.~ ~ x - -~- - '~ ~ N e ~ ~ /~ 3 ~ w j, ~ a V ~ S~1 - ~--- __. ~s: I i `-`' ~ 2 ~ ~ _--.- `.`~ ..._ __--`~ J 3 0 ~ N a g --- s y.o' ~ o x Q N V+ ~ a .. F~ • g ~ O N Z O ~ i ~ ~ c Z " ~ 9 ~s Wv ~ ac ~ (Q~yG~~j~.' Q~ p~ p Q CG, ~~ '~^` I ~ • ~ % ~ ~,p ~m Z Q -~ = o ~ ~ ; .ci. -- Z N :w m ~ ~ O N '~ ~ N H a a. r_ . . , v p ,~ 1 ~ Q Q - ~ t1] ~~ K ~ N ~ (~ + o = n n J ~ :~ ~l~`~ __~ ~C~ 7. ~ ' ` ' 1 ' i Y `1~r~ 1' w 1 (V_ J + ~ t 0 K = u C ..N ~~!! p O O ~' y ` Y \ ; ~ I ' ~ ~ ~ K , /~' w o - ~aa ... 1 W 3.. ~ ~ ~O ~~ ~ a. = o r `'- v .. ~ 3 , ~ .ar ,~ { ~ ~ S .~ ~ ~~ `~` • r, 1 '.) ,X - ~~ J ~ t!~ I .~, 1 ' •, , .r w z •.~ +.r +y m ~ 1 ~. ~ x \ p A _~,.~ ;; ~ 1 • • a , ~ O ~~ ~ ~ ~ ~ I N~ ~,~ ' ~ % S .f` v0 a 1 ~ y ~ 1'fl O V f a ~. • _ __ ®~ ' U _ 1 ..~ ~I~`.~\\\ Y , i ~~~ N two ~ , .. '` 3 ~ c.7 ,¢ ; .. a ~ u ~' ~ o .+ ~i N p'o"o N ~ ~ 3 ~ ; V '~, $ < u ksa ~~ 0.5 1~ t "J1 1 ~` ~I v t ~ ~-- ""~ ~ of oG / \. OG ~ a .•. ~~ s' t"=(1 f _ ~ ~~~~ _ ~ // r Y Y t ~ ; F r ~ ~ ooh X^ , , 4 4 • M M ~ tY'- L spa .Y` ~oY`~ a .c r ~ ~ 1 ,~ V •yy ~ I Y u C ~ 5 W W 1 ~` ,,~ ± X d ~ , ' ac J ~ a0 A i1. i~M ~ ~ ~ ~ ~ ~ ~ s ~ Q .y t('' V C F U ~ ~..- ~ G Y M ~ c~+ w % r ' •rr `I ~ ~ f ' ` s$a o 3 ~y ~ y M ~ .., („~ a > \" y ~ V ,a spp ~~ ~$ r :. ~~; s , ~ ~ ~ ' fi ~ x ~ a +~ V ~ ~ q ~ ~ s$a •.» 3 s~ yC i Y ~ tD N ";;` ~ ~ ~::Y ~~ v '` / 1 d M ~'.. rn ~ x - ~ co o .t, ~.~., ~~s- .r I S ~ ~~ SECTION 01515 TEMPORARY WATER PART 1-GENERAL .- 1.1. DESCRIPTION The Contractor shall be required to famish a water meter for metering all eater used on this project. The Co~ractor shall pay for all water used on this project directly to the City of Irving Water Department when the job is completed and before final acceptance by the Engincering Department. END OF SECTION outs-t tv9t SECTION 01516 SOLID WASTE DISPOSAL PART 1 -GENERAL - 1.1. 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 Gst of all landfills having a TDH permit is available at the Arlington OiFice of TDH. The North Central - Texas Council of Governments (NCTCOG) has prepared, for sale, a list of all landfills in the NCTCOG 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 aroll-off bin for disposal purposes. Several private regional landfills are available in the NCTCOG area. The contractor shall determine which method best fits the project requirements. END OF SECTION O15i6-1 12/91 - SECTION 01562 DUST CONTROL PART 1 -GENERAL 1.1. DESCRIPTION When directed by the Engineer, the Contractor shall sprinkle areas where dusty conditions create .._. a nuisance or hazard within the limits of this project. 1.2. MEASUREMENT AND PAYMENT No sepazate measurement and payment will be made for sprinkling. _ 1.3. RELATED WORK DESCRIBED ELSEWHERE EROSION AND SEDIMENTATION CONTROL .......................... SECTION 02900 END OF SECTION 01562-1 8/12/94 SECTION 01572 FLAGMEN PART 1 -GENERAL .-- 1.1. DESCRIPTION A. The Contractor shall provide and maintain flagmen at such points and for such periods of time as may -- be required to provide for the safety and convenience of public traffic and Contractor's personnel, and as duetted by the Engineer. 1.2. QUALITY ASSURANCE A. Qualifications: Flagmen shall be English speaking, courteous, well informed, physically and mentally able effectually to perform their duties in safeguarding and directing traffic and protecting the work and shall be 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 ELSEWFIERE BARRICADES SECTION 01533 PART 2 -EXECUTION ~' Flagmen, when duetting traffic, shall use the standard flags and signals shown in a pamphlet entitled, "1980 TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS", a publication of State Department of Highways and Public Transportation, Austin, Texas. END OF SECTION olsn-i w9~ _... SECTION 01710 PART 1-GENERAL 1.1. DESCRIPTION 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 'y 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 01710-1 4/92 DIVISION 02 SITE WORK .. ~.. PART 1 -GENERAL 1.1. DESCRIPTION SECTION 02014 EXISTING UTILITIES 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 main 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 aze replaced across trenches, the Contractor shall use cast iron soil pipe with a neoprene 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 020141 12/91 SECTION 02100 MOBILIZATION PART 1 -GENERAL ,_.. 