Loading...
ST8402-CN 841023CONTRACT DOCUMENTS AND SPECIFICATIONS DENTON WATER TAP LINE FROM TO SANDY LAKE ROAD DENTON CREEK SET GINN, INC. CONSULTING ENGINEERS DALLAS, TEXAS PROJECT MANUAL INCLUDING CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DENTON TAP WATERLINE CII'Y OF COPPELL DALLAS COUNTY, TEXAS P=epo=ed By: Consulting Engtnee=s 26235 P=eston Rood Doll=s, Texos 752~8 TABLE OF CONTENTS COVER PAGE TABLE OF CONTENTS INDEX TO DRAWINGS ~jy]~_OI3__p_:_~j_DD_]~_~_NI;)__~TRACT REQUIREMENTS 00020 - ADVERTISEMENT FOR BIDS 00100 - INSTRUCTIONS TO BIDDERS 00110 - GENERAL INSTRUCTIONS FOR BONDS 00300 - PROPOSAL AND BID FORM 00~00 - BID BOND 00500 - GENERAL CONDITIONS OF AGREEMENT IGC-3 th=u GC-3~I 00510 - S1ANDARD FORM OF AGREEMENT (SF-1 th=u SF-21 00~00 - PERFORMANCE BOND IPB-1 th=u. PB-2! 00~30 - PAYMENT BOND IPB-3 th=u PB-~! 00630 - CERTIFICATE OF INSURANCE 00~50 - SPEC]AL CONDITIONS ISupplemento=y Conditionsl 07000 - STANDARD SPECIFICATIONS 0?500 - SPECIAL PROVISIONS O~y)~_]..=_~6~_B~QU]REMENTS 03010 - S~ARY OF WORK 01050 - FIELD ENGINEERING 01152 - APPLICATIONS FOR'PAYMENT 01310 - CONSTRUCT]ON SCHEDULES 013~0 - SHOP DRAWINGS, PRODUCT DATA & SAMPLES 01700 - CONTRACT CLOSEOUT 03720 - PROJECT RECORD DOCUMENTS 01750 - WARRANT]ES 'ii INDEX TO DRAWIN6S :1 2 3 5 6 '7 8 9 _D_E~GB]PT]ON COVER SHEET S]TE LOCATION STA. 20+00 TO 15+00 STA. 35+00 TO 20+00 STA. 20+00 TO 25+00 STA. 25+00 TO 30+00 STA. 30+00 TO 35+00 STA. 35+00 TO ~0+00 STA. 40+00 TO 45+00 STA. 45+00 TO 48+50 N]SCELLANEOUS WATER DETAILS iii ~!~_01~1__~.- ADVERTISEMENT FOR ~)~ Sea]ed p=oposa]s add=essed to the C]TY OF COPPELL, Texas fo= DENTON TAP WATERLINE wi]] be =ecetved at the City of Coppe]! City Hail, 616 South Coppe]] Road, (P.O. Box ~78) until 10:00 a.m., Thu=sday, SEPTEMBER 20, 198~ and then pub]lc]y opened and =ead aloud. The Inst=uctions to Bidde=s, P=oposa] Fo=ms, Fo=ms of Cant=oct, Plans, Specifications and Fo=ms of Bid Bond, Pa=fo=monte and Payment Bond, and othe= cant=act documents may be examined at the following: Ginn, ]nc., Consulting Engtnee=s 36135 P=eston Road, Suite 332 Dallas, Texas 752~8 (23~l 386-6631 Copies may be obtained at the office of Ginn, ]nc. fo: a payment of $50.00 pe~ set, NON-REFUNDABLE. The Owne= =ese=vas the =ight to waive any info=maltties o= to =e)ect any o= o]] bids. Each bJdde= must deposit with his bid, o secu=ity in the amount, fo=m and sub)act to the conditions p=ovtded in the Instructions to Btdde=s. PRINCIPAL ITEMS OF WORK INCLUDED IN THIS PROJECT ARE: Installation of a wate= main consisting of app=oximote]y 2680' of 36" ductile i=on, 3200' of 8" PVC, & 235' of 4" PVC wote= pipe with 33 fi=e hyd=ants and appu=tenances. C]TY OF COPPELL Dote IPLANS ARE AVA]LABLEI - PART 1: GENERAL ~:~_OENEB&L Ao Defined Terms: Terms used in these Instructions to Bidders which are in the Gene=o] Conditions of the Construction Cant=oct, hove the meanings assigned to them in the General Conditions. Owner: Nhe=eve= the word "ONNER" is used in the specifications and Cant=oct Documents, it shall be unde=stood as =efe==ing to the Q~y_gf CoDpE~J Coppe]], Texas. Engineer= Nhe=eve= the word "ENG]NEER" is used in the specifications and Cant=act Documents, it sha]] be understood as =ere=ring to ~DD~__~D~=J 16135 P=eston Road, Suite 112~ Dallas, Texas 752~B~ phone {21~1 386-6611. Inspector= The authorized representative of the Engineer, assigned to supervise and inspect any pa=ts of the work and the materials to be used therein. Bidder: An individual, firm o= co=po=arian o= any combination the=eof, submitting a proposal. Cant=acta=: The individual, firm o= corporation o= any combination the=eof, pasty of the second pa=t, with which the cant=act is made by the City of Coppel], Texas. Superintendent: The representative of the Cant=acta= autho=ized to =eceive and fulfill tnst=ucttons from the Engineer and who shall supervise and di=ect the const=uction. Documents: Complete sets of the Bidding Documents may be obtained from the Engineer upon receipt of the required payment as stated in the Advertisement for Bids. The payment is non-=efundab]e. No Bidding Documents will be issued late= than two {21 days prior to the date fo= receipt of bids. No po=rial sets of plans, proposal fo=ms, o= specifications wil] be issued. If requested, Bidding Documents wi]] be mai]ed upon receipt of the required payment, plus a $5.00 hand]tng and shipping charge. Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner no= Engineer assume any =esponsibi]ity fo= es=ors o= misinterpretations resulting from the use of incomplete sets of Bidding Documents. Sec. 00500 Ce Do Otsc=epancies: Should a Btdde= find any dtsc=epancy, ambiguity, inconsistency, emro= o= omission f=om the d=awtngs, specifications or p=o~ect manual o= of the site and local conditions, o= be in doubt as to meaning, it is =aquas=ed that the Btdde= p=ompt]y notify the Engines= who then wi]] send a wait=eh tnte=pretotion to all known ho]dams of the documents. Net=he= the C)~ne= nor the Engineer will be =esponstble for any o=a] ins=auctions. Addenda: Any addenda to the drawings, specifications, p=o~ect manual issued before o= during the time of bidding shall be included tn the p=oposa! and become part of the cant=act. Addenda will be mai]ed o= de]tvs=ed to all Bidders receiving a complete set of Bidding Documents. No Addenda will be issued later than four (~} days priam to the date fo= =ecetpt of bids except an Addendum, if necessary, postponing the date for receipt of bids withd=awtng the =equest fo= bids. Each Bidde= shall acknowledge on bid p=oposa] that he has =ecetved all Addenda issued. Substitutions: The materials, products and equipment desc=ibed in the specifications and/o= shown on the d=awtngs establish a standa=d o= required functton~ dimension, appearance and quality as =equt=ed by the Engines=. NO SUBSTITUTIONS WILL BE CONSIDERED DURING BIDDING. BIDDING Method of Bidding: The p=oposa] p=ovtdes fo= quotation of a p=ice, o= p=ices, fo= one o= more bid items, which may be lump sum bid prices, alternate bid p=tces, o= o combination thereof'. No payment will be made for items not set up on the p=oposa], unless otherwise provided by cant=act amendment. All Bidders a=e cautioned that they should include in the prices quoted for the various bid items all necessa=y allowances fo= the pe=fo=mance of all wo=k =equired for the satisfactory completion of the p=o~ect. Single bids =eceived on gene=o] contEact will include gene=al and mechanical cons=auction. Subcontracts= The bidder is specifically advised that any ps=son, fi=m o= othe= party to whom it is. p=oposed to awa=d a subcont=act unde= this cant=act must be acceptable to the O~ne=. It is fu=ther =squired that the name of the mechanical and any other listed subcont=acto= be noted on the proposal fo=m in the blank space provided. Failu=e to list these wi]] be sufficient g=ounds to re~ect the p=oposa]. Sec. 00100 Bid Secu=tty shall be made payable to the City of Ooppel! in an amount of five pe=cent 1St! of the Btdde='s maximum Bid'p=tce and in the foam of ce=tilted o= bank check o~ a Bid Bond issued by o Su=ety Company holding a pc=mit f~om l'he State of lexas to act as su=ety. The Bid Security of the Successful Bidde= will be =etotned until such Btdde= has executed the Ag=eement and fu=ntshed the =equt=ed Contract Secu=tty, whe=eupon it will be =etu=ned~ if the Successful Btdde= fails to execute and deltve= the Ag=eement and fu=ntsh the =equt=ed Cant=act Secu=tty within fifteen (~5l days of the Notice of Awa=d, O~ne= may annul the Notice of and the Bid Secu=~ty of that Bidde= will be fo=letted. The Bid Secu=ity of any Btdde= whom Chine= believes to have a =easonable chance of =ecetving the awa=d may be =etatned by Owne= until the sixty-fi=st day afte= the Opening o= until a cant=act is awa=ded. Bid secu=ity of othe= Btdde=s will be =etu=ned within thi=ty {301days of the Bid Opening. A. To demonst=ate qualifications to pe=fo=m the No=k, each Bidde= must be p=epa=ed to submit within ftve days of Owne=/s =equest w=ttten evidence of the types set fo=th in the Supp]ementa=y Conditions, such os financial data, p=evious expe=tence and evidence of Btdde=/s qualification to do business in The State of Texas o= covenant to obtain such qualification p=io= to awa=d of the cant=act. Additionally, all Bidde=s shall be p=epa=ed to show that they a=e skilled, expe=ienced in, and have been =egula=ly engaged in the type of const=uction involved and that they have the necessa=y financial =esou=ces to finish the Nook in a p=ope= and sattsfacto=y manne= in the time specified. The Eng~nee= and O~ne= =ese=ye the =ight to =equ~=e documented evidence of the fo=egoing foam the Cant=acta= p=io= to awa=d of the cant=act. 1.5 ~~]_01~1_ OF ~_OI~I_~B~___D(~__U~_~NTS AND SITE A. Conditions of ~o=k: Each Bidde= must fully tnfo=m himself of. the conditions =e]attng to const=uctton of the p=o~ect and employment of labo= the=eon. Fatlu=e to do so will not =elteve a Successful Btdde= of his obligation to fu=ntsh ali mate=ial and labo= necessa=y to ca=ay out the p=ovisions of his cant=oct. ]nsofa= as possible, the Cant=acta= must employ methods o= means to cause no tnte=ruption of o= tnte=fe=ence with the wo=k of any othe= cant=acta=. Sec. 00~00 3 Examination of Site: All Bidders, including the general Contractor and subcontractors shall examine carefully the site of the Work to acquaint himself with working conditions and all difficulties that may be invo]ved therein, and sho]] examine corefu]ly all drawings, specifications and other Contract Documents to fomt)torize htmse]f with a]l of the requirements, terms and conditions thereof. Any information relating to the Work furnished by the Owner or others, or failure to make these examinations sha]] in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, Jf awarded o contract. A]so, fat]ute to visit the site wi]] in no way relieve the Successful Bidder from furnishing any materials or performing any work required to complete Work in accordance with drawings and pro~ect manual without additional cost to the Owner. Laws, Regulations, Permits and Taxes: The Bidder's attention is d~rected to the fact that oil opp]icoble state laws, municipal ordinances, rules and regulations of all authorities having )urtsdtctton over construction of the pro~ect shall apply to the contract throughout, and they shall be deemed to be included in the contract the same as though herein written out in full as a part of these documents. Contractor shol] secure, and include compensation for, in his proposal, oil permits and oil required taxes which ore levied by governing bodies and which ore assessable upon lobar and materials entering into this Work. Reference is made to the Supplementary Conditions for the identification of those reports of investigations and test of subsurface and latent phystca] conditions at the site or otherwise offecttng cost, progress or performance of the Work which hove been relied upon by Engineer in preparing the drawings and specifications. _C~_D~__~J~ make ~gDies of such .~Dg~__gyg~loble to any Bidder ~g~ljDg_~b~B~___yhese_~9~_g~_pot g~ntee~_os to ~D~g~ Documents. Before submitting his Bid each Bidder will, at his own__~D~ make such additional investigations and tests as the Bidder may deem necesso=y to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. On request, Owner will provide each Bidder a~cess to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. Sec. 00100 The lands upon which the Wo=k is to be pe=fo=med, mights-of-way fo= access the=eta and othe= lands designated fo= use by Cant=acta= tn pe=fo=mtng the Wo=k a=e identified in the Supplementa=y Conditions, Gene=o] Requt=ements o= D=awings. The quantities of wo=k o= mate=lois as set fo=th in the p=oposal foam o= on the p]ans a=e a ca]cu]oted app=oxtmatton and a=e fo= the pu=pose of compa=tng the Bids on a untfo=m basis. Payment will be made by the Owne= to the Cant=acta= only fo= the actua] quantities of wo=k pe=fo=med o= mote=lois fu=ntshed in acco=dance with the cant=oct. The quantity of wo=k to be done and mate=lois to be fu=nlshed may be thC=eased o= dec=eased as he=etnofte= p=ovtded. Obligation of Btdde=: At the time of opening of bids, each Bidde= wi]] be p=esumed to hove inspected the site and to hove mead and be tho=ough]y familia= with the d=owings, specifications and the p=o~ect manual, including ail addenda. 3he submission of Bid will constitute an tncont=ove=tible =ep=esentatton by the Bidde= that he has comp]ted with eve=y =equt=ement of this section, and that the Cant=act Documents a=e sufficient in scope and detail to indicate and convey unde=standing of all teams and conditions fo= pe=fo=monce of the Wo=k. A. Gene=a]= Bid P=oposa]s shall be based exactly on the documents as issued. No substitutions, =evtstons o= omissions foam the plans and/o= specifications wi]] be accepted unless autho=tzed in w=tttng by the Enginee=. The p=oposa] foam is attached he=eta; additional copies may be obtained foam the Engtnee=. Bid p=oposals must be completed in ink o= by typew=ite=. The Bid p=tce of each item on the foam must be stated in wa=ds and nume=ols; Jn case of o conflict, wa=ds will toke p=ecedence. The Bid p=oposa] must be signed with the full name of the Cant=acta= and his add=ess; if a pa=the=ship, by a membe= of the ft=m with the name and add=ess of each membe=; if a co=po=att'on, by an office= the=eof, the co=po=ate nome, and have a co=po=ate sea] affixed. Sec. OOlO0 5 Bo Fo:m: Make all proposals on forms provided and ft]l all applicable blank spaces without interlineation, alte:ation o: e:asure and must not contain :.capitulation of the Work to be done. No o:o1, telegraphic, or telephonic p:oposa)s will be considered. Any addenda issued du:Jng the bidding shall be noted on the proposa] fo:m. Submittal: Each Bidder shall submit his Bid completely and p:ope:ly on proposal fo:ms provided. Each Bid, ~bgg~ the "Specifications and Contract Documents", shall be enclosed in a separate sealed envelope, with the words "Bid fo:" fo]lowed by the pro,eat title and the Bidder's name and address, and accompanied by the Bid Security and other requt:ed documents. ]f the Bid is sent th:ough the mail o: other deltve:y system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face the:eof. Specifications and Contract Documents :eta:ned with the Bids. shall not be Teleg:aphtc Modifications: Any Bidder may modify his Bid by telegraphic communication at any time p:ovtded such communication is :ecetved by the Owner p:tor to the scheduled closing time. Nritten confirmation must be :eceived within two days from the closing time o: no consideration will be given the te]eg:aph modifications. Withd=awal: If, within twenty-four hou:s afte= Bids a:e opened, any Bidder files a duly signed written notice with O~ner and promptly the:.aft.: demonst:ates to the reasonable satisfaction of Owner that there was a mate:ia] and substantial mistake in the pr.pa:arian of his Bid, that Bidde: may withdraw his Bid and the Bid Security will be :eta:ned. Thereafter, that Bidder will be disqualified f:om fa:the: bidding on the Work. OF BIDS A. The City of Coppell, Texas Ih.rein coiled the "O~ner"l invites all Bids on the fo:m attached he:eta, all blanks of which must be app:op:iately filled in. Bids will be :ece~ved by the Owne: at ~0:00 A~__~b~gY~ SEPTEMBER ~ ~98~ in C~y_Ug~]~__6~6 South CgpP~__B~: ~P.O. Box ~78), and then at said location publicly opened and read aloud. The envelopes containing the Bids must be sea]ed, add:essed to the City of Coppell, and designated as "Bid for DENTON TAP NATERLINE." Be When Bids a:e opened publicly they will be =.ad aloud, and an abstract of the amounts of the base Bids and ma)or alternates (if any} will be made available after the opening of Bids on a bid tabulation sheet sent to all bidders. Sec. 00100 _~_..8__ _B_]O_S_ _T_O_.RENAIN OPEN All Bids shall remain open for ninety 190! days afte= the day of Bid Opening, but Owner may, in his sole disc=etion, release any Bid and return the Bid Security prior to that date. AWARD O~ne= reserves the right to re)ect any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive or conditional Bids. Discrepancies between words and figures will be =esolved in lava= of words. Dtsc=epanctes between the ~ndtcated sum of any column of ftgu=es add the co==ect sum the=eof will be resolved in lava= of the cor=ect sum. In evaluating Bids, O~ne= sha]l constde= the qualifications of the Bidde=s, whether or not the Bids comply with the presc=tbed =equt=ements, and alternates and unit p=ices if requested in the Bid forms. It is the Ch~ne='s intent to accept a]te=nates itl any are accepted) in the o=der in which they a=e listed in the Bid fo=m, but Owne= may accept them in any orde= o= combination. Ce Owne~ may conside= the qualifications and experience of subcontrocto=s and othe= persons and organizations Iincluding those who a=e to fu=nish the p=tnctpal items of material o= equipment) proposed fo= those portions of the Work as to which the identity of subcont=acto=s and othe= persons and o=gonizattons must be submitted as provided in the Supplementa=y Conditions. Ope=ating costs, maintenance conside~ations~ pe=fo=mance data and gua=antees of materials and equipment may also be conside=ed by Clone= may conduct such investigations as he deems necessogy to assist in the evaluation of any Bid and to establish the responsibility/ qualifications and financial ability of Bidde=s, p=oposed subcont=acto=s and other persons and organizations to do the Wo=k in acco=dance with the Contract Documents to Owne='s satisfaction within the p=escribed time. Owner rese=ves the =ight to reject the Bid of any Bidde= who does not pass any such evaluation to Owne='s satisfaction. If the cant=act is to be awarded it will be awa=ded to the lowest Bidder whose evaluation by Owne= indicated to the Owne= that the award will be in the best inte=ests of the p=o~ect. Sec. 00200 7 If the contract is to be awarded, Ch~ner will give the Successful Bidder o Notice of Award within ninety 190} days after the day of the Bid opening. After award of contract to Successful Bidder, the Contractor shall agree to begin work within ten (10} calendar days after the date of "Notice to Proceed" of the Owner and to fully complete the pro~ect within the stated number of consecutive calendar days thereafter as stipulated on the bid proposal and agreement between Owner and Contractor. .lo LiQuID6Z O_ __ J t _9 _E_oB__E6! UB _Zg_ Z B_ HTo CONTRACT In the event the Bidder's proposal is accepted, and he fails or refuses to enter into the contract and furnish the required Performance and Payment Bonds within fifteen 1251 days after he has received notice of the acceptance of his Bid, unless given a written extension of time by the O~ner, then the Bidder wi]! be considered as having abandoned his proposal and his Bid Security will be retained by the Owner as liquidated damages, ]T NON BEING AGREED that the specified sum of the Bid Security is a fair estimate of the amount of damages that the Owner will sustain in case the Bidder fails to enter into the contract and furnish the Performance and Payment Bonds within the time stated in the proposal. The number of days within which, or the dote by which, the Work is to be completed Ithe Contract Ttmel is set forth in the Bid Form and will be included in the Agreement. The Contract Time for this pro~ect is: ONE HUNDRED T~IENTY I 120 ! CALENDAR DAYS Extension of time of completion will be permissible in accordance with Section ~.02 of General Conditions of Agreement. Provisions for liquidated damages ore set forth in the Proposal. Liquidated damages for this pro~ect are: TWO HUNDRED FIFTY DOLLARS 152S0.00} PER CALENDAR DAY Sec. 00100 8 A. If the apparent Successful Bidder, and any other Bidder so =aquas=ed wi]! within seven {7} days after the day of the Bid Opening submit to the O~ner a list of al! the subcont=actors and other persons and organizations linc]udtng those who are to furnish the prtncipa! items of material and equtpmentl proposed for those portions of the Nork as to which such identification is so ~equtred. Such list sha]! be accompanied by an experience statement with pertinent info=motion as to similar pro,acts and other evidence of qualification for each such Subcontractor, person and o~gantza%ion if requested by the O~ner. If O~ner or Engineer after due investigation has reasonable ob~ection to any proposed Subcontractor, other person or organization, either may before giving the Notice of Award request the apparent Successful Bidder to submit an acceptable substitute without an increase to Bid price. If the apparent Successfu! Bidde= declines to make any such substitution, the Contract shall not be awarded to such Bidder, but his declining to make any such substitution wi]! not constitute g=ounds fo= sacrificing his Bid Security. Any Subcontractor, other person o= organization so listed and to whom Owner o= Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. B. ]n contracts where the Cant=act Price ts on the basis of Cost-of-the-Work P]us a Fee, the apparent Successful Btdder~ prior to the Notice of Awa=d, sba)] identify in writing to Owner those po==ions of the Work that such Bidder proposes to subcontract and after the Notice of Award may on)y subcontract other portions of the Work with Owner's written consent. C. No Contractor sha]] be required to amp]ay any Subcontractor, other person or organization against whom he has reasonable ob~ection. 1.1~ PERFORlUlANCE AND OTHER BONDS Security for Faithful Performance: Simultaneously with his delivery of the executed cont=act~ the Contractor shall furnish a surety bond or bonds os security for fatthfu! performance of this contract and for the payment of ail pa=sons performing labor on the project unde= the contract and furnish materials in connection with this contract. The surety on such bond or bonds shall be by a duly authorized surety company, satisfactory to the Owne=. Sec. 00100 When Owne= gives a Notice of Awa=d to the Successful Btdde=, it wil] be accompanied by at least six unsigned counte=pa=ts of the Ag=eement and all othe= Cant=act Documents. Within fifteen i151 days the:eafte~, Cant:acta: shall sign and delive~ at least six counterparts of the Agreement to Owne~ with all othe= Cant:oct Documents attached. Within ten IlOI days the:eafte:, Owne: wi]! delive~ all fully signed counte:pa:ts to Contractor. Enginee~ wil] identify those po:tions of the Contract Documents not ful]y signed by Owne: and Cant:acta= and such identification shall be binding on a]l pa=ties. ~E~g~g~-~9~: See Definition of Te:ms unde: Section 00650 of the Special Conditions fo: o p~o~ect desc:iption of the ]lairs of ¢onst:uction fo: wore: lines. END OF SECT]ON Sec. 00100 10 _S._Eg'r]ON 00' :10 - GENERAL INST_R_Ug._TI_OI~I__8__I_I_F_OI~___B__OIL',~__8 A= The su=ety on each bond must be a =esponstble su=ety company which is qualtfied to do bustness tn Texas and satisfactory to the The nome, including full Ch=tsttan nome, and =esidence of each tndtvtdua! party to the bond shall be inserted in the body thereof~ and each such pa=fy shall sign the bond with his usual signature on the line opposite the scroll sea], and if stgned tn Maine, Massachusetts o= New Hampshire, an adhesive sea] shall be affixed opposite the signature. If the princJpa]s ore pa=the=s, that= tndtvidua] names will appear in the body of the bond, wtth the recital that they are partners composing a firm, naming it, and all the members of the ft=m shall execute the bond as individuals. The signature of a witness shall appear in the appropriate place, attesting the s~gnature of each tndtvtdua] party to the bond. ]f the principal o= su=ety ~s o corpo=ation, the name of the state in which tnco=po=ated shall be inse=ted in the app=op=tate place ~n the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll o= adhesive seal shall appear following the co=porote name. The official character and authority of the pa=son persons executing the bond fo= the principal, if a corporation, sha]l be certified by the secretary assistant secEeta=y according to the form attached he=eta. In lieu of such certificate, =eco=ds of the co=po=orion os will show the officio] cho=octe= authority of the office= signing, duly certified by the sec=etary or assistant sec=eta=y, under the corporate seal, to be t=ue copies. G= The date of thts bond must not be prior to the date of the contract tn connection with which it ts gtven. H= Amounts of bonds shall be as set fo=th tn Paragraph 3.30 of the Gene=o] Condition. Sec. 00110 1 TO: DENTON TAP WATERLINE COPPELL, TEXAS C]TY OF COPPELL Ihereinafter called "OtdNER"! P. O. BOX 616 S. COPPELL ROAD COPPELL, TEXAS Gentiemen: The BIDDER, in compliance with your invitation for bids for the above referenced pro)act, having, examined the plans and specifications with re)ated documents and the site of the proposed wa=k, and being famt]iar with all of the conditions surrounding the construction of the proposed pro)ecS tnc]udtng the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the pro)ecS in acco=dance with the Contract Documents, of which this proposal is o past. The undersigned, as BIDDER, declares that the only pa=son or parties interested Jn this proposal as principals are those named herein, that this proposal is made without collusion with any other person, fiz~n or co=potation! that he has carefully examinqd the form of contract, Notice to Bidders, Specifications, and the Plans he=sin ~efe==ed to and has carefully examined the locations, conditions and classes of materials called fo~ in the Contcact and Specifications in the manner p~escribed and acco=ding to the requirements of the O~ne= as he~ein set forth. ]t is understood that the fo]lowing*quantities of work to be done at unit prices are approximate only, and are intended principally to se=va as a guide in evaluating bids. Payments fo= such items will be made on the basis of the actual quantity incorporated in the work. It is further agreed that the quantities of work to be done at unit prices and material to be furnished may be increased diminished as may be considered necessary to complete the fully as planned and contemplated, and that all quantities of work whether increased o= dec~eased aye to be pa=fo=mad at the unit prices set forth below, except as provided fo= in the Specifications. ]t is further agreed that lump sum prices may be increased to cover additional work ordered by the OtdNER, but not shown on the Plans or required by the Specifications, in acco=dance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so Sec. 00300 1 BIDOER hereby agrees to commence wo=k under this contract on or before a date to be specified tn written "Notice to Proceed" by the Ob/NER and to fully complete the pro~ect within 220 consecutive calends= days the=carter os stipulated in the Specifications. BIDDER fu=ther ag=ecs to pay os liquidated damages, the sum of $250.00 fo= each consecutive calendar day the=aorta= os he=etnofter p=ovtded in Parag=aph 2.~, E of the Specfo! Conditions. Accompanying this p=oposa! Is a Ce=tilted or Cashier's Check payable to the City of Coppe]l ibrd Bond} in the amount of ~-~-~-~ercent 15~1 of the greatest amount bid. BIDDER acknowledges receipt of the following addendum: (]f non-issued, indicate NYA) ADDENDA DAT E_ _~2_/_~_?~ ADDENDA ff ................. DATE .............. ADDENDA ti ................... DATE ............... ADDENDA ~ ................. DATE SUBCONTRACTORS: BIDDER shall list be]ow p=~nc~pa! subcontractors proposed for use on this p=o~ect: BIDDER ag=ees %o perform all the ~o:k desc:Jbed in the Specifications os shown on the Plans fo= the following unit pgJces: IAmounts oze to be shown in both wa=ds and figures. ]n case of discrepancy, the amount shown in wa=ds will gave=rt.) Sec. 00300 2 ADDENDUM NO. 1 PROJECT: DENTON TAP WATERLINE DATE ISSUED: SEPTEMBER 13, 1984 OWNER: CITY OF COPPELL BID DATE: SEPTEMBER 20, 1984 ISSUED BY: GINN, INC. CONSULTING ENGINEERS THE PROPOSED CONTRACT DRAWINGS AND/OR SPECIFICATIONS FOR THE ABOVE REFERENCED PROJECT ARE MODIFIED AS FOLLOWS: Pay Item 500: The 36" CMP encasing has been omitted and replaced with a min. 26" inside diameter steel casing pipe, 0.375 inches thick, 35,000 psi minimum yield strength (H20 loading), coated with a minimum 1 mil. bituminous coating (Spec. AWWA C-203). The length of casing is un- changed. Pay Item 501: The 16" Ductile Iron casing pipe has been omitted and replaced with a min. 16" inside diameter steel casing pipe, 0.250 inches thick, 35000 psi minimum yield strength (H20 loading), coated with a minimum 1 mil. bituminous coating (Spec· AWWA C-203). The length of cas- ing is unchanged. On the drawings, all references to ductile iron encasement pipe shall be changed to steel encasement pipe and conform to the specifications outlined above. Ail other details remain unchanged. BIDDER SHALL ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 ON SPACES PROVIDED ON PROPOSAL FORM, SHEET 00300-2. END OF ADDENDUM NO. 1 GINN, INC. date: September 13~ 1984 ! i I i ! I i ! I ! i I I i i ! ! I o BID FORM .- 'oN TAP I~ATERL[NE LOCATION*. COPPELL, TEXAS ITEM APPROX. UNIT UNIT UNIT PRICE WRITTEN PRICE ITEM DESCRIPTION NO GUANTITY PRICE 100 (CL~) c.i.P. 2680 L~ ~.~ 8" PVC; OR 1~ (Ct200) 4"P~C, DRt4 (CL~O0) w/ its. c.i.P. 2~5 LF Fire hydrant ~/ 6" valv ~ 'Z/~ff~d ~/ff~-- valve box & 6" lead, /~.00 ~ff~O ~/~f~ bOZa4A~ /~00 16" butterfly valves 300 600 (25~ psi) 26 IR Road Bore-Parkeay Blvd. dta~. C.H.P. encasing 75 LF ~d~ ! I ! I I I I ! I BID FORM PROJECT: ~'ON TAP ~ATERI,[NE LOCATION~ COPPELL TEXAS ITEM DESCRIPTION APPROX. UNIT ITEM NO QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE Road Bore-Denton Tap Rd. c.i.p.- ,n,=~.,.,d~.,g ~," ~..'?.oo £/~,,~.~.~ ~-.~ 501 D.I. (CLS1) encasing pile 110 LF The above unit prices mhal! include al! labor, mate=ia]s, bailing, sho~tng, =emoval, overhead, p=ofit, insu=ance, etc., to cove= the finished wo~k of the seve~a! kinds called fo~. BIDOER understands that the C)b~IER reserves the ~ight to :eject any o~ all bids and to waive any informalities in the bidding. ]n the event the Ob~ER elects to withdraw one o~ more of the deductive alternates, constde=ation will be in the following None The 'BIDDER ag=ees that this bid sha]! be good and may not be withd=awn fo= a pe:iod of ninety {90~ calenda= days afte= the scheduled closing time fo= =eceiving bids. and bond a:e not executed within liquidated damages fo= the delay ONNER caused thereby. Upon :ecetpt of written notice of the acceptance of this bid, BIDDER will execute the formal cant:act attached within ten 130l days and delive= a Su=ety Bond o= Bonds as requi=ed by the Gene=a] Conditions. The Bid Secu=ity attached in the sum of ~-~-~;~;~;-~;-~;~[~--;~-[~;'0~ in the event the cant=act the time above set fo~th, os and additional expense to the Respectfully submitted, (Fl=mi Title: ........ {SEAL-if bid is by a corpo=ation! I Business Address I _ ............ ITelephone Numberl E~I3 OF PROPOSAL Sec. 00300 5 NOR'Z'tiWP. 'r bN NATXONAL INSURANCE (X)MPANY Oi~ ~WA~ WIB~ON~Hq 1221 RIVER BEND DRIVE, P.O. BOX 47480 / DALLAS, TEXAS 75247 / PHONE (214) 634.1900 BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, thotwe C. R. Shaw ~ Son Construction Company, Fort Worth, Texas as Principal, hereinafter called the Principal, and Northwestern National 'Insurance Company of Milwaukee, Wisconsin a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto City o£ Coppe! 1, Texas as Obligae, hereinafter called the Obligae, in the sum of Five Percent o£ the Greatest Amount Bid ...... Dollars ($ 5% GAB ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the Principal has submitted a bid for Denton Tap Water Line. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligae in accordance with the terms of such. bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surew for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligae the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligae may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 20th day of September 1984- (Witness) C, R, SHAW § SON CONSTRUCTION COMPANY NORTHWEETERN NATIONAL INSURANCE COMPANY OF MILWAUKEE, WISCONSIN (Seal) (SureW) Michele Degnon, Attome~,~-F~'t- (Seal) · -~nd to bi~:~THWESTERN NATIONAL INS~C~:~MpANY OF MtLw~U~E;;:~I~ONSiN t~eby and,~.'ef the acts of sai:~::'AffOrneys-in-FaC~; ::~ '~bese prints. are ~atlfi~ and ~t~[~ Thi~ ~:ht~nt S:ma~ U~ anal'by ~u~r~Y of ~ fetlowing Provisions ef'{~ By-~S ~ the c~n??