1.1 DESCRIPTION The work under this section of the specifications shall include the establishment of offices and other facilities on the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the contract. The cost of all bonds and insurance for the project will also be considered part of this specification. 1.2 MEASUREMENT AND PAYMENT Mobilization will be measwed as a lump sum item as the work progresses. Partial payments for mobilization shall be paid for at the Total Unit Price as shown in the bid proposal with the regular monthly estimates as follows: The adjusted contract amount for construction items as used below is defined as the total contract amount less the lump sum bid for Mobilization. The Total Unit Price shall not exceed 10% of the total contract amount. A. When 1% and less than 5% of the adjusted contract amount for construction items is completed, 50% of the mobilization lump sum bid or 5% of the total contract amount, whichever is less, will be paid. B. When 5% and less than 10% of the adjusted contract amount for construction items is completed, ' ~ 75% of the mobilization lump sum bid or 10% of the total contract amount, whichever is less, will be paid. Previous payments under this section will be deducted from this amount. -- C. When 10% or more of the adjusted contract amount for construction items is completed, 90% of the mobilization lump sum bid or 10% of the total contract amount, whichever is less, will be paid. Previous payments under this section will be deducted from this amount. D. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate. END OF SECTION 02100-1 05/07/96 SECTION 02102 CLEARING AND GRUBBING PART 1 -GENERAL -` 1.1. DESCRIPTION The work under this section of the specifications includes all labor, equipment and materials necessary for the removal and disposal of trees, stumps, brush, roots, vegetation, logs, rubbish and other objectionable 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 ~ 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 one (1) inch in diameter shall be treated with an approved asphaltic material. On all paving projects, tree limbs that overhang the travel lanes shall be trimmed to provide a clear path of at least 14' from the top of pavement along major thoroughfares and at least 12' from the top of pavement along residential streets. END OF SECTION 02102-1 11 /03/95 .. ~. SECTION 02200 .- ,., PART 1-GENERAL 1.1. DESCRIPTION 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 v Trenching, embedment and backfilling shall not be paid for sepazately. 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 WO K DE C TRF.D F.T.SF.WHF.RF. TRENCH SAFETY - SH)/ETING AND SHORING ..................................... SECTION 02400 PART 2 -MATERIALS `- 2.1. NATIVE FNCH BA .KFTT.T. 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 eazth 3. Rocks lazger than 3 inches in maximum dimension for trenches 4 feet wide or less and 4. Rocks lazger 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: -Q 1. Those listed in paragraph A above 2. Firm lumps lazger than 6 inches in maximum dimensions .... 2.2. SF.T.ECT RNCH BA FI . . Select trench backfill shall be material whose characteristics comply with the following requirements: 1. Plasticity index range from 0 - 12 2. Mechanically compacted in 6" to 8" lifts 3. Compacted to 90% standazd proctor density, or 95% standazd proctor under pavement. ~ 02200-1 4/93 .._, PART 3 -EXECUTION 3.1. 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 aze 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 necessazy, the fill back to grade shall be at the contractor's expense. The entire azea in the bottom of all excavation shall be firm, stable and of uniform Y ~ density as neazly 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. EMBEDMENT Embedment shall be as specified on the plans and shall be placed as directed by the Engineer. END OF SECTION .02200-2 4/93 SECTION 02224 PART 1 -GENERAL 1.1. DESCRIPTION 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 penmitted only to the extent of 1 inch in 10 feet, provided that such variation shall be regulaz 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, lineaz 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-I 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. GENERAL 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 ar 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. W_ 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. BORING 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 w be permitted only to the extent required to lubricate cuttings. Jettings will not be permitted. B. In inconsiderate soil formations, agel-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. TUNNELING 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 encasement 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 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 "Encasement 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 lineaz 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 lineaz foot for the type, size, and class specified on the plans and described in the Bid Schedule. PART 2 -PRODUCTS 2.1. 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. Steel Liner Plate may be used in lieu of the smooth steel encasement pipe shown on the plans under the following conditions. The design thickness of steel encasement pipe was selected to limit the deflection to 2.5% or less, or 50% of the maximum recommended by AWWA Manual M11. Steel liner plate shall be fabricated from steel conforming with ASTM A569 with bolts conforming to ASTM A449 for plates equal or greater than 0.209 inches and ASTM A307 for plate less than 0.209 inches. Steel liner plate shall be hot dipped galvanized in accordance with ASTM 123 and asphalt coated per AASHTO M 109. The minimum .__ _ factors of safety for steel liner plate aze as follows: Longitudinal Test Seam Strength = 6.0 Pipe Wall Buckling = 4.0 Installation Stiffness = 4.0 The "carrier pipe" to place within the "encasement pipe", or bore, shall be as shown on the plans and described elsewhere in these specifications. 02225-1 8/93 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 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 -- PART 1 -GENERAL l.l. DESCRIPTION , 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. 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 adequatg safety and protection of employees, regazdless of the depth of the trench. PAYMENT 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. (c) "Bank" -Amass of soil rising above a digging level. (d) "Belled excavation" -Apart of a shaft or footing excavation, usually near the bottom and bell- shaped, i.e., an enlazgement of the cross section above. (e) "Braces (trench)" -The horizontal members of the shoring system whose ends beaz 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) "Hazd compact soil" -All earth materials not classified as running or unstable. o2aoa~ 1/92 (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) "Slope" -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 pazagraph (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. ~jf.NER_AL PROTECTION REQUIREMENTS (a) Walkways, runways, and sidewalks shall be kept cleaz 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 pazallel 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 of reflectorized 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 REQUIREMENTS (a) Prior to opening an excavation, effort shalt 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 after 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 feast the angle of repose except for areas where solid rock allo~~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) (i) In excavations which employees may be required to enter, excavated or other material shall be -- effectively stored and retained at least rivo (2) feet or more from the edge of the excavation. (2) As an alternative to the clearance prescribed in subparagraph (t) 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, bencfiing, 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. (I) 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 of any foundation or retaining wal! 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 besheet-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. 