~ are .......... THIS DoCuMENT IS PRINTED WITH A COLORED BACKGROUND ' ": ' ::': ':': ":" ':' ....... 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 8, 1954 Revised April 21, 1960 Revised October 7, 1971 Approved as to Legal Form by Legal Counsel STATE or TEXAS COUNTY or THIS AGEEEMENT, made and entered into this A. D. 19 ~,, by and between CITY OF COPPELL, TEXAS day Of ~) ~ of the County of. DALLAS and State of Texas, acting through .thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and C.R, SHAW & SON CONSTRUCTION COMPANY of the City of FT. WORTH , County of q'ARRANT and State of TF.×AS , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements herein- after 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 said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: install Denton Tap Waterline Project 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 the 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 .... GINN, INC., DAT.T.AS, TEXAS herein entitled the ENGINEER. each .f which has been identified by the CONTRACTOR and the EN(;INEER. t.gether with the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Perf. rmance and I'ayme,~t Bo.ds heret, attached; all of which are made a part here.f and c.llectively evidence ami coustitute the entirt, contract. The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been ~iven to him, and to substantially complete the same calendar days within I20 ~ days after the date of the 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 a part of this contract, such payments to be subject to the General and Special Conditions 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 COPPELL n ~ C.R. SHAW g SON CONSTRUCTION CO. Bond No. NSC 300167 I~ERFORMANCE BOND STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: That C, R, Shaw § Son Construction Company · of the City of Fort 1~orth, Texas County of Tarrant , and State of Texas , as principal, and Northwestern National Insurance Company of Milwaukee, Wisconsin authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City o£ Coppe11, Texas (Owner), in the penal sum of One Hundred Thirty Thousand Two Hundred Eightl~ollars ($ 130,z80.00 ..) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and A~.clgns, jointly and severally, by these presents: WHEREAS. the Principal has entered into a dated the ~ .day of install the Denton Tap ~aterline Project certain written contract with the Owner, , '' ..... 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 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 (Article 5160 for Public Work) (Article 5472d 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 ~tid Article 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, speci- fications, or drawings accompanying the same, shall in anyway affect its obligation on this *Not applicable for federal work. See "the Miller Act," 40 U.S.C. S270. PB-1 PAYMENT BOND STATE OF TEXAS coum',z OF KNOW ALL MEN BY THESE PRESENTS: That C. R. Shaw i Son Construction Company of the City of Fort Worth, Texas , County of Tarrant , and State of. Texas , as principal, and Northwestern National Insurance Company of Milwaukee, Wisconsin authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Coppell~ Texas (Owner), in the penal sum of One Hundred Thirty Thousand Two Nundred/Eig~)~ ($130,280.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, adminis- trators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into dated the -~-~ day of ~'f~ install the Denton Tap Waterline Project a certain written contract with the Owner, 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 Princ;pal shall pay ali 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 Article 5160 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 Article 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 accompanyi~,g th. same, shall in anywise affect its obliiration on this .... tion the ::~:i::.:'::.'~ >: signature ,::ii?~r ~:,,~d its co~::,seal ~:.;~ .~.::~-:. ,.,:/.,- .:.::'.::: ~ . · ~:. ....: .g:.: ...... i NAME AND ADDRESS OF AGENCY '~ ?';:'~C~?~$1'~ L%~'g'~::? -- Best Insurance Agency of FID Worth COMPANIES AFFORDING COVERAGES PoD. Box 8775 COMPANY A Sent~ Insurance Co. ~ Ft~ Worth, Tx 76112 ~" COMPANY B LETTER NAME mD ADDRESS ~ ,NSUaED C.R. Shaw & Paul Holliday dba C.Ro Shaw & Son Construction P.Oo Box 15127 Ft. Worth, Tx 76119 COMPANY C LE'I~ER COMPANY D LETTER COMPANY E LETTER ' i of insurance isted be ow have been ssued to the insured named above and are in f~ce at this time, Notwiths[ai~;n~ any requirem~ir-7 oTfh~ tc°oCn~rrtaict~ tohraotthl~e~%umen, wth respect to which this certi, cete may be issued or may perta n, the insurance afforded by the poi ties ~'e~r bed herr ions and nditions of such policies ~rm~, .~ ........................................ Limits of-~6i~¥y i" POi ICY · ~t~PAN'¥ PO[ ICY NUMBER LXPlI,[AI ION DAli:: GENERAL LIABILITY BODILY INJURY $ 500 I COMPRE.ENS,VE ~ORM A ~REM~SES--OPERAnONS 88--49134--03 6--30--85 .RORERTY DAM^GE S 100 EXPLOSION AND COLLAPSe. HAZARD --.. [] UNDERGROUND HAZARD [] PRODUCTS/COMPLETED OPERATIONS HAZARD BODILY INJURY AND ]CONTRACTUAL INSURANCE PROPERTY DAMAGE [] BROAD FORM PROPERTY COMBINED I DAMAGE ]INDEPENDENT CONTRACTORS ]PERSONAL INJURY PERSONAL INJU~Y BODILY INJURY AUTOMOBILE LIABILITY (EACH PERSON) $ 2-~0 [] COMPREHENSIVE FORM BODILY INJURY $ 500 (EACH ACCIDENT) A [] OWNED 88-49134-02 6-30-85 PROPERTY DAMAGE [] HIRED BODILY INJURY AND ~ NON-OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND [] UMB.ELLA ~O.M 88--49134--04 6--30--85 PROPERTY DAMAGE A [] OTHERTHAN UMBRELLA COMBINED FORM COMPENSATION WORKERS' STATUTORY A and 88-49134-01 6-30-85 ~"~""--""~'~_... ~.,~...~.~....._.. J $100,0 EMPLOYERS' LIABILITY .................. . OTHER ,, I LOC, i $ 000 ~'' CRIF~rlON OF oP£RATION$/LOCATION$/VEHICLES Denton Tap Water Line Cancellation: Should any of the above described policies be cancelled before the expiration date thereof the ~ssuing co," pany will endeavor to mail 10 days written notice to the below named certificate holder, but ~a,iu,e :o mail such notice shall impose no obligation or liability of any kind upon the company. INAME AND ADDRESS OF CERTIFICATE HOLDER: City of Coppell Coppell, Tx DATE ISSUE~ 10--12--84 SECT]ON 1.1 ]NDEX TO SPEC]AL CONDItiONS .......................... 1.2 1.3 1.z~ 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 1.1z~ 1.15 1.16 1.17 1.18 1.19 1.20 1.21 1.22 1.23 1. 1.25 GENERAL DEFIN]T]ON OF TERMS MODIFICATIONS OF GENERAL CONDITIONS OF AGREEMENT CONTRACT EXECUTION & ISSUANCE OF WORK ORDER STATE & CITY SALES TAX EX]STING STRUCTURES PROTECT]ON & RESTORATION OF PROPERTY REFERENCE SPECIF]CAT]ONS SUBSURFACE CONDIT]ONS SERVICE OF MANUFACTURER'S REPRESENTATIVE PLANS AND SPECIFICAT]ONS AVAILABILITY SUBCONTRACTORS CONTRACTOR'S RESPONSIBILITY FOR UTILITIES & SERVICES MANUFACTURER'S DIRECTIONS SANITARY FACILITIES GUARANTEE OF WORK FINAL INSPECT]ON PERMITS & LICENSES NOTICE OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES TESTING COORDINAtioN WlTH RAILROAD SUGGESTED SEQUENCE OF CONSTRUCTION NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL NOTES PAGE NO. 00650-1 00650-1 00650-1-6 00650-6 00650-6-7 00650-7 00650-7-8 00650-8 00650-8 00650-8 00650-9 00650-9 00650-9 00550-10 00650-10 00650-10 00650-10 00650-10 00650-10 00~50-11 00650-11 00650-11-12 00650-13 00650-33-15 ~_O~__~_- SPEC]AL CONDITIONS ~.2 GENERAL These Special Conditions supplement, modify, change, delete from and/or add to the Specifications and the "Genera] Conditions of Agreement" Where any Article of the Gene=al Conditions is modified or any Paragraph, subparagraph or Clause thereof is modified or deleted by these supplements, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. .3._._3___D_E_F_]_N_]_T_].ON OF TERI~S O~ner: Wherever the word "OWNER" ts used in the Specifications and the Contract Documents, it shall be understood as referring to the City of Coppe]l. Engineer= Wherever the word "ENGINEER" is used in the Specifications and the Contract Documents, tt shall be understood as referring to Ginn, ]nc.~ 16135 Preston Rd., Suite 11~, Dallas, Texas 7S2~8. Contractor: Wherever the word "CONTRACTOR" is used in the Specifications and the Contract Documents, it shall be understood as denoting the General Contractor signing this Contract. The following designated items of the Genera] Conditions Agreement are modified as follows: of Ae Paragraph ~.06 - Lines and Grades is deleted in its entirety and the following substituted therefore "The Engineer will identify bench marks and horizontal control points in close proximity to the Work. From these control points, the Contractor shall provide surveying necessary to control the Work and shall be responsible for the precise location of all facilities." "The Engineer may make checks as the Wo=k p=og=esses to verify ]~nes ~nd grodes established by the Contractor to determine the confo=mance of the completed work as it progresses with the requirements of the Contract Specifications and Drawings. Such checklng by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with the Contract Drawings and Specifications and the lines and grades given therein." Sec. 00650 Bo Pa~ag=aph 3.09 - P=otection Against Accident to Employees and the Public is modified by adding the fo]lowing: "Cont=acto='s attention is specifically dt=ected to Texas Occupational Safety Low." the "The Cant=acta= shall so conduct his ope=arians as to alfa: the least possible obst:uction and inconvenience to public t:afftc. Alta: the "Not,ce to P:oceed" is issued, the Cant:acta: shall notify the Enginee:, at the ea:liest possible date, of the sro:ting of hauling of mate:ia]s and any const:uction wo:k which might in any way inconvenience o= endange= t=afftc." "The Cant=acta: shall p=ovtde and maintain flagman at all points whe:e his ope:arians tnte:fe:e in any manne: with t=afftc flow. Flagmen shall be English speaking, cou:teous, well lnfo:med, physically and mentally able effectually to pe:fo=m thei= duties in safeguarding and di:ect~ng t=afftc and p=otecttng the Wa:k, and shall be neatly attt=ed and g=oomed at all times when on duty. Flagman, when di:ecttng t=afftc, shall use standa=d flagging p:ocedu:es set fo:th in the ~lnst:uctions to Flagmen' published by the Texas State Depa=tment of Highways and Public T=anspo=tatton." "The Cant=acta= shall p=ovtde, construct and maintain suitable barricades as shown on the Plans and e]sewhe:e when dt=ected by the Engineer. The Cont~acto: shall p=ovtde and maintain such standa:d ba==tcades os special ba==tcades, signs, lights and flags at points along the p:o)ect as may be necessa=y to p=otect the Wo:k and safegua=d all t=affic. All signs, ba==icades and wa=king a:ea layouts shall be p=ovtded and maintained in acco=dance with =equt=ements of Past VI of the Manual on Unifo=m T=offic Cant:al Devices, 'T=affic Cant=als for St=eat and Highway Const=uctton and Maintenance Ope:arians./ Signs and ba:=tcades to facilitate the flow of t=offtc will be the ~esponstbi]tty of the Cant=acta=. The use of sufficient ve=tica] panels with floshe=s in con)unction with necessa=y wa=ning signs and ba:=icades will be =equi=ed to di:ect t:afftc." "No dj=act payment will be made fo= the wo=k involved in ca::ytng out the public safety measu=es he=ein p=ovided, the cost the:eof being included tn the p:tces paid fo: the va=ious cant=act items of wo:k and no additional allowance will be made the=efo=e." Sec. OO&50 Paragraph 3.10 - Performance and modified as follows: Payment Bonds is Nith the execution and delivery of the Cant=act, the Contractor shall execute and furnish separate Performance and Payment Bonds on the forms provided as follows: Pe=fo=mance Bond: A Pe=formance Bond in the amount of one hund=ed pe=cent {100%! of the Contract price, or only increases 'o= deletions therefrom due to contract modifications, guaranteeing faithful performance of the work and fulfillment of the obligations of the Contract. The Performance Bond shall guarantee that the Contractor shall repair and/or replace any defects in the work arising from defective or inferior workmanship or materials used therein, for a period of one {$) year from date of final acceptance of the work by the Owner. Payment Bond: A Payment Bond in the amount of one bund=ed percent 1100%} of the Contract p=ice, or any increases o= deletions the=efrom due to contract modifications, guaranteeing payment to all pe=sons supplying labor and materials or furnishing equipment in the execution of the Contract. Performance and Payment bonds shall be from an approved surety company holding a pe=mit from The State of Texas to oct as surety or other surety or sureties acceptable to the Owner. Paragraph 3.18 - Insu=ance is modified by the addition of the following Cant=actor's and Subcontzactor's Public Liability, Vehicle Liability, and Property Damage Insu=ance: As =equired under Paragraph 3.$8 of the General Conditions, the Cant=actor's Pub]tc Liability Insurance and Vehicle Liability Insurance shall be an amount not less than $200,000.00 for in)uries, including accidental death, to any one pe=son, and sub)ect to the same ]imit for each person, in an amount not less than $500,000.00 on account of one accident~ and Damage Insurance in an amount not less than $~00,000.00 per accident and $200,000.00 aggregate. The Contractor shall either Ill require each of his subcontractors to procure and to maintain du=ing the life Sec. 00550 3 of his subcontract, Subcont=acto='s Public Liability and Property Damage of the type and in the same amounts as specified in the preceding pa=ag=apb, o= 12! insure the activities of his subcontractors in his own po]icy. Builder's Rtsk Insurance: The Contractor wlll maintain Builder's Risk Insurance Iftre and extended coveragel on a ]00% completed value basis on the insurable portions of the p=o~ect for the benefit of the O~ner, the Contractor, and all subcontractors, as their interests may appear. Section ~ - PROSECUTION AND PROGRESS is deleted in anti=et7 and the following substituted the=era=e: its TINE FOR COMPLETION AND LIQUIDATED DAMAGES TIME FOR COMPLETION: The time allotted for completion of all items of work for this pro~ect shall be ~p consecutive calendar days. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract~ and it is further mutually understood and agreed that the work embraced in this cant=act shall be commenced on a dote to be specified in the Notice to Proceed. 4.02 LIQUIDATED DAMAGES: ]f the said Contractor sha]! neglect, fail or refuse to complete the work within the time herein specified or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, os o port consideration for the awarding of this Contract, to pay to the Owner TWO HUNDRED FIFTY DOLLARS 15250.00} FOR EACH CALENDAR DAY, not os a penalty, but as liquidated damages for such b:each of contract as he:einafte: set fo:th, fo: each and every calendar day that the Contractor shall be in default after time stipulated in the Contract for completing the work. Sec. 00550 The said amount is fixed and agreed upon by and between the Contractor and O~ner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the C~ner would in such event sustain, and said amount shall be retained from time to time by the Owner from current periodical estimates. ]t is further agreed that time is of the essence of each and every portion of this Cant=act and of the Specifications wherein a definite and ce=tatn length of time is fixed for the performance of any act whatsoever~ and where under the Contract an additional time is allowed fo= the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. ~gy~ that the Contractor shall not be charged with liquidated damages or any excess cost when the Owner determines that the Cant=acta= is without fault and the Contractor's reasons for the time extension are acceptable to the Owner~ Provided ~urthe~ that the Contractor shall not be charged with liquidated damages o= any excess cost when the de]ay in completion of the is due: 'fo any preference, priority o= allocation order duly issued by the Gove=nment~ To unforeseeable cause beyond the cant=o] and without the fault o= negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owne=, acts of anothe= cant=acta= in the performance of a cant=oct with the Owner, fi=es, floods, epidemics, qua=anttne restrictions, strikes, freight embargoes, and severe weather: and Sec. 00650 5 To any delays of subcontracto=s suppliers occasioned by any of the causes specified in subsections Iai and (bi of this arttcle~ ~gy~.._Jurther, that the Cant=actor shall within ten IlO} days the beginning of such de]ay, un]ess the Owner shall grant a further period of time prior to the date of final settlement of the Contract, notify the Owner, tn writing, of the causes of the delay, who shall osce=tain the facts and extent of the delay and notify the Contracto= within a reasonable time of its decision in the matter. Paragraph 5.04 - Partial Payments, is deleted Jn its entirety and the following substituted therefore: "On or before the tenth of the month, the Contractor shall prepare and submit to the EngJneer for approval a statement showing as completely as practicable the total value of the work done by the Contractor up to the ]asr day of the previous month~ said statement sha]] also include the value of a]] sound mater~a]s de]tvered and stored on the ~ob site of the wo=k that o=e to be fob=icoted into the work. "The Owne= shall then pay the Contractor after the fourth i4thl Tuesday alta= receiving City Counci) Approvo]. The amount paid sho)l be the total amount less five 151 percent of the amount if toro] pro~ect estimated cost exceeds $~00,000 9~ ten I)OI pe=cent of the amount ~f the estimated pro~ect cost is ]ess than $400,000, which percent =etoined sho]l be he]d until fina] payment, and furthe= less oil previous payments and all furthe= sums that may be retained by the Owner under the terms of this agreement. "It ts vndemstood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fau)t or neg]ect on the po=t of the Cant=actor, the Owne~ may---upon written =ecommendat~on of the Engineer--- pay a reasonable and equitable po=tion of the =etaJned pe=centoge to the Cant=acta=, o= the Contractor at the Owne='s option, may be =elieved of the obligation to fully complete the work and, the=eupon, the Cant=actor shol] =eceJve payment of the bo)once due him under the Cant=oct sub~ect only to the conditions stated under 'Final Payment' " Sec. 00650 1.5 CONTRACT EXECUT]ON AND ]SSUANCE OF W_O_R_K_.O.R._D_E_R It is the intention of the Owner to notify the Successful Bidder in writing, within ninety 1901 days after receiving bids, of his acceptance of the Proposal. The Cant=acta= shall complete the execution of the required Bonds and Contract within ten IlOI days of such notice. Upon completion of the execution of the Cant=act Documents, the Owner wi]] issue a "Notice to Proceed with Construction." ~=~__~TE A_ND__~]TY A. The Cant=actor's attention is directed to Amendment No. ? to Section 60, Article ~0.01, Chapter ~0, Title Taxation-Gene=o] of the Revised Civil Statutes of Texas. This amendment provides that all ~tems used o= consumed by o cant=acta=, whether incorporated into the p=o~ect not, can be purchased free of State and City sales tax when the p=o~ect is being pa=fo=mad foe an exempt agency. Included are equipment rentals and other items which consumed by the cant=acta= but are not incorporated into the This cant=act is issued qualifies fo= exception Article ~0.0~ IF! of the Use Tax. by an organization which pursuant to the provisions of Texas Limited Sales, Excise and The cant=acta= pa=fo=ming this cant=act may purchase, rent o= ]ease all mate=ia]s, supplies, and equipment used o= co'nsumed in the performance of this cant=act by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling No. 95-0.07. Any such exemption certificate issued by the cant=acta= in lieu of the tax shall be sub~ect to the provisions of the State Comptroller's ruling No. ~5-0.0~ as amended to be effective October ~, 1~68. STRUCTURES The plans show the locations of all known surface and subsurface structures beiteved to be involved in this proposed construction. Howeve=~ the Owner assumes no =esponsibi]ity foe fai]u=e to show any o= o]] of these structures on the plans, o= to show them in their exact location. It is mutually agreed that such failure shal] not be considered sufficient basis foe claims foe additional compensation foe extra wa=k, unless the obstruction encountered is such os to necessitate changes in the lines o= grades, o= requires the building of specia] wa=k, provisions foe which are not made in the p]ans and specifications, in which case the provisions in the Gene=al Conditions of Agreement foe extra work sha]l apply. Sec. 006S0 7 p~]]ON ~ B~]_OI~_~]_O~I. OF PROPERTY The Cant=acta= shall be responsible fo= the preservation from in}u=y and damage, resulting directly o= indirectly from the execution of the work under his cant=act, of all public and private property adjacent to the work. He shall use every precaution to prevent the damage o= destruction of buildings, po]es/ trees, sh=ubbery and lawns. Also, underground structures such as wi=es, cables/ etc.~ within o= without the work oreo. He sba]) protect and carefully preserve oil officio] survey monuments, properties and section markers or other stmi]or markers until on authorized agent has w~tnessed or otherwise referenced their location and shall not remove them unti] directed. When or where dt=ect o= indirect damages or injury is done to public or private property by or on account of any oct, omission, neglect o= misconduct in the execution of the work o= in consequences of the nonexecutton of some on the port of the Cant=acta=, such property shall be restored at the Contractor's expense to o condition similar o: equal to that existing before such damage or injury was done, he shall make good such damage o: injury in an acceptable manner. In case of failure on the port of the Cant=acta= to :estate such property, o: make good such damage, or injury, the Engineer may upon twenty-four 124) hours written notice, proceed to repo~=, rebuild or otherwise restore such property os may be deemed necessary and the cost the=eof shol] be deducted from any moneys due the Cant=actor under the Cant=act. Reference to ASTM, o: others as listed below, shal] be considered as :ere:ring to the Specifications o= Method of Test as set fo:th by those various organizations and shall be considered os port of these Specifications when designated os such. Abbreviations and meanings ore as follow: A.S.A .......... American Standards Association A.S.T.M ........ American Society of Testing Mote:to]s A.A.S.H.T.O .... American Association of State Highway & T=onspo=totton Officio]s A.C.! .......... American Concrete Institute A.W.S .......... American We]ding Society A.W.W.A ........ Ame=icon Wore= Wa:ks Association S.S.P.C ........ Stee) Structures Pointing Council, Federal Specifications Treasury Department P:ocu=ement Division, United States Government U.L ............ Unde=w=ite:s Laboratories N.E.M.A ........ Nationo] Elect:ica] Manufacturers Association W.P.C.F ........ Water Pollution Control Federation T.S.D.H.P.T .... Texas State Deportment of H~ghways and Pub]tc Transportation C.D.G.S ........ C~ty of Dol]os Gene=al Specifications N.C.T.C.O.G .... North Cent=o] Texas Counct] of Governments Sec. 00650 8 1.10 SUBSURFACE CONDITI~ Contractor shall make his own investigation of subsurface conditions. No claims for extra compensation due to unusual soil conditions that are found to exist will be allowed. The contract price for the pro)ect shall include the cost of furnishing competent and experienced engineers superintendents who shall represent the manufacturers and shall assist the Contractor, when required, to install, ad)ust and test the equipment in conformity with the Contract Documents. After the equipment is placed in permanent operation by the O~ner, such engineer or superintendent shall make all adjustments and tests required by the Engineer to prove that such equipment is in proper and satisfactory operating condition, and shall instruct the O~ner's representatives in the proper operation and maintenance of such equipment or system. The Engineer wtll provide the Contractor with six 16l copies of plans and specifications in addition to the Contract Sets provided for use on the pro~ect. Additional copies may be purchased by the Contractor for the cost of printing. Reproducibles required for as-builts will be paid for by the Contractor. Engineer will provide the original drawings. ~=~~~_U_BCONTRACTORS The name and address of each supplier, manufacture= and subcontractor which the Contractor proposes to use on work under this contract shall be submitted in writing to the Engineer for approval. ~.~_G_c~_]B&G]gBL~_BF~B_c~_~]~]~]]~_~gB_g]]~]]]~ AND SERVICES The Cant=actor shall make his own investigations and be fully responsible fo= locating and toking care not to damage any gas, water, sewer, or telephone lines. The Contractor not begin any operations which may interfere with or impair the norma] service being rendered by public utility operators. The Contractor wi]] be held responsible for the protection of the property or service of public utilities within the limits of the Nork. In case that spch physical properties conflict with the performance of the contract, it shall be the Contractor's responsibility to anticipate such conflicts and to give advance notice thereof to the owners of the utility. Sec. 00650 9 The Contractor will be ~esponstble fo~ any damages done by him to any utility st:uctu:e whether owned by a public o= p~tvate agency. Damage of whatever nature to the existing facilities shall be repaired immediately at the Contractor's own expense as directed by the Engineer. Cant=actor shall be responsible for the relocation of any water, sewer/ gas, telephone o~ othe~ utility which interferes with the performance of the contract. No extra claims fo= compensation will be allowed for any utility relocation, unless approved in writing by Engineer, prior to relocation. Delays and interruptions to the work schedule caused by the adjustment or repairs of water, gas, te]ephone or other utility appurtenances and property wi]] not be charged against the cant=act time unless such delays be due to the negligence of the Contractor. All manufactured articles, materials and equipment shall be applied, installed, connected, erected and used as directed by the manufacture=s, unless herein specified to the contrary. Contractor shall furnish copies of all printed directions with the material. The Contractor shall provide at his own expense field toi]ets fo= the use of the employees and cant=acta= forces. The facilities shall conform to the :equt=ements of the Texas State Health Department and those of any other agencies having ~u=isdiction herewith. The field toilets shall be cleaned and scrubbed with a disinfectant at least once per day. Jaja_GUARANTEE OF WORK All work shall be guaranteed against defects resulting from the use of inferior materials, equipment o= workmanship fo= gD~_Y~g~ from date of final completion and acceptance of the pro~ect. 1.18 FINAL INSPECTION When the work is completed, the Cant=actor shall notify the Owner in writing on which date he will be ready for fino] test and inspection. Notice shall be given seven 171 days in advance and verified by telephone twenty-fou~ [2~! hours prior to the time set fo: inspection. Afte~ the Owner and Engtnee= are completely satisfied with the wa:k, the Enginee: shall make fino] measurements of a]] items and app:ove ftno] estimate and advise the Owner to make final payment to the Cant=acta=. Sec. 00650 10 All permits and licenses of a temporary nature necessary fo~ the p~osecutton of the wo~k shall be secured and paid fo~ by the Contractor. J.20 NOTICE-OF-REQUIREN __EgB__ B!J J !J_O I____O[:_ NON-SEGREGATED Bidders are cautioned as follows: By signing the Contract for which these bids are solicited, the bidde= will be deemed to have signed and agreed to the provisions of the "Certificate of Non-segregated Facilities" as contained in the Specifications for this pro~ect. 1.21 TESTING All required testing will be paid for by the City of Coppe]]. Any retesting required will be at the expense of the Contractor. Testing requested by the Contractor for his own use to asce=tain whethe= or not complying with the Specifications will be paid for by the Contractor. 3.22 COORDINATION WITH THE RAILROAD The Contracto= shall be responsible for all construction coo=dinotion with the roil=ood, if tnvo]ved, including securing permits, right-of-way entry foam and notification to the railroad as work begins. .3:~..SUGGESTED Begin this pro~ect intersection and =espective]y. at the Sandy Lake install the 16", Road/Denton Tap Road 8", then ~" lines Sec. 00650 1.2~ NORTH TEXAS C__OLpL~3___I_L__O_F. GOV_E.RNNENTS _S_P_E_C_].F]CATIONS This p=o)ect is to be const=ucted in acco=dance with the cant=oct documents, these specifications, const=uctJon plans and the No=th Cent=a] Texas Council of Gove=nments Standa=d Specifications fo= Public No=ks Const=uctton, Fi=st edition, 1983, Po=ts l] and Ill, Nate=ia]s & Const=uctton Nethods, =espectfu]]y, and as amended he=etn. Said Standa=d Specifications las amendedl a=e a pa=t of the Cant=oct Documents. Pa=t ! of the above Stenda=d Specifications a=e he=eby deleted and =ap]aced with Division 0 - Bidding and Cant=act Requi=ements of these documents. ~_~ENE~L NOTES 1. The Cant=acta= she]] plan his weak sequence ~n a manna= that w~l! cause the minimum inte=fe=ence with t:afftc du=ing const=uctton ope:arian. Access to facilities must be maintained at ail times th=oughout the du=at~on of the const=uctJon. Befo=e beginning weak on the p=o)ect, the Cant=acta= shall submit fo= app=ova] by the Eng~nee= a Plan g~__~gD)~~9D__~ge=ations~ which may va=y in detail but shal! meet speclflc =equJ=ements set fo=th in Const=uctlon Sequence, Special Condition ~.23 of these cant=act documents. 2. If, at any tlme du=1ng const=uctton, the Cont=acto='s p=oposed plan of ope=atlon fo= handling t=afflc does not p=ovjde fo= safe and comfo=table movement, the Cant=acta= shall change hls ope=arian to the extent necessa=y to co==ect unsatJsfacto=y conditions. Any ma)o= co==ection must be app=oved by the Englnee=. 3. Pa=t VI, "T=affJc Cant=als fo= St=eat and Highway Const=uctJon and MeJntenance Ope=atlons" of the "Manual on Unifo=m T=affic Cant=o] Devices" shall be adhe=ed to th=oughout the du=atlon of this p=o)ect. #Const=uctJon Ahead" and "End Const=uction" signs, with the ba==Jcades shell be 1nst~]led at the begJnnJng and end of the p=o)ect. These signs shall be constde=ed incidental weak and wll] not be p~id fo= os ~ sep~=~te pay item. P~Jo= to the stoat of const=uctJon, Jt Js the =esponsibJ]Jty of the Cant=acta= to date=mine the location of al! utJlltles, whethe= o= not shown on the plans. The Cant=acta= sha]! also become familia= wlth any p=oposed ad)ustments to be made by the utility owne=s and extend fuji coope=etion. Unde= no c1=cumstances w1]] a claim fo= ext=as, due to de]ay caused by va=1ous utility companies be allowed. Sec. 00650 5. Any costs resulting from Contractor damages shall be the responsibility of the Cant=acta=. to utilities 6. All water and sanitary sewer facilities that may interfere with construction shall be relocated and adjusted by the Contractor with the Engineer's approval. T. In the adoption of the North Central Texas Council of Governments Standard Specifications, it is understood that any reference made to the North Central Texas Council of Governments shall be taken to include the City of Coppell, as applicable. 8. The items under which payment is to be made are as listed in the Summary of Quantities. Any =eference to other items in the standard specifications as pay items is hereby deleted. Only the provisions fo: construction requirements of such items are to be complied with. 9. All elevations are based on Reference BM ~]96 on the National Flood Insurance Floodway Map IAug. 1980~ described as: Chiseled square on top of wheel guard at southwest corner of the bridge on Denton Tap Road over the Cottonwood Branch Creek, elevation ~67.~2 Irt. NGVD}. New bench marks have been established along the pro~ect (shown on plan/profile sheetJ. The Contractor shall establish new bench ma:ks as needed or before removal of the existing markers. 