024Q0-4 1/92 (s) Adequate barrier physical protection shall be provided at all remotely located excavations. All well, -' pits, shafts, etc., shall be barricaded or covered. Upon completion of exploration and similar operations, temporary wells, pits, shafts, etc., shall be backfilled. ~ (t) If 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 ma~~ 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 b}• 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. SPECIFIC TRENCH REO~(!I FM NT (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-l, 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 1-foot rise to each 1/2-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 ., t /92 (f) Employees entering bell-bottom pier holes shall be protected by the installation of a removable-hpe ~` 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 be 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 - (~ -- D Maximum Ratio J~ = 50 -- D Where; L = Length, unsupported, in inches. D = Least sidg 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 aze 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 after employees have cleazed the trench. o2aoo-~ 1/92 • TABLE P-1 ~.~ r '_ t.. ~_~ j 0240-7 !+ C N ~ a N ~ A ~ ~ -- 1 H ~ Z O I N I V w .~ N M H .` Y I A V o ~ N "' .+ N I ~ ..' ~, 1 :~ Yi I 1 A ~' C 1 p~ I 1 r M ~ ~ i ~ I "' 1 i 5 1 'O r. ~3 ~ ~°$ 1 1 ~ I I M C V 1 ~ .a 1 1 1 ~ .~ C ~, 1 ~ `~ 1 ~ N 1 i ~ •~ C C _~ 0 .gg .v Y O t ~` v Y 1~. M C N ~: N I~ ~o f x ~O r ~O ~O' K x ~a K N ~O YN Ly H C ~ N1 w c~i w Z O ~~ ~. ~~ .o • K ~a K tia ~o K .r x ~a K N ~~ I~ it .~ f ~o f aD K ~a ~a K b ~o .x 7t '~f ~a 7l r N ~O ~O N N a a e r K sf ~ M .3 x ~ x F r J Ll OQ-' 8 d d0 K ~a K .o x ft 1 Q st ~D d M K N e K P'1 r N w x ~0 1 f r ea K ~a ~O K ~O ~o x K f ~a x f ~a K N f n'1 v I O 0 .. al 47 K ~a ~D K ~a ~o x K '~f' f ~D ,~ N K N f P'1 .o • Q K tp ap K ~a .o K ~a K ~1' V ~D K .r c d1 K N Q K P! a ~~ .o V ao K a0 W •K ~a ~o K K ~f e O ~ K ~I c Y N K e~f v N Y w a O O K QO tD 7K QO ao x ~o N_ K f _N x a Y O Y U t ~D x f'9 O N g R ~o N O O A x O ... O_ x W ao x ao N K f ~I G M ~O K f"1 M .~ v a F R a O ~ y~ E Z ~ .Y L ~ Y O O aEO~ yyM V ~ A a~g ~ M .~ ~ .+ 4 $ ~~ ~~0 "g= i =w y C ~Y ~- .~ o`.N~ FIGURE 1 Uprights r r r r I TRENCH JACKS IN TRUE NOR120NTAl POSITION AND SPAC 0 YERTICAILY :+• :; .. .• ~.. 02400-9 Sheeting • Water line _.. . .. .. t:~c:AVATION 60TTOM BELOW WATER UNE SHEETING SHOULD BE DRIVEN BELOW 60TTOM Figure ?. ~ ONE EXAMPLE OF SEVERAL TYPES OF SHEETING -- Figure 3. _ .~ ~~ ~ /~ ii ~' O ~- _ / //~; Trencn;ng machine .~.: Spoil /~~ - ~ . ~~ ~ . ~ ~ %//. i ~ Trer- h hi ~ ' ~' / ~ //~.v / '~!i ' ' '~y,"~, / ~ _ TRENCH SHIELD ~~ ~~~~ . ~` ~. --'? --.~, 1. END OF SDCTION Q2400-10 SECTION 02600 HOT MIX ASPHALTIC CONCRETE PAVEMENT AND 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 Hot Mix Asphaltic Concrete Pavement and Gravel Driveways as shown on the plans, directed by the Engineer, and specified herein. 1.2. GENERAL A. Hot Mix Asphaltic Concrete Pavement Hot Mix Asphaltic Concrete Pavement shall be reconstructed at least 6-inches thick or greater to match existing pavement. HMAC pavement section shall consist of 4-inches of Type "A" base -- course and 2-inches of Type "D" surface course. Subgrade shall be compacted to between 95% and 98% of the maximum density by ASTM C698. 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. 1.3. MEASUREMENT AND PAYMENT All driveways and pavement shall be measured and paid for by the square yard. Such price shall include all costs for removal and replacement. PART 2 -MATERIALS A. Materials for Hot Mix Asphaltic Concrete Pavement shall be in accordance with as defined in Item 340 (Hot Mix Asphaltic Concrete Pavement) Type "A" and Type "D" of the 1995 Standard ~necifications for Construction of HigjLvs Streets and Brides, as adopted by the Texas Department of Transportation. _ B. Flexible Base,~Gravel Drivewavsl The base for gravel driveways shall consist of Type "A", flexible base provided and constructed in r accordance with Item 247, "Flexible Base", of the 1995 Standard Specificat~nns fn_r Cnnstnirtinn of Higj~wav~s, 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 Hot Mix Asphaltic Concrete Pavement shall be r on the project and shall be approved by the Engineer as to condition before the Contractor shall be permitted 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 from the nearest point of contact. The maximum ordinate measured from the face of the straightedge shall not exceed 1/4 inch at any point. Any point in the pavement surface not meeting these requirements shall 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 