10. The Contractor will be held responsible for placing and maintaining all necessary barricades, vertical panels with flashers and signs to provide maximum safety to the motorist. All barricades and signs shall 'be kept clean and broken ones wi]] be replaced. The Contractor should use good ~udgment when considering the safety fo: motorists. Barricades and §~gD~_~_Dg~_~_g_~j~_Egy_~tem on this E~ject. 13. Prior to start of any excavation, Contractor shall have staked out thorizonta]]yl all components of the pro)eat, and have received approval f:om the Engineer before proceeding. The Contractor shall be responsible for all alignment and elevation control. Sec. 00650 13 .S._E_C~.]_O~. 07000 - STA~D~6_P~___S_P_E_C!_F!_CAT]ONS GENERAL: All specifications applicable to this p=o)ect a=e identified os follows: STANDARD SPECIFICATIONS: The 1983 Fi=st Edition of the No=th Cent=o] Texos Council of Gove=nments Stondo=d Spectftcotions fo= Public Wo=ks Const=uction, Po=t 1], Mote=ia]s/ ond Po=t Const=uctton Nethods. Sec. 070'00 SECT]ON 0?~99_:_~U~b. SPEC]F]CAT]ON~ $.1 Genera] 1.2 Description of Work 3.3 Materials Const=uctton Methods $.5 Clean-Up Testing Disinfection Measurement Payment ~J._GENERAL A. The following Technical Specifications shall govern and toke precedence over the afo:ementtoned Standard Specifications whenever they are in conflict. B. Mention herein or indication on the drawings of items, materials, operations o: methods, requires that the Contractor provide and/o: install each item mentioned o: indicated of quality or sub,eat to qualificotion noted3 perform according to conditions stated each ope:arian p:esc:Jbed~ and provide ~]! necessary labor, equipment, supplies and incidentals. C. Requt:ements of the General Conditions~ Special Conditions and Addend~, if issued~ shall apply as if herein w:ttten. D. Separation of these specifications into sections is for convenience only and is not intended to establish limits of work. Sec. 07500 1.2 I~I~_~J~J_OI~I_= This Item shall govern for all materials and work necessary for furnishing and installing all water mains of the type specified, and any and all distribution lines as shown on the plans, including all clearing grubbing, excavation, sheeting, shoring, dewatertng, pipe laying, ~ointJng, testing, backfilling, and any othe: work that is required or necessary to complete the installation as shown on the plans and as specified herein. The contractor shall be responsible fo= all materials furnished to him by his material suppliers and shall replace at his expense all such mate=ials that are found to be defective in manufacture or that a=e damaged in handling. The contracto= shall install piping to meet standards. The contracto= sha]! provide certificate that materials meet o= exceed minimum hereinafter specified. all applicable manufacturer's requirements as 1.3 ~~L~= Each water main o= distribution line shall be installed using the materials designated on the plans and as specified herein. All mate=ials shall be new and meet the following minimum specifications: PIPE. POLYVINYL CHLOR]DE WATER P]PE AND FITTINGS IPVCI. a. Unless otherwise specified on the plans, 1/2 inch PVC pipe shall be Class 315, 3/~ inch or larger PVC shall be Class 200. All thermoplastic PVC pipe shall fulfill the requirements of ASTH D22~1, Class 200, DR b. Where shall be 1785. specified on the plans, Schedule aO PVC pipe PVC 1120 and sha]] meet requirements of ASTM D c. PVC, DR la, shall meet or exceed requirements of AWWA C-900, latest revision, with cost iron outside dimensions and with rubber ring be]l )otnt which shall be an integra] and homogeneous part of the pipe barrel conforming to ASTM D 3139, latest :eviston. Rubbe= gaskets shall conform to ASTM F ~77. d. PVC ware: pipe sho]l be ]Jsted by Unde:w:jte: Laboratories and approved for use in cities and towns of Texas by the State Board of Insurance. Sec. OTSO0 e. The =igid PVC pipe shall baa= the sea] of app=ova! Io= "NSF" ma=k) of the National Sanitation Foundation Testing Labo=ato=y fo= potable wate= pipe. f. Pipe shall be made f=om NSF approved Class 2245~-A o= B PVC compound confo=ming to ASTM D 178~ =esJn specification. CAST IRON PIPE AND DUCTILE FITTINGS IC.].P. IID.I.P.I IRON PIPE WATER MAIN AND a. Unless othe:wtse specifically shown on the plans, o= app=oved in waiting, shall confo=m to ANSI A 21.6 IANNA Cl06, latest =evtston}, 200 psi wa=king p=essu=e, and shall be cent=ifugal cast pipe of =ubbe= gasket type ~oint, fu:nished tn 16' o= 18' nominal laying lengths. All such pipe shall baa= a ma=k denoting app=ova] by the Unde=w=ite=s Labo=ato=ies. b. Cast i=on pipe unde= these specifications shell have a tensile st=ength of 23,000 lbs. pa= squa:e inch and 45,000 lbs. pa= squa=e inch modulus of =uptu=e. All such pipe shall be manufactu=ed in acco=dance with ANSI "Manual fo= Thickness Design of Cast l=on Pipe", and shall be designed fo= 200 lbs. ware= wa=king p=essu=e, 8 feet of cove=, and field condition B. c. Ductile i=on pipe shall be manufactu:ed f=om metal having a minimum tensile st=ength of 60,000 lbs. pa: squa=e inch, o minimum yield st=ength of 40,000 lbs. squa:e inch and a minimum elongation of ~8 pa=cent (60-40-~8), and shall meet all =equi=ements of AWWA Specification C~50 and C$53, latest revision, Class 53. d. Joints for cost t=on or ductile i=on pipe shall be: (~1 Push-on ~oint with rubbe= gasket confo=mtng to ANSI A23.1~ (AWWA C$131 of latest =evision, o= i21 Mechanical Joint confo=ming to ANSI A21.11 IAWWA Cl131 of latest =evtsion, o= Be]] and spigot ~oints conforming to ANSI A21.6 IAWWA C306), of latest =evis~on, o= 14! Flanged ~oint confo=ming to Cl10/A23.i0, 250 psi wa=king p=essu=e. ANS]/AWWA Sec. 07500 3 Fittings for cast iron or ductile iron pipe shall be =ated for a minimum of 250 psi working pressure and shall be: Mechanical Joint fittings conforming to ANSI A21.11 (ANNA Cllll, of latest revision, or 12) Bell and spigot fittings, conforming to ANSI A~1.10 (ANNA C1101, of latest revision. 131 Flanged fittings, 2S0 psi conforming to ANSI A21.10 (AWWA - ring gaskets. working pressure, Cl10), with rubber f. All ductile iron pipe shall have a standard thickness of cement mortar lining as specified in ANSi A23.~, latest revision IANNA Cl0~I, except for flanged pipe, which will receive an inside tar coating in place of the cement mortar lining. g. All ductile iron pipe, valves, and fittings shall be coated on the outside with hot dipped coal tar varnish conforming to Federal Specification NN-P-~21 or, in lieu of coal tar coating, polyethylene encasement may be used for ductile iron pipe in accordance with ANSI/ANNA C 305/ A 21.5 latest revision. The film shall have a minimum nominal thickness of 0.008 inches 18 mi]s.I. Bolts and nuts for mechanical ~oints or flanged ends shall be of a high-strength low-alloy corrosion-resistant steel and sho)) conform to ASTM Designation A 325 (Type 3). 3. REINFORCED CONCRETE CYLINDER PIPE WATER MAIN (RCCPI a. The reinforced concrete cylinder pipe to be furnished and installed this section shall be composed of a steel cylinder with wire reinforcement and a concrete core or lining inside and a concrete coating outside. b. The pipe shall conform to ANNA C301--Reinforced Concrete Nater Pipe--Steel Cylinder Type~ Prestressed~ C303--Reinforced Concrete Water Pipe--Steel Cylinder, Pretensioned, latest revisions. The pipe shall be designed and manufactured to withstand 150 psi working pressure and be approved by the Underwriters Laboratories and the Texas Fire Insurance Commission. c. Special pipe sections, short length, outlets and special fittings such as reducers, wes, tees and bends shall be furnished and installed where required to complete the pipeline as shown on the plans. Fittings shall be constructed of steel cylinders, shall be concrete lined and coated, and shall be designed to withstand a working pressure equal to that of abutting pipe sections. Sec. 07500 d. All outlets or other exposed metal shall be coated with mortar in such a manne~ that all exposed portions of metal a~e completely coveted. e. The contractor shall fu~ntsh layout drawings which show each run of pipe and indicate the location of all bends, outlets, special fittings and connections which are to be included as a pa~t of the pipe to be installed on this pro~ect. ASBESTOS CEMENT PIPE WATER MAIN IACP) a. Asbestos cement pipe and fittings shall confo=m to AWWA C600, Federal Specification SS-P-351c, ASTM C296, latest revision, Class 150. Zn no case shall the inside diameter of the pipe fu=ntshed be less than the nominal diameter specified. b. Joints shall confo=m to ASTM D186P, latest revision, fo= =ubber gaskets for asbestos cement pipe, simila= to "Ring-rite" by Johns-Manville, Certain-Teed, "Fluid-ttte CG Coupling" or app=oved equal. VALVES GENERAL: This item shall include fu:nishing of labor, materials and equipment for distribution systems in accordance with contract d=awings and these specifications. SUBMITTALS o. Catalog Data: Submit manufactu:e:'s literature and Illustrations. b. Weights: Statement of -net assembled weight of each size of valve furnished. c. Shop D=awings of Valve and Ope=ato=s. 12! [31 Dimensions Const=uctlon details Materials d. Installation Instructions: installation instructions. Complete manufacturer's e. Maintenance Data: ll} Maintenance instructions 12) Parts lists f. Certificates: Submit manufactu=e~/s ce=tiftcotion that valves and occesso=ies meet o= exceed specification =equi~ements. Sec. O?SO0 5 3. PRODUCT DEL]VERY, STORAGE, AND HANDLING a. Prepare valves and accessories fo= shipment acco=d~ng to A~A C500 and: Ill Sea] va]ve ends to p=event ent=y of fo=e~gn matte= into valve body. 12} Box, csate, completely enclose, and psotect valves and accessories fsom accumulations of foseign matter. b. Stose valves and accessosJes ~n asea psotected fsom weathes, moJstuse, or poss~b]e damage. c. Do not stose materials dJsectly on gsound. d. Handle items to psevent damage to interior os exterior surfaces. GATE VALVES IMo~ns 12" D~ometes o= ]ess} a. Gate valves shall be Natesous, os approved equal, sesilJent wedge va]vas w~th sed epoxy coated body, non-rising stem, O.S.Y., AWWA C500, latest =evision. Valves shall be of equal, os gseates, psessu=e class than the piping in which they ase to be installed. Equipped with "0" ring seals at top of stem, and 2" squa=e opesating nut. Valves shall open by rushing countes-clockwise. b. Valve boxes shall be cast J:on and shall be of sufficient length and diameter to opesate all valves busied in the gsound. Covess shall be masked "Wates." The boxes shall sest on the valve and be ad)usted so that the cove= may be set flush w~th f~nished gsade. BUTTERFLY VALVES IMa~ns 16" Dtametes os lasges) a. Sha]! meet o= exceed the design stsength, testing and pesfosmonce sequisements of AWWA Standasd CSOa, latest =evasion. The manufactuse= shall psov~de cest~f'icat$on and test =epa:ts upon engineer's sequest. b. Bodies - Shall be suitable for installation between ANSI A23.10 (AWWA C~10) c~st j=on flanges az ANSI 8~6.5 Class stee] flanges. End p=epasatJon shall be flanged, o= full lug body wafes. Lug wafes bodies shall have the lugs drilled and tapped. Wafes bod~ed valves are not acceptable. Sec. 07500 c. Discs - Shall be one-piece cast design with no external =tbs transverse to the flow. Disc hub and edge shall be g=ound and polished to a rounded contour to give full concentric seating with the lowest practical seating torque and maximum seat life. d. Valve Seats - Shall meet o= exceed the thickness requirements of ANNA C50~ and be of a design that totally encapsulates the inside ferrous surfaces of the valve body for maximum valve body protection against corrosion and tube=culatton. Valve seats shall be designed with integral seals at the disc and shaft hub areas to completely isolate the stem, stem bearings, and body areas from the corrosive effects of the flowing media. Valve seats shall be completely field replaceable at the }ob site without the use of special tools. e. Shafts - Shall be one piece extending completely through the disc. Stub shaft design may be used if in total accordance with ANNA C506-70, Section 7. Valve shafts shal] be secu=ely fastened to the valve disc by corrosion resistant shakeproof cap screws or taper pins. Valve shafts shall be of materials and diameters as required by ANNA C50~ or of corrosion resistant materials and diameters which give equivalent strength. Disc to stem connections, or turned down portions of shafts shall be designed to transmit shaft torques equivalent to 75% of the required shaft diameter. f. Shaft Bearing Surfaces - Shall be adequately designed to absorb the loads imposed by the se=vice conditions and any side thrusts developed by the operator. Inboard bushings shall be nylon reinforced teflon in sizes 2" to 20" and luberized bronze in sizes g. Shaft Seals - Shall be of bi-directional type suitable fo= vacuum. The packing gland, studs corrosion resistant materials. the double-Chevron both pressure and and a nut shall be h. Manual Operators - Shall be the worm gear type having permanently grease lubricated totally enclosed gearing with operating nu[ and gear =atto design %o require not more than ~0 lbs. pull. 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 fo= direct burial service and valve box shall be provided over operating nut. Keystone Fig. ~17 Unidrive Hanual Actuators. Sec. 07500 7 ~ate~ials of Construction: Valve Bodies shall be cast i=on, ASTM A126, Class B, o= ductile t=on ASTM A536, G=ade 65-~5-12. Valve Discs, 16" th=ough 20", shall be aluminum-b=onze ASTN B2~8, Class 9A {CA-952). 2~" shall be nodule= t=on with welded mane] ave=lay edge o= aluminum b=onze, heat t=eated. Valve Shafts shall be 17-~ PH stain]ess steel, 18-8 type 304 o= 316 stain]ess steel, o= mane]. Valve Seats shall be EPDM lethy]ene p=opy]ene diane monome=}. Whe=e t=oce of hyd=oca=bon a=e p=esent, valve seats shall be Buna N. Valve shaft bea=ings shall be ny]on =einfo=ced teflon o= ]ube=ized b=onze. Butte=fly Valves shall be Keystone, Fig. ]05 Fig. 229 120", 16"}, o= app=oved equal. 6. VALVE BOXES a. Valve boxes shell be th=ee piece, sc=ew type, 5-1/4" shaft. Cant=acta= shall supply boxes with the co==ect base fo= oil valves and tn co==ect lengths fo= field conditions. Special valve boxes shall be const=ucted as shown on the plans. '7. BLOW-OFF VALVES o Blow-off valves shell be placed on all dead end lines o= as dt=ected by the Enginee=. Valves shall be 6" 350 , lbs. pea squo=e inch standa=d AWWA C500. AIR VALVES valves shall be instal]ed at the high points of the lines as dj=acted by the Engtnee= and shall be two inch, C=ispin Untve=sa] as manufactu=ed by Multiplex Nanufactu=ing Company, Be=wick, Pennsylvania, o= app=oved equal. NISCELLANEOUS ITENS FIRE HYDRANTS Fi=e hyd=ants shall be of the cente= stem comp=essJon type const=uct~on with b=eak away flanges as manufactu=ed by Wate=ous Co., South St. Paul, Minnesota and have a minimum valve opening of S-1/4". The hyd=ants shall meet all the =equi=ements of AWWA Specification C502 and sho]] be equipped as follows: Two hose nozzles (~-1/2")~ one pumpe= nozz]e (4 2/2" steame=)l packing ("0" =tngl~ Inlet connection 16" mech. ~t.l~ g=ound]ine to cente=)Jne hose nozz]es 118"). The cant=acta= shall fu=nish fo= app=ovo] Sec. 07500 8 of the Enginee=~ specifications and shop d=awings of the hyd=ants p=oposed fo= installation in the system. Hyd=ants must meet the $50 lbs. ps~ wa=king p=essu=e and 300 psi hyd=ostatic p=essu=e. 2. VALVE OPERATING WRENCH Cant=acta= sha]] supp]y two ope=attng wrenches sufflcJent length to p=ope=ly ope=ate the valves. of 3. CONCRETE Sha]l develop a comp=essive st=ength of squa=e inch at twenty-eight 128) days, othe=wise on the p]ans. 3,000 pounds unless indicated COPPER WIRE Coppe= wt=e fo= use with plastic IPVC! ptpe shall be No. 12 single st=and p)ostic coated. 