chainlink, barbed wire and hog wire fencing associated with the construction of this project. '- 1.2. MEASUREMENT AND PAYMENT The existing fence removal and replacement shall be measured by the lineaz foot and will be paid for at the Total Unit Price shown in the bid proposal for the specified item. PART 2 -MATERIALS 2.1. CHAIN LINK FENCING The base metal of the fabric shall be a good commercial quality of steel wire. The wire shall be woven throughout in the form of approximately uniform squaze mesh, having pazallel sides and horizontal and vertical diagonals. The top and bottom shall be knuckled. The entire fabric shall be zinc coated in _ accordance with ASTM Designation A 392. Posts and rails may be rolled, formed or tubular in cross section and shall be in accordance with strength requirements of ASTM Designation F 669.. 2.2 BARBED WIRE AND HOG WIRE FENCING Fencing materials and posts shall be at least as good or better than existing fence. All wood posts to be relatively free of warps and knots. No damaged or repaired materials shall be allowed in the finished ,._ product. _ PART 3 -EXECUTION Fencing is to be removed as required for constructions. 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. END OF SECTION 02615-1 12/91 SECTION 03301 CONCRETE ENCASEMENT A_Ni~ CA_P PART 1 -GENERAL 1.1. DESCRIPTION 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 Highway., Streets, and Bridggti, 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 conformance 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 PART 1 -GENERAL 1.1. 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. MFASLiRFMENT 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 ga9lons 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 AAlT) FTTTTNC;S 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: 1 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-bearing 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 of clean pipe is laid and just prior to the laying of the succeeding joint a measured amount of I-iTH 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 a O O N W 0 ..... ~ a H W E., H a .~. ~,7y a Q W G7 ... W ..._. W a Q 3 ._.. Q Q V1 ^ ~D ~O M O~ ~O N n M N O~ N N .-. M ~ ~D l~ ~A N O ... i ~ i ~ ~ i ~ O O O O O ^-~ N M ~D O~ N ~ ~ ~ ~ ~ ~ N O ONO ~ MV N O ~ ~O N ~ j v ~ 00 et , ~ O O O O O ~- N N v'1 00 ,' ~' ~ ~ ~ N N N N ~ M ~ e O ~ N r N ~ M ~ ~ ~ O N h N a V y ~ O O C C C N ~ t~ .O N ~ ~ N N N ^" ~ ~ M h ~O 00 ' ^ N O CT a0 [~ ~ ~ O M b ~ ~ ~ ~ O N O M O ~ O 1 V O ^ l~ ^~ M N v1 ~ DD ~O ~--~ O~ ,^ M ~ ~ N N D ~" ~ ~ M ~ ~ O ~ ~ N N N M M ~ ~ ~ O N C O O N O O ~--~ N O 'ct ~O ao O N ~t ~O oo N ~,+ O~ t~ r ~O V1 O~ '~1 00 t~ V1 ~ N t~ O~ 'cf 00 N V'1 O ~ CO ~„~ N O ~-+ N M ~ a0 M ~ h t+1 O~ ~ ~ C O O O O O ^ ~--~ M vi t~ 00 C N ~ ~D t~ ~„~ O ~ ~ N ~ ~ ~ ~ N n N N ~D . . N M M ~ v 1 O V 1 „ ,n ~ O O O O O O ~--~ M ~ ~C ~ p~ O N M h ,,,i Z ~ M O v1 N et ~O l~ v1 N O~ 00 v1 N N ~ ~ C O O ~-° N N M ~O O~ N v1 00 O M ~D O~ ~ O~ ^r M O O O O O O O N c+i U1 ~O l~ 00 O N O C N ~ v1 O ~A of ^ ~O N e~ ~O 00 O~ N ^ ~ ~ v1 -~ t~ N N [~ N O O ~--~ O ~--~ O N O N O h O n O O ^ O N O M O tt O vi ~D ^ t~ ^ 00 O~ ~ O ~ a ' a v1 OO M n M ~ V't O V1 O v1 O~ V1 O~ V'1 O N O O O ^ ^ N eT ~O 00 t~ h er N O O~ t~ ~O Vl ~O N O O O O C C O O ^ N M ~ v1 vi ~O t~ 00 C M 00 N V1 O 00 00 ~O N O ~O N O~ v1 N 00 V1 ~O~ O O O ^ ^-~ N M to t~ Y1 M O 00 V1 t+1 ~- 00 ~O ~A ...~ C C C O O O C O ^ N M M ~ vi ~L ~O l~ O M l~ O ~ n M ^ OO ~O ~' --~ O 00 ~O ~ N O~ O ~ O O ~--~ ~-^ M Yl ~O c+1 O t~ ~ O ~ ~ n h C C C O O C C O ^ N N M et ~' h ~O ~O C M ~O Cr N v1 O V1 O~ O~ 00 00 ~ t~ ~O ~O V1 ~1 ~ ~ O O O ^ ~--~ M !r v1 ~--~ t~ M C~ V'f ^ t'~ M CT Q ~ O C O O C O O O ^ ^ N N t+i ~ ~ ~n v'f C N h 00 O M V'1 00 ^ N N ~ h ~O I~ 00 O~ O~ l~ N O O O ^ ^ N M U1 O V1 O V'f O V'1 O ~l O !r! ...i 0 0 0 0 0 0 0 0 ^ ^ N N M M ~ et v1 O N ~/1 n 00 O N M V1 [~ O M V'1 t~ O N ~/1 .~r O O O O O ^ N M ~ 00 N t~ ^ ~1 O+ ~; 00 N !~ .., O O O O O O O O O ^ ^ N N N M M ~ O M h l~ 00 t~ V1 M 00 N ~O O d' 00 ~O O ~A ap O O O O O ^ N M ~O O M t~ O M l~ O ~t N O O O O O O O O O ^-~ N N N M M C s ^ V1 O ~ O ~ O v1 O O O O O O O O O O y C ~ ^ N N v1 t~ O N M C h ~ ~ 000 ~ .c. ... + ~ ~ , C. w a; ~ ~?- O °~ w II p- o ~ yr +- O O .0. ~ i-.