5. COPPER SERVICE PIPE Coppe= se=vice pipe shol] Gove=nment Speclfications SpecifJcat$ons B88-62. be Type WWT K and sba]] meet 799A and ASTM POLYETHYLENE SERVICE PIPE Polyethylene service pipe sho]l be Class conform to Comma=cia) Standa=ds PE3306 mate=ial mode to SDR-9 d~mens~ons. 160 and sba]] fo= Type '7. CASING PIPE Casing sba]! be as specified on the d=aw~ngs. 8. GROUT Grout used fo= f~11Jng voids between the casing pipe and the su==oundJng soil on bo=trigs shall be a cement-based, non-metallic, non-sh=ink pe=fo=mance. G=out to be Five Star SpecJal G=out I)O-PG as manufactured by U.S. G=out Co=po=at,on, FaJ=fie]d, Connecticut, o= on app=oved equal. A]] g=out must be p=epockoged, Dg~ fie]d CONSTRUCTION METHOOS The work to be pa=fo=mad unde= this section shal] tnc]ude o]1 ]aba=, mate=ia]s, equipment, t=ansportation, all excavation, ~nstal]at~on, and o]1 backfill, testing and facilities necesso=y fo= p=ope= Instal]arian of a]] ware= ]ines and dJst=Jbution ]tnes as shown on the p]ons, and/o= as herein specified. Sec. 07500 9 The work under this section shall also consist of necessary relocations of utilities and restoration of street surfaces, parkways, all utilities, driveways, sidewalks, etc., to conditions existing prior to the start of construction. All lines shall be constructed from the utility mains, shown on the drawings or designated by the utility company and connecting to utility service lines. The contractor shall be responsible to check all elevations of inverts of existing pipes before construction of lines or mains. Utility extension, rerouting and connection costs shall be paid and arranged for by contractor. All costs involved in extending, rerouting and connecting the utilities whether or not part of the work must necessarily be performed by the various utility company crews shall be paid by this contractor. Any charges for connections to mains, va]ving, extending to curb, property line or building, furnishing equipment, etc., sho]] be paid for as o part of the wo=k of this section. Regard]ess of whethe= the Owner may have to sign with the utility company for any or al] of these services, the contractor she]] include in his bid all fees, city inspection charges, permit charges, work charges, etc., and shall be ready to deposit with the utility company said fees when :equtred at time of Owner's signing fo: some. Existing Site Conditions: 1. Existing Utilities: Locations and sizes of existing utilities as shown on the drawings are based on the best available information and may not be anti=ely correct. Exact location, depth and size must be verified by the cant:actor ]n the field. Additional compensation w~l] not be allowed if damage to the utilities =esu]ts because of minor discrepancies between locations shown on the drawings and actual field locations. Relocation of utilities in place sha]] be done whethe= at not such work is specifically shown on the drawings. 2. Any existing utilities that may be shown on the drawings or the location of which is made known to the contractor prior to excavation shall be protected from damage during the excavation and backfilling of trenches and, if damaged, shall be repaired by the contractor at his expense. 3. Any existing utility that is not shown on the d:awings or the location of which are not known to the contractor in sufficient time to avoid damage, if Jnadvertently damaged du:ing excavation, shall be immediately repaired by the contractor due to the existence of utilities that are not shown on the Sec. 07500 10 d=awtngs os the location of which is not known to the cant=acta= at the time of bidding. Any existing utility lines and se=vices shall be maintained at all times, except ¢o= such sho=t pe=tods of time as may be necessa=y to actually make connections to new wo=k to the existing system. .When it is necessary to temporarily tnter=upt se=vice fo= the above pu=pose, such shall be done only at such date and time as may be established in advance by the Engineer. Those lines shown on the d=owtngs to be abandoned or =emoved shall not be abandoned o= =emoved until afte= it has been dete=mtned that they a=e no longe= =equi=ed fo= se=vice and until such action has been app=oved by the O~ne= and the Enginee=. L]NES, GRADES, STAKES AND TEHPLATES The Cant=acta= shall, at his own expense, fu=nish stakes, templates, patte=ns, platfo=ms and including a pe=son qualified to lay out all of the work. The Engtnee= will fu=ntsh, upon =equest from the Cant=acta=, limit masks and bench ma=ks =easonab]y necessa=y fo= the execution of the work. ]t shall be the Cont=octo='s =esponstbiltty to p=otect these limit masks and bench masks set by the Engtnee=. Should the masks become dest=oyed os damaged, the cost of thet= =eplacement will be at the Cant=actor's expense. The EngJnee= may furnish a =ep=esentative to check alignment and g=ade, after it has been laid out =eady fo= const=uction~ however, this will in no way lessen the =esponsibilJty of the Cant=acta= to see that g=ade and alignment a=e correct at all times. The lines and g=ade of the sewer, as we]] as the location of manholes, wyes, and all othe= appu=tenances, wi]] be as shown on the plans o= as di=ected by the Enginee=. The Engineer =ese=yes the right to indicate which sewer lines will =eceive p=iority in const=uction. The wo=k will, in gene=a], be f=om the ]owes end of the system towa=d the uppe= end of the system. The Cant=acta= shall give the Enginee= a minimum of forty-eighty 1~8) hours notice for any enginee=tng or inspection necessary to continue os complete the wo=k. No deviation sba]] be mode f=om the =equi=ed line or g=ade without w=itten approval from the Engineer. Sec. 07500 G. EXCAVAT]ON The Con=sac=os shall pesfosm all excavation that may be sequised fas the installation of any and all pasts of this section. The excavation of the tsench shall not advance mose than 200 feet ahead of the completed pipe wosk except where, in the opinion of the Engtnees, it is necessosy to drain wet ground, or fas othes seasons as appsoved by the Engtnees. = All excavations shall be made by open cut except as shown on the plans. The sides of the tsench shall be kept as neas]y vas=ica] as possible, especially fsom the tsench f]oos to o level on one (31 foot above the top of the pipe. Tsench bottoms shall not be ]ess than 1~ inches wide= nor mose than 16 tnches wides than the outside diametes of the ptpe laid thesein, and shall be excavated tsue to line, so that c]eas space of not ]ess than 6 inches nos mose than 8 inches in width is psovtded on each side of the pipe. The bottom of tsenches shall be accusate]y gsaded to provide uniform beasing and suppost fo= each section of pipe or undtstusbed soil at evesy point along its enttse length, except fo= positions of the pipe sections whese it is necessasy to excavate fas bell holes· Bell holes shall be excavated only to an extent sufficient to pesmtt accusote wosk in the making of the ~otnts and to tnsuse that the pipe, fas a maximum of its length, will sest upon the pseposed bottom of the trench. The bottom of a]l trenches shall be sounded so that at least one-fousth I1/~) of the ciscumfesence of the pipe sests ft=m]y on undtstusbed soil. If the Contsoctos should, by essos, excavate below the p:opes elevation fas the bed of the pipe os shou]d he desire to substitute on appsoved gsanu]as backfi]l~ psope=ly tamped, for supporting the pipe to the some extent as the shape tsench bottom, then the Contsoctos must bsing the tsench bottom to the propes gsade by sefilling, at the Cont:octo:~s expense, with an approved gtonu]o= backfill. This backfill mote:Jo] shall be sand os fine _g~gy~ that does not contain lo=ge tacks os othes deletestous matesta]s and should be placed so that it is at )east 2 inches deep below the bottom and so that the ]owes one-thtsd (1/31 of the pipe is uniformly supposted on undtstusbed soil. A]] excavation sha]] be p]aced on one side of the tsench, unless pesmtsston is given by the.Engineer to place it on both sides. Excavated matesta]s sha]] be placed so as not to endanger the wosk, and so that fsee access may be had at all times to all posts of the tsench. All shade tsees, shsubs, etc., a]ong the line of constsuction sha]] seasonably psotected, and tunneled if necessasy unless specific dtsecttons asa given to semove them. Sec. 07500 = The Contracto= shall provide, without additional compensation, suitable temporary channels fo= the water that may flow along or across the site of the work. Any water pumped f=om the trenches, or other excavations, must be disposed of in a manner satisfactory to the Engineer. H. BRAC]NG AND SHORZNG The Contracto= shall, when necessary o= when di=ected by the Enginee=, furnish, put in place, and maintain all without additional compensation, such sheeting, bracing, etc., as may be required to support the sides of the excavation and to prevent any movement which can in any way damage ad)acent pavement or other structures, damage or delay the work construction, or endanger life and health. Care sha]l be taken to prevent voids outside the sheeting, but, if voids are formed, they shall be immediately fil]ed and rammed to the satisfaction of the Engineer. 2. For the purpose of preventing tn)ury to persons, corporations or property, whether public or private, Iwhere the )lability for damage on account of which is to be assumed entirely and so]e]y by the Cant=actor under this contractl he may also leave in p]ace, to be embedded in the backfill of the trench any and all sheeting, bracing, etc., in addition to that orde=ed in writing by the Engineer to be ]eft in place, except that no sheeting and bracing which is within ~ feet of the surface of the street may be left in place in the trench without w=itten pe=mission of the Engineer. 3. All sheeting and bracing which may not be ]eft ir, place under the foregoing sewer of othe= structu=es, utilities or property, whether public or private. All voids left by the withdrawal of sheeting sho]! be immediately refilled and compacted by ramming or water, or otherwise, as may be directed. a. The right of the Engineer to order sheeting and bracing ]eft in p]ace shal] not be construed os c:eoting on ob]igation on his pa=t to issue such orde:s) and his failure to exercise his :ight to do so sba]) not re]ieve the Contractor from ]iabi]tty damages to persons or p=ope=ty, occur=ing f=om upon the wo=k of const=ucting the sewer occasioned by negligence or otherwise, growing out of the fai]u=e of the Cant:actor to leave in place in. the trench sufficient sheeting and bracing to prevent any caving or moving of the ground ad)acent to the banks of the trench. Sec. 07500 13 I. DEWATERING The Contractor shall at all times during construction, provide and matntotn ample means and devices with which to promptly remove and properly dispose of all water entering the sewer trenches or excavations, and keep said excavations dry until the structures are poured and the concrete has set. No pipes shall be laid, nor pipe ~oints made, in water; nor shall water be allowed to rise over masonry o= mortar until the concrete or mo=to= has set at ]east twenty-four 1241 hours. J. BEDDING NATERIAL Six {6} inches of sand cushion shall be used to receive the pipe barrel and each pipe section, when in place, shall have a uniform bearing on the sand cushion for the full length of the pipe bo=tel. Pipe shall not be laid unless the sand cushion is free of water and in a condition satisfactory to the Engineer. Adjustments of the pipe to line and grade shall be mode by scraping away or filling in with gravel, o= approved selected material, and not by wedging or blocking up the bell. After pipe is in place, 22" of sand shall be placed above the pipe prior to backfilling with select mate=iai. Bedding material wtl] not be measured or paid for as a separate item. The cost the=eof will be included in the unit price bid per length of pipe. In no case will extra compensation be allowed fo= furnishing any bedding material required to complete the installation of pipe. K. PROTECTION AND INSTALLATION 1. Care and precautions shall be token to prevent the tnt=oduction of foreign materials into the existing system. We]] fitted stoppe=s or bulkheads shall be secu=ely placed in all openings and in the end of the ]ine when construction is stopped temporarily and at the end of each day's wo=k. It shall be the responsibility of the Cant=acta= to deliver to the Owner a pipe]tne which is clean throughout its entire length. ~. Bell ho]es of ample size sho]! be cut under and around all ~otnts to provide adequate room fo= making ~otngs and to assure that the baa=el of the pipe rests .uniformly and in continuous contact with the supporting ground for its entire length. 3. Water will not be permitted in the t=enches while the pipe is being laid. The Contractor shall not open up more trenches than the available pumping facilities are able to dewate= to the satisfaction of the Engineer. Sec. 07500 k. o A tolerance of six I~! inches from the established grade may be permitted, if approved by the Engineer, in order to p~event excessive breaks in altgnmen~ at be p=oper]y made. Should conflict in grade occur with other utilities, the ~g~_]~D~ grade shall be changed to avoid the conflict. '7. The interior of the pipe sha]] be cleon and ~oint surfaces shall be clean and dry when the pipe is lowered into the trench. Each pipe, fitting, and valve sha]] be ]owe=ed into the trench carefully and ]aid true to line and grade. All ~otnts shall be made in strict acco=dance with the manufacturer's specifications. THRUST BLOCKS ~P_..D~ concrete shall be placed fo= blocking at each change in direction of all pressure pipe]ines in such manner as will substantially brace the pipe against undisturbed trench walls. Concrete blocking, made from Type $ cement, shall have been in place four days prior to testing the pipeline as hereinafter specified. Test may be made in two days after completion of blocking if Type Ill cement is used. At a]] points where wet connections are made to existing lines, the tapping connection fittings shall be suppo=ted by blocking up to the spring line with 2500 psi concrete. All valves shall be supported by a 3000 psi concrete pad, ~ inches thick and of sufficient size to =est against undisturbed earth. Concrete b]ocktng wi]] not be measured or paid for as a separate item, but the cost the=eof shall be ~ncluded in the various items listed in the Proposal and Bid Schedule. Trenches underneath slabs and footing of structures shall be backftlled with Class "C" concrete, unless otherwise shown on the plans. CONNECTIONS AND APPURTENANCES The Contractor shall make the alterations and the necessary connections to existing city water mains os shown on the plans. Such connections sha]] be made at such times and in a manner that wi)] be agreeab]e to the city water deportment= in each case, when the work is started, it sba]] be prosecuted expeditious]y and conttnuous]y unti] comp]eted. Sec. 07500 Nhere it is necessary or indicated in the plans, connections to existing mains under pressure shall be made by tapping connection fittings. Nhere it is possible to valve off the section of existing main where the connection is to be made, the Contractor may have the option of either connecting by means of tapping connection fittings or by cutting the main and using standard fittings. e Tapping sleeves, crosses and valves shall be of standard manufacture and mechanical )oint type to fit ANNA pipe specifications in Classes A, B, C and D. Tapping sleeves and crosses shall be designed for minimum working pressure of 200 pounds per square inch. Connecting flanges on tapping sleeves, crosses and valves shall be ASA Class 125. Tapping valves shall be designed for minimum working pressure of 200 pounds per square inch. N. BORINGS All borings shall conform to the requirements of the State Department of Highways & Public Transportation as specified in the Utility_Accommodation Poli~y adopted July, 197~, and with the North Central Texas Council of Governments I NCTCOGI Standard Specifications for Public Norks Construction, first edition, 1983, Part Ill, Divtslon 6. The boring shall consist of furnishing all materials, labor, tools, incidentals and equipment necessary for the complete installation of the casing pipe and the carrier. CLEAN UP In areas where the water mains have been backfilled, the Contractor shall clear the right-of-way and surrounding ground, and shall dispose of all waste materials and debris resulting from his operations, he shall fill and smooth over holes and ruts and shall repair all miscellaneous and unclassified ground damage done by him, and shall restore the g=ound to such stable and usable conditions as may =easonably be =equt=ed, consistent with the conditions of the ground prior to the laying of the pipeline. 