~ Q N V S II II II ,b4 ~ ~ a ~ M N O h ~ " N ai •y V1 V °' a . ~ N ~ a RS O ~ '~ C • N iG ~ ~ ~ c~ U ~ ¢ ,aU a ° ~ '° L 7 o N ~ ~ A M ~ •~ y ~ ~ ~ ~ y ~G ~ V e II ~ C c ~ ~ ~ ~ t~ ..,. , ~ ai O .~ 0 . _ ~ O , , ~ ~ ~" c~ II A e o v~ ~ ~ = N O O .-. ~ C7 td 3 "" CL .. ~ ~ ~, U u v U ~ ~ ¢ V CL~ v~ eyd ~ ~ r~ ~ ~ ~ i ~ !C N ~ , ~ F., 3 O ~ .? Q .~ N O+ SECTION 15060 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, jointing, 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. 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 r 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, jointing, 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 Fittines The installation of cast or ductile iron fittings shall be included in the appropriate items in the Bid Schedule. When reinforced concrete fittings are used, measurement shall be per Iinear 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 submitted 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 submitted to the Engineer prior to the final approval of the shop drawings. 1.3. RELATED WORK DESCRIBED ELSEWHERE --- Trenchin Embedment And Backfillm Section 02200 S, g ................................................. 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 ('~F.NF_~Ai .. 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 anon-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 DIlVIENSIONS Nominal Outside Minimum Wal l Thickness (Inch) Size (Inch) Diameter (Inch) Class 200 (SDR 14) Class 150 (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 D1784. 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. 1`1Q 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 CONCR_F.TE 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 280 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 ._ part 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 cen-ent 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 cement 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 C105. 15060-3 10/93 2.s. LIZi~~ _~ All cast iron pipe, ductile iron pipe, and fittings 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 C111) specifications. Flanged 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 flanged, mechanical, or restrained joints shall be of non-corrosive material. 2.7. FITTINGS AWWA C110 shall be the standard for all water main fittings. Fittings used for service, fire hydrant, or fire line installations shall be mechanical joint, flanged, or other approved restraining type joints or as ` directed by the Engineer. Short body or light weight ductile iron fittings SHALL NOT be permitted. 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. AL.IC*NMENT 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. 15060-4 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. 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 J._ 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 r 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. 3.11. JOINTING No lead or cement joint material shall be permitted. Jointing of pipe shall be with a self sealing gasket of material meeting the requirements of AWWA 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 VAC TiTM RF.i,F.ACF. VAL PART 1 -GENERAL 1.1. DESCRIPTION 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 DESC TB .D .T.RF.WNRRF. - GATE VALVES AND BUTTERFLY VALVES ................................ SECTION 15101 PART 2 -PRODUCTS AND MATERIALS 2.1. AIR AND VACLTT_TM RF.L.EA~ . V A .VF,S _, Combination air and vacuum release valves shall be APCO, Model 151 C, 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 VAi.VE ASSEMBLY r 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 flanged gate valve and manhole will be included in the total unit price. All fittings, concrete pipe, nipples, etc., as shown on - the typical blow-off valve assembly shall be part of this item. 1.3. RELATED WORK DESCRIBED EL.SEWHERF GATE VALVES ........................................................................................... SECTION 1510I PART 2 -PRODUCTS AND MATERIALS -- 2.1. GATE VALVES 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 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. RFL.ATED WO K DE C1~TB .D .. R WATER PIPE AND FITTINGS .............................................................. SECTION 15060 PART 2 -PRODUCTS 2.1. GATE VAL VES 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 squaze 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 collaz 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 squaze inch, and a minimum yield strength of 30,000 pounds per squaze 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 squaze inch. 15101-1 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 left (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, pazallel 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. "' 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 standazds. 