1.6 TESTING After the pipe is laid and the line is flushed of dirt and foreign material, the pipe shall be filled with water, care being exercised to expel all air from the pipe. During the test pertod, pipe, valves, meter, fittings, and ~otnts shall be carefully examined for defects. Any observed leaks or defective pipe .shall be satisfactorily repaired or replaced at the expense of the Contractor and the test repeated until the section under test is within the limits prescribed. The entire distribution system or parts thereof shall be tested under hydrostatic pressure of 150 pounds per square inch, Sec. 07500 fo= a pa=lad of two hou=s if ~oints a=e exposed, o= fo= a twenty-fou= (2a! haut period if ~oints a:e cove=ed, o: as di=ected by the Enginee:. B. Ca=e shall be taken to insu=e that wate= mains existing p=io= to this cant=act a=e not p:essu:e tested. Any old mains damaged by p:essu=e testing shall be =epai=ed at the expense of the Contractor. C. Leakage shall be measu=ed by an app=oved caltb=ated mete: through which all of the wa=e: :equi=ed to maintain test p=essu=e is pumped. D. All testing shall be pa:fo=mad in the p=esence of the Enginee:. E. The Cant=acta= shall fu:nish the pump~ pipe~ connections, c]osu:e ftttings~ gauges, mete=s~ wa=et and all othe: necessa=y appa:atus and shall furnish all ]aba= and do all wo=k =equi=ed to make the tests. All costs of testing shall be bo=ne by the Contracto:. F. Testing ope:arians shall =amain in ope=ation until app=oved by the Engtnee=. Allowable leakage shall not exceed 23.3 gallons of wa=e: pea day pea mile of pipe inch of nominal diamete=, fo= pipe in 18 foot ]engths evaluated at a p=essu=e of 150 psi o= ANNA C600, Section 13, whicheve: is g:eate:. If the line unde: test contains sections of va:ious diamete=s, the allowable leakage will be the sum of the computed leakage fo= each s~ze. Joints fo: fi:e hyd:ants and valves shall be conside:ed. All known leaks shall be :equi=ements. stopped =ega=d]ess of the test DISINFECTION Afte: completion of the dist:ibution system installation, the wa=e= lines shall be tho=ovghly flushed out to :emove di=t and fo=eign matte:, tested, and then be ste=ilized in acco=dance with the :equi~ements of the Texas ~epa=tment of Health. When the piping is sterilized, at least two 12) samples of wa=e= sho]] be ext=acted from the system for examination by the Texas Depa:tment of Health to date:mine whethe: the system is f:ee of o:ganisms of the Coil-Ae=ogenes g=oup. If the samples submitted do not show negative fo= such o:ganisms, the piping sba]] be disinfected and =edisinfected by the Cant=acta: in accordance with the :equi:ements of the Texas Depa:tment of Health until the system is f:ee of contamination. All mote=lois and labo: :equi=ed fo= complete ste=ilizotion of the piping shall be fu=nished by the Cant=acta= at no additional expense to the Owne=. Sec. 07500 $.8 HEASUREHENT WATER PIPE The ]engths of pipe of types and sizes specified, installed and accepted, will be date:mined by measu:ements along the cente: line of the pipe. No deductions wi]] be made fo: space occupied by valves o: fittings. B. VALVES ~ FIRE HYDRANT ASSENBL]ES Gate valves, butte:fly valves, at: :e]ease valves, blow-off valves and ft:e hyd:ant assemblies will be measu:ed as units pa: each. Valve boxes and g:avel bedding fo: valves will not be measu:ed fo: payment; the cost of these items shall be included in the Cant:act Unit P:ice fo: Valves. Fi:e Hyd:ant ossemb]tes shall include fi:e hyd:ant, valves, :ods, spool connections, mechanical ~oint ancho: fittings, g:ave] and cone:eta; none of the above named items will be meosuged fo= sepa=ate payment. BORINGS Borings will be measu:ed by the ]inea: foot as the length of casing pipe installed. ~RETE ENCASENENT Conc:ete encasing will be measu:ed by the ]tnea: foot conc:ete installed. of E. CONNECTIONS Connections to existing water mains will be measu:ed as units pa: each unde: connections. Reduce:s, tees, valves, incidentals, and piping shall be included in the Cant:act Unit P:ice fo: Connections, and shall not be measured sepa=ate]y. No sepa:ate measu=ement will be made of any substdta:y items, such as th=ust block, coppe= coated wi=e, bedding, fittings, accesso=ies, excavotion, t=enching, backfilling, o: any othe: items =eqvt:ed fo= the completed installation of the water lines. PAYNENT A. WATER PIPE Payment will be made fo: Wate= Dtst:ibution System Piping at the Cant=act Unit P:ice pe: ]tnea: foot, which p:ice shall constitute full compensation fo~ fu=ntshtng all p~pe, ptpe ~otnts, fittings, specials and all othe= mategials nut pa:ttcula:ly specified fo: sepa=ote payment; fo: fu:nishing all ]aba:, tools, equipment and incidentals and pa:fo:ming ali wogk including excavation, Sec. 07500 installation of pipe, backfill, testing, sterilization, cleanup and any othe~ operations essential to completing the water system as specified within and as shown on the Contract Drawings. B. VALVES AND FIRE HYDRANTS Payment for gate valves, butterfly valves, air release valves, blow-off valves and fire hydrants will be made at the Contract Unit Price per each, which price shall constitute full compensation for furnishing all valves, valve boxes, valve box concrete, valve wrenches, fire hydrant assemblies, grave] and miscellaneous materials; for furnishing all labor, tools, equipment, and incidentals and the performing of all operations essential to completing the installations in accordance with these Specifications and the Contract Drawings. BORINGS Borings will be paid for at the Contract Unit Price per linear foot, complete and in place, including furnishing and placing all materials including encasement pipe, grout backfill, sheeting, shoring, bracing, drainage, excavation and backfill, labor, tools, equipment, and any incidentals necessary to complete the work according to the drawings and these specifications. CASING PIPE Casing of the type and size specified will Dg~ be a separate pay item but is to be included into the cost for boring. E. CONCRETE ENCASENENT Concrete encasing will be paid for at the Contract Unit Price per linear foot, complete and in piece. CONNECTIONS Payment for connections to existing water lines will be mode at the Cant=act Unit P=$ce pea each, which price shall constitute full compensation fo= furnishing ~l] tees, =educe=s, valves, piping, incidentals, se=vice clamps, connections, grovel, concrete, and miscellaneous materials and for furnishing all labor, tools, equipment, ond incidentals and performing all operations essential to completing the installations in accordance with these Specifications and the Contract Drawings. NO SEPARATE PAYHENT wt]l be made fo= any subsidiary items such as thrust blocks, plastic coated wire, bedding, fittings, or any accessories, extra excavation, trenching, backfill and disposal of surplus excavation and other incidentals in the related pay items or called fo= in the Contract. Sec. 07500 DIVISION I _D]_V_]_S..]_O~I.._~.- GENERAL REQUIREMENTS Mention herein o= indication on the D=awings of items, materials, ope=at~ons o= methods, =equi=es that the Cant=acta= p=ovtde and/o= install each item mentioned o= indicated of quality o= subject to qualification noted~ pe=fo=m acco=ding to conditions stated each ope=arian p=esc=ibed~ and p=ovtde all necessa=y labo=~ equipment/ supplies and incidentals. Requi=ements of the Gene=al Conditions, Supplementa=y Conditions, and Addenda, if issued, shall apply unde= this Division of Wo=k as tf he=eJn w=ttten. Sepa=atton of these specifications into Divisions and Sections is fo= convenience only and is not intended to establish limits of wo=k. 01010 - SUHHARY OF WORK 01050 - FIELD ENGINEERING 01152 - APPL. ICATIONS FOR PAYMENT 01310 - CONSTRUCT]ON SCHEDULES 013~0 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01700 - CONTRACT CLOSEOUT 01720 - PROJECT RECORD DOCUMENTS 01750 - WARRANT]ES DIVISION I Gene=al Requt=ements 1.1 DESCRIPTION AND LOCATION OF WORK Wo=k cove=ed by the Cont=oct Documents includes the fu=ntshing of oll ]obo=, mote=lois, tools, equipment, taxes, se=vices, t=anspo=totton and othe= items necessa=y to po=loom ond complete oll of the wo=k fo= the cons=suction os tndicoted on the d=owings ond os he=ein w=itten. 1.2. WORK SPECiFiED ELSEWHERE: A. Gene=o] conditions of og=eement, spectol conditions, 1.3 SI'AR1 OF WORK Ae Wo=k sho]l be sro=ted immediately upon issuance of o notice to p=oceed o=de=. P=to= to this, oll con=soots and beginning documents will have been executed ond tnsu=once in fo=ce. 1.5 CONPLETENESS OF WORK: A. The d=owtngs ond specifications desc=tbe the vo=tous items of finish. Any oppu=tenonces, po=ts, finish of wo=k essentto] to the entt=e completion of the wo=k, though not speciftco]]y shown o= specified, sholl be p=ovtded by the Cont=octo= and included in the Con=soot Sum. B. Time of Completion: The completion of this wo=k is to be on o= befo=e the time indicated in the O~ne= and Cont=octo= Ag=eement. EX]Sq']NG UTiLiTiES, STRUCTURES, AND 01HER PROPERTY: A. P=to= to ony excovotton, it sholl be the Conttocto='s =esponstbt]tty to dote=mine the locotions of o]] existing wore=, gos, sewe=, elect=lc, telephone, te]eg=oph, television ond othe= unde=g=ound utilities ond st=uctu:es. Obtoin location d:owings and othe: assistonce f=om the vottous local Utility Depa=tments and othe= applicable agencies, and make othe= investigations as =equt=ed to accomplish this. B. Afro= commencing wo=k, use eve=y p=ec=ution to =void tnte=fe=ence with existing unde=g=ound and su=foce utilities ond st=uctu=es, ond p=otect them f=om domoge. C. Whe=e the locations of existing unde=g=ound ond su=foce utilities end st=uctu=es ==e tndtcoted on the do=wings, these ]ocotions ==e gene=oily opp=oxtmote, =nd =Il items which m=y be encounte=ed du=ing the wo=k =~e not necessa=tly tndtcoted. It sho]l be the Cont=octo='s =esponstbiltty to dote=mine the ex=ct ]ocottons of =]l items tndtcoted, ond the existence ond locotions of oil items not tndtcoted. 01010 1 1.6 CONIRACTOR'S DUTIES: 1.7 1.8 A. Except as specifically noted, p=ovide and pay fat: Labo=, mate=isis, equipment. Too]s, cons=auction equipment, and machine=y. Wa=e=, heat, and utilities =equi=ed fo= cons=auction. Othe= facilities and se=vices necessa=y fo= p=ope= execution and completion of wo=k. Pay ]egal]y =equi=ed sales, and othe= taxes. consume=, use, pay=all, p=ivi[ege Secu=e and completion bids= pay fo=, as necessa=y fo= p=ope= execution and of wa=k, and as applicable at time of =eceipt of Pe=mtts Fees Licenses Give =equt=ed notices. Comply with codes, o=dtnances, =ales, =egulations, o=de=s and othe= ]egal =equt=ements of public au=ho=tries which bea= on pe=fo=mance of wo=k. P=omptly submit watt=eh notice to Enginee= of obse=ved va=tance of cant=oct documents f=om legal =equt=ements. ]t is not the cont=acto='s =esponsibi]ity to make ce=rain that d=awings and specifications comply with codes and =egulations. App=op=iate modifications to cant=act documents wi]! ad)us= necessa=y changes. Assume =esponsibiltty fo= wo=k known to be cant=say to such =equi=ements without notice. Enfo=ce st=ici not employ on assigned task. discipline and good o=de= among employees. Do wa=k, unfit pe=sons o= pe=sons not skilled in SUB-CONTRACTOR'S L]ST: ]'he p=ime gene=al cant=acta= will submit a list of all sub-cont=acto=s to be used on the p=o)ect within seven I?) days afte= Enginee='s w=ttten notice of cant=act awa=d. Any subcont=acto= listed must be acceptable to the COORDINATION: ]'he p=lme gene=al cant=acta= is =esponstble fo= the coo=dina=ton of the total p=o)ect. All othe= p=lme cant=ac=oas and all sub-cant=ac=oas will coope=ate with the p=tme gene=al cant=acta= so as to facilitate the gene=al p=og=ess of the wo=k. Each t=ade shall affo=d all othe= t=ades eve=y =eosonob]e oppo=tuntty fo= the installation of their wo=k. 01010 2 1.9 CONI'RACTS: A. Construct work under a single prtme general contract. 1.10 WORK SEQUENCE: Construct work so as to service to traffic and construction area. provide the least interruption of businesses situated along the At all times throughout construction, existing water, sewer and gas facilities shall remain in use. No discontinuation of service for any extended period of time will be allowed. 1.11 CONTRACTOR'S USE OF PREMISES= A. Contractor shall limit his use of the premises for work and for storage to the rights-of-way limits or other areas allowed by property owners. B. Confine operations at site to areas permitted by: 1.12 1. Law Ordinances 3. Permit Contract Documents 5. Owner Do not unreasonably encumber site with materials or equipment. Coordinate use of premises with Owner/Engineer and property owners. Assume full cesponsibility for protection and products stored on premises. safekeeping of Move any stored products which interfere with operations of Owner or other contractors. Obtain and pay fo=/ use of additional storage needed for operations. of work areas MATER]AL AND WORKMANSHIP: A, AIl mate=ia] unde= this contract sha]] be new and as specified, suitable fo= the purpose and sub~ect to app=oval by the Engineer. The workmanship shall be first-class and sub~ect to the approval of the Engineer as equal to best standard practice. B. Contractor shall furnish labor which in no way' will conflict with other labor working on the site. The Contractor shall at all times enforce strict discipline and good order among his men and shall not employ any unfit persons or anyone not ski)led in the work assigned to him. The work shall be 01010 3 protected from action of the weather and damage from workmen. Surfaces shall be clean and free from defects. CJ ]'he Cant=ac%or shall remove at his own expense any work material condemned by the Engineer os defective and not in accordance with the additional compensation. Failure to do so shall be deemed as violation of contract and shall be subject to the procedure established for such case. Any omission fat)u=, on the part of the Engineer to disapprove o= reject any work or material shall not be construed to be an acceptance of any such defective work or material. 1.13 INSPECTION OF WORK: Al) the work of the cant=act shall be sub).ct to the inspection of the Engineer and his authorized representatives, and the Cant=acta= shall afford every facility fo= the inspection of materials and workmanship. Such access shall include such portions of the place of manufacture o= fabrication as may be necessary to complete inspection. The Cant=actor shall notify the Engineer tn wrtttng~ tn ample time, to permit inspection at the place of manufacture shou]d the Engtnee= so desire. Materials shall be deltve=ed on the Job p=ope=ly ma=ked for identification and whether previously inspected o= not sho]] be subject to =.inspection and final acceptance o= =ejection at the site of the If the specifications, Engineer's instructions, lows, ordinances, o= any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if inspection ts by another authority than the Engineer, of the dote fixed fo= such inspection. Re-examination of the questioned work may be ordered by the Engineer and, if so ord.=ed, the work must be uncovered by the Contractor. ]f such work is found to be in acco=dance with the Cant=act Documents, the O~ne= shall pay the cost of the re-examination and replacement. ]f such work is found not in accordance with the Contract Documents, the Cant=actor sha]] pay such cost unless he shall show the defect in the work was caused by another Cant=acta= and/ in that event, the party responsible sba)) pay such costs. 1.14 SUSPENS]ON OF WORK - DELAY: Aa On order of the Engineer, the work may be suspended for any substantial cause, such as, but not ]tmtted to, unfovorob]e weather conditions, failure/ refusal or neglect on the port of the contractor and his employees to comply with the terms and conditions of-the Contract documents. The use of, or attempted use of materials or methods not in acco=dance therewith, tnte=fe=ence of the work with other work of a public or private nature necessary to be done prior to the work herein contemplated or fo= any cause of like nature, and the work so suspended sha]] not be resumed except with the consent of the Engineer. 