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 15101-2 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 ND 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 i 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 Cadium 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 cast 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 4192 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 integrally cast hubs for shaft beazings. 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 Standazd 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 clamping 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 Standazd 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 ahernative, 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 bearings shall be of the sleeve type self lubricated material that will not have a harmful effect on rubber. An adjustable 2-way thrust bearing shall be provided to keep disc centered, regardless of valve 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 i 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 tlae worm-gear or traveling nut type, having permanently 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 shaft of operator will not be permitted. Operator shall be designed for duect 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 finished 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 thiclmess for the manhole risers shall be as listed under Wall "B" in the "Class Tables" of ASTM C76 for Class III 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 shalt be mortared 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 Stens Manhole steps shall not be provided. D. Construction Concrete and reinforcing steel for the manhole base shall be in accordance with the details shown in the plans. The bottom section of precast 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 Y. be vibrated or hand-rodded against the pipe section so as to achieve a tight continuous seal against infiltration or exfiltration. __ The manhole riser shall be set in a vertical, plumb 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. END OF SECTION 15101-6 4/92 _ SECTION 15250 PART 1 -GENERAL 1.1 DESCRIPTION The work specified in this section includes furnishing all materials, equipment, labor and incidentals required to paint all exposed structural steel and other exposed ferrous metals as shown on the plans and as specified herein. 1.2 MEASUREMENT AND PAYMENT --- Painting shall not be paid for separately. Payment for painting shall be included in the lump sum bid item for constructing the aerial crossing as shown in the proposal. PART 2 -MATERIALS The materials hereinafter designated are as manufactured by Carboline, unless otherwise noted. ^. Approved materials of other manufactures that are equivalent in all respects to the brand named may be substituted. All coats of paint for any particular surface shall be from the same manufacturer and compatible. 2.2 SURFACE PREPARATION All metal surfaces to be painted shall be sound, clean and free of harmful scale, rust, dirt, oil, moisture or any other foreign matter that might, in any way, lessen the life or usefulness of the coating. Metal surfaces shall be smooth and free from blisters, rough corners, pits, dents or other imperfections before painting. Pits and dents shall be filed and the metal ground smooth where required. All other surface preparation shall be SSPC-SP-6 (commercial blast) or as recommended by the paint manufacturer for non-immersion service. Shop coated surfaces shall be thoroughly cleaned and touched up before the application of subsequent paint coats in the field. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. 2.3 PAINTS (A) CARBO ZINC 11 1 coat - (3 mil Dry film thickness) (B) CARBOLINE 890 1 coat - (5 mil Dry film thickness) (C) CARBOLINE 133 HB 1 coat - (4 mil Dry film thickness) .- Dry film thickness for each coat and for total film shall be within 20% of specification. 15250-1 2.3 pAINT~ (Continued) .- Contractor shall submit color charts to the Owner and the Engineer along with the shop drawings indicating the proposed manufacturer and paint system at least 10 days before any field painting is scheduled for the project. The Owner will make all color selections. Shop drawing submittal shall ^, include the following: • Descriptive literature fully describing each product and solids content by volume. • Manufacturer's recommendations for mixing, thinning, application and curing. • Manufacturer's material data safety sheets. • Certification that the materials to be applied aze in compliance with air pollution control '- requirements and state volatile organic contents in the form supplied and as normally applied. r 2.4 O .ITY A~ TR AN A. Submit documentation of the following minimum applicator qualifications: '- • At least five years commercial experience applying industrial grade coatings. • At least five successful projects of similaz scope and complexity. -- • List of references for completed projects. B. Contractor shall comply with all applicable codes, regulations, ordinances and laws regarding the use and application of volatile organic compounds (VOC). C. Contractor shall furnish and maintain at the project site the following fully calibrated testing and inspection devices available for use by Manufacturer or Owner's representatives. • Wet Mil Gauge • Micro Test Magnetic Dry Film Gauge with N.B.S. Calibration Shims • Holiday Wet Sponge Detector, such as Tinker-Razor. • Tooke Destructive Mil Gauge • Sling Psychrometer '~ PART 3 -EXECUTION 3.1 GF.NF.RAI. All painting at the site of the work is hereby defined as field painting and the Owner's representative shall determine where and when painting may be done. All surfaces to be painted shall have their '- readiness for painting approved by the Owner before work is started. Materials shall be delivered to the project site in original, factory sealed, unopened, new containers beazing the manufacturer's name with label intact and legible, with the name of material, Federal Specification number, stock number and date of manufacture, thinning and application instructions, color name and number and material safety data sheet. Store materials in a protected and well ventilated azea with the temperature between 40 and 90 degrees F, unless otherwise required by the manufacturer. 15250-2 3.1 rF.NF.RAi. (Continued) Painting found to be defective shall be removed and the surface repainted as directed by the Owner at the Contractor's expense. ..._ Before fmal acceptance of the project, any damaged painted surfaces shall be touched up or repainted, as directed by the Owner at the Contractors expense. ,... 3.2 APPLICATION REQUIREMENTS Paints and similar materials shall be mixed in vessels of adequate capacity. All paints shall be thoroughly stirred before being taken from the containers and shall be kept stirred while using. All ready mixed paints shall be applied exactly as received from the manufacturer without addition of any kind of a drier or thinner except in accordance with the manufacturer's instructions. No painting shall take place unless the atmospheric temperature is at least 35 degrees F and rising, or when the surface temperature is below the dew point, or when relative humidity is above 85%, unless approved by both the Owner's representative and the Paint Manufacturer. Painting shall also not proceed if the temperature is expected to fall below 32 degrees F before the paint has dried. All coats of paint shall be'allowed to dry thoroughly before application of succeeding coats. The final coat of paint shall have evidence of solids hiding and a smooth uniform appearance. ~~ 3.3 WARRANTY Contractor shall submit a three year written warranty. The warranty term shall begin on the date of final acceptance of the project. The warranty shall state that the labor and materials furnished are in conformance with the specifications and that any defects and work affected by defects which develop within the warranty period will be corrected immediately after written notice is received from the Owner. END OF SECTION 15250-3