01010 1.15 1.16 During the time of such suspension of the work, if it is to be a considerable time, the Contractor shall have all material neatly piled or removed from the line of work, and all equipment shall be located so as to least interfere with public convenience and traffic. Should the Contractor refuse neglect to take proper care of such materials and equipment, the Engineer shall cause the same to be properly cared for and an amount equal to the cost of so doing shall be deducted any monies which may be or may become due to the Contractor. ]'he Contractor may file proper claims for loss or damage on account of delays incurred by the O~ner. If any delay is caused by any act of the O~ner, or results from causes hereinbefore mentioned, the Contractor will be granted on extension of time for the completion of the work, sufficient to offset such delay if a claim is made by the Contractor in writing to the Engineer within seven days from the dote upon which such delay is started. No extension of time shall be granted for time lost during suspension of the work due to the Contractor's failure to comply with the conditions or terms of the contract. CHANGES IN THE WORK: Be No extra work or change shall be made without a written order from the O~ner, in which event the Contractor shall proceed with such extra work or change, and no claim for an addition to the Contract Sum shall be valid unless so ordered. However, the Engineer shall have the authority, by instructions, to make minor changes in the work, not involving extra cost and not inconsistent with the purposes of the pro)act. ]f the Contractor claims that any such instructions to make minor change do involve extra cost under the contract, he shall notify the Engineer in writing, within o reasonable time after receiving the said instruction and, in any event, before proceeding with the work as changed thereby or be barred from making any claim against the O~ner for such extra costs. Compensation for the work covered by the approved change order shall be determined by an agreed lump sum. LATENT CONDITIONS= Ae If, in the performance of the Cant=oct, latent conditions at the site ore found to be materially different from those indicated by the specifications or unknown conditions not usually inherent in work of the character specified, the attention of the O~ner and Engineer shall be coiled immediately to such conditions before they are disturbed. Upon such notice, or upon his own observations of such conditions, the Engineer and O~ner shall promptly make such changes in the specifications as he finds necessary to conform to the different conditions, and any increase or decrease in the cost of the work resulting from such changes shall be 'adjusted as provided under Article 6, Genera] Conditions, EXTRA WORK AND CLA]NS, as amended in the Special Conditions. 01010 5 GENERAL: Cant=actor shall provide and pay fo= field engineering se=vices required fo= the p=o~ect and include in his bid the necessary allowance to cove= some, including: Survey work required in execution of the pro}.ct. Civil, structural, or other professional engineering se=vices specified, o= =equtred to execute Cant=actor's construction methods. The Engine.= will identify existing cant=al points indicated on the d=owtngs, os requt=ed. 3.2 QUALIFICATIONS OF SURVEYOR OR ENGINEER: Qualified engineer o= =egtste=ed land Cant=acta= ond Engineer. surveyor acceptable to 3.3 BENCH MARKS, MONUMENTS AND SURVEY REFERENCE POINTS: The Cant=acta= will ca=.fully maintain all bench mo=ks, monuments, and othe= reference points. ]f destroyed disturbed/ the reference points will be replaced, by the Cant=acta=, to thet= o=tgtnol positions. In any case in which o reference point is disturbed, the Cant=acta= shall notify the 3.~ PROJECT SURVEY REQUIREMENTS: ]he Cant=acta= shall occu=otely stake out all components of the p=o~ect and wt]] be held entirely responsible fo= any er=oas tn these ]ines and levels· B= The Cant=acta= shall sho)) =epo=t any commencing wo=k. ve=ify oil g=odes, inconsistencies to lines and levels and the Engineer before 1.5 RECORDS: Controcto= shall maintain o complete occu=ate log of oil cant=o] and survey work as it progresses, copies which shall be available to the Engineer if =equested. 1.6 SUBMITTALS: If =equested by Engtnee=, Cant=acta= shall submit: 1. Nome and odd=ess of surveyor and/o= professional engineer. 2. Documentation to verify accuracy of field engineering work. 3. Certificate signed by registered engineer o= surveyor certifying that elevations and locations of improvement ore in conformance, o= non-conformance with Cant=oct Documents. 01050 GENERAL: Cant=acta: to submit App]tcations fo: Payment to Engine.: in acco=dance with the schedule established by Special Conditions, pa=ag=apb 1.~, F, Pa:ttal Payments. FORMAT AND DATA REQUIRED: Submit itemized applications typed on Application and Ce:tificate fo= Payment, os app:oved by Engine.:. 3.3 PREPARATION OF APPL]CA3']ON FOR EACH PROGRESS PAYMENT: A. Application Fo=m: 1. Fill in =equi:ed info=marion, including that fo: Change O:de:s executed p=to= to the date of submittal of applications. 2. Fi]] in summa:y of do]la= values to ag=ee with the :espective totals indicated on the continuation sheets. 3. Execute ce=ttfication with the stgnatu:e of a :esponstble office: of the Cant:act fi=m. B. Continuation Sheets: Fill in total list of all scheduled component items of wa:k, with item numb.= and the scheduled each item. Fill in the dolla: value in each column fo: each scheduled line item when wo=k has been pe:fo:med o: p:oducts sro=ed. List each Change O:de: Numb.:, and desc:tptton, as fo: an o=ig~na] component ~tem of 1.~ SUBSTANTIATING DATA FOR PROGRESS PAYMENTS: When the Own.: o: Cant:acta: shall ]ette: identifying: the Engine.= :equt=es substantiating data, submit suitable info:motion, with a cove: P:o)ect Application numb.: and date Detailed list of enclosu:es Fo: sro:ed p=oducts: a. Item numbe: and identification as shown on application b. Desc:tptton of specific mate:iai Submit one copy of data cove= lette: fo:. each copy of application. 01152 1.5 SUBMITIlAL PROCEDURE: A. Submit Applications fo= Payment to Enginee= at times stated Special Conditions. Numbe=: Five {5l copies of each Application. S~gn each copy and have each copy p=ope=]y nota=tzed. Nhen Enginee= finds the Application p=ope=]y completed and co==ect, he wi]] t=ansmtt th=ee (3} copies of the ce=tificote fo= payment to the Owne= and one (1] copy to the Cant=acta=. 01152 2 ~[~[3_01~__~10 - CONSTRUCT]ON SCHEDULES 1.1 GENERAL: 1.3 Within 1S days afte: award of the Cant:act, the Cant:acta: sha]] p:epa:e and submtt to the Engtnee: an estimated const:uct~on p:og:ess schedule fo: the Wa:k, with dates on which he wt]] start the sa]tent featu:es of the wo:k and the contemplated dotes fo: completing the some. Submit :evtsed p:og:ess schedules payment. Submtt two 121 coptes. FORM OF SCHEDULES: wtth each application fo: A. P:epa:e schedu]es tn the fo:m of a ho:tzontal bo: cha:t. 1. P:ov~de sepa:ate ho:tzontal bo: fo: each sepa:ate ttem ope:at~on. 2. Ho:tzonta] :1me sca]e: ]dent~fy by week, month, yea:, etc. 3. Minimum sheet stze: B 1/2" x 11". Fo:mat of listings: each ~tem of wo:k. CONTENTS OF SCHEDULE: The ch:onologtcal o:de: of the sta:t of A. Const:uctton P:og:ess Schedule: 1. Show the complete sequence of const:uctton by activity. 2. Show the dates fo: the beginning, and completion of, each mo~o: element of const:uctton. 3. Show p:o~ected pe:centage of completion fo: each item, as of the fi:st day of each month. PROGRESS REVISIONS: A. lndicate p:og:ess of each acttvtty to date of submission. B. Show changes occu::tng stnce p:evtous submission of schedule. 01310 1 ~]ON 013~0 - SHOP DRAW]N~_~_BB_OD_~]_~}~_~.ND__SAMPLES 1.1 GENERAL: Contractor to submit Shop D=awings, P=oduct D~ta and Samples os =equtred by the Contract Documents and os specified tn other sections of the specifications. SHOP DRAWINGS: As soon os p=octtcab]e after contract awa~d~ submit to the Engtneer~ for approva]~ the =equtred numbe= of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. Shop d:awtngs shall include: M~nufactu:e:'s catalog sheets and/or descriptive data for materials and equtpment~ showing dimensions, performance chatacte:tsttcs, and capacSttes and other pertinent information os required to obtain approval of the items involved. No work :equtring shop drawings will be executed until approval of such d:awtngs has been obtained. ~.3 PRODUCT DATA: A. Preparation: Clearly ma~k each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturer's standard schematic d:awtngs and diagrams: Modify drawings and diagrams to delete not applicable to the work. Supplement standard info=motion to provide information specifically applicable to the SAMPLES: A. P~ovtde samples specifications. as Indicated In othe: ports of these 3.5 CONIRACIOR RESPONS]BILITIES: A. Review Shop Drawtngs and Product Data prior to submission. B. Determine and Verify: F~e]d measurements Fte]d construction criteria 3. Cata]og numbers and stmt]ar data Conformance with specifications. 013,~0 1 Coo=dtnote each submittal with =equt=ements of the work and of the Cant=act Documents. Begin no wo=k which =equt=es submittals submittals wtth Engtnee='s app=oval. unttl =eturn of Keep one (ll app=oved copy of shop d=awJngs o= p=oduct data at )ob site at all times. SUBMISSION REQUIREMENTS: Make submittals p=omptly and tn such sequence as to cause no delay tn the wo=k or in the wo=k of any othe= cant=acta=. B. Number of submittals requt=ed: Fo= shop d=awings and p=oduct data: Submit the number of copies which the cant=acta= =equi=es, p]us fou= whtch wtll be =etotned by the Engtnee=. C. Submitto]s shall contain: $. The dote of submission and the dates of any p=evious submlsslons. 2. ]he p=o}ect tltle. 3. The names of: o. Cant=actor b. Supp]ter c. Manufactu=er ~. Identification of the p=oduct. S. Field dimensions, clearly identified as such· 6. Re]atton to adjacent o= c=tttca] featu=es of the work or mate=1als. 7. Applicable standards, such as ASTM or Fade=al Specification numbers. 8. ]dentifJcotJon of deviations f=om Cant=act Documents. 9. Identification of =evtsions on resubmtttols. 10. Cont=acto='s stamp/ initialed o= signed/ certifying to review of submittal, ve=tficatton of products/ fie]d measu=ements and field const=uctton c=tte=ta, and coordination of the 1nfo=motion wtthtn the submittal with ~equt~ements of the wo~k and of Contract Documents. D. APPROVAL: e Shop d=awtng and p=oduct data info=motion app=oval will be gene=a]. Such approval wtll not =elteve the Contractor of any responstbt]tty and work =equt=ed by the Cant=act. Satisfacto=y shop d=awtngs will be so designated and oil sets/ except fou= (~l/ =etu=ned to the Contractor. Dtsapp=oved shop d=aw~ngs will be so designated and al] sets except two (21 wi]l be =eturned to the Cant=actor/ with Indications of the =equi=ed co==ecttons and changes. Dtsapp=oved shop d=awtngs w~l] be co==ected and resubmitted to the Engtnee= fo= app=ova]. 013~0 2 3.7 RESUBM]SS]ON REQUIREMENTS: 1.8 A. Nake any co:recttons o: changes in the the Engineer and :esubmJt untt! app=oved. B. Shop D=awings and Product Data: required by Revise tnttta] d:awtngs o= data, and resubmit as specified for the tnttto] submittal. Indicate any changes which have been made other than those requested by the EngJnee:. ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonab]e p:omptness. Affix stamp and initials o: signature, and =equirements for resubmJtta], or app:ova! of submittal. tndicate C. Retu:n submttta] s to Contractor fo: dist:tbutton, or for re submt ss:i on. 013~0 3 CONTRACT CLOSEOUT GENERAL: Aa Contractor shall comply with requirements stated tn Conditions of the Contract and specifications for administrative procedures for closing out the work. B. Re]ated requirements specified in other sections: Record Documents: Section 01720 Warranties: Section 01750 1.2 SUBSTANTIAL COMPLETION: A. When Contractor considers the work he sho]] submit to the Engineer: substantially complete, A written notice that the work, or designated portion thereof, is substontio])y complete. A ]ist of items to be comp]eted or corrected. Within o reasonable time after receipt of such notice, Engineer wil] make on inspection to determine the status of comp)etJon and sba]) furnish the Contractor o comp]eta list of items of work to be comp]eted or corrected. The list so developed sho]], in no way, release the Contractor, or subcontractors from furnishing and tnsto]]tng or required by the Contract Documents. Should Engineer determine complete: that the correcting items or work work is not substantially 1. Engineer w~]] prompt]y notify the Contractor in writing, giving the reasons therefor. 2. Contractor sba]] remedy the deficiencies tn the work, and send o second written notice of substantial comp]etion to the Engineer. 3. Engineer will reinspect the work. When EngJnee~ concurs he w~]]: that the womk is substontio]ly complete, 1. Prepare o Certificate of Substantial Completion accompanied by Contractor's ]ist of items to be comp]eted or corrected, as verified and amended by the Engineer. Submit the Certificate to Owner and Contractor for their written acceptance of the ~esponsibi]tties assigned to them in the Certificate. 3.3 FINAL INSPECT]ON: When Contractor considers the work is complete, he s. holl submit written certification that: 1. Contract Documents hove been reviewed. 01700 3. 5. Work has been inspected for compliance with Contract Documents. Work has been completed in accordance with Contract Documents. Equipment and systems have been tested in the presence of the Owner's representatives and are operational. Work is completed and ready for fins! inspection. Engineer will make on inspection to completion with reasonable promptness certification. verify the status of after receipt of such Co Should Engineer consider that the work is incomplete or defective: 1. Engineer will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to Engineer that the work is complete. 3. When the Engineer finds that the work is acceptable under the Contract Documents, he shall request the Contractor to make c]oseout submittals. CONTRAC3'OR'S CLOSEOUT SUBNITTALS TO ENGINEER: Ae Upon final acceptance by the Owner, and completion of all work, the Contractor shall submit to the Owner, through the Engineer, the fo]lowing data: 1. Certificate stating that all accounts fo= labor, equipment and material are paid in ful]~ or in the case of outstanding accounts because of this work, the Contractor shall furnish a re]ease of claims by the individual or concerned party. This certificate shall be notarized and signed by the Contractor. 2. The Contractor's Bonding Company shall furnish a re]ease to the Owner, that it is with their consent that final payment be made to the Contractor. 3. The Contractor shall furnish a letter gvarantee of workmanship to be free of defects for a period of one year, unless required longer by any division of the .specSf$cattons~ and should any defects a=lse~ then such defects shall be =estored to the original condition at no expense to the Owner. This shall include all necessary cutting and patching as may be required to correct the defective work. ~. The Contractor shall submit accurate and detailed "As-Built Drawings" covering all changes to the work. Submit two 121 copies. 5. 3'he Contractor shall submit al! guarantees, warranties, brochures, and operating instructions as required by the different divisions of the specifications. 01700 The Cont:acto: shall submtt a :equest fo: final payment, whtch shall tnclude an audtt of the account of the cont:act and satd audtt shall fully cove: amounts patd by the Owner to the Cont:actor, and amounts due Contractor because of this wo:k, all of whtch shall be fully covered by the contract documents and approved change orders. FINAL PAYMENt: Final payment shall be made upon submission of the documents called fo= above, and as cove:ed unde: the general conditions and any modification thereto. 01700 3 SECllON 01720 - PROJECT RECORD DOCUMENTS 1.1 GENERAL: A. Cant=acta= shall maintain at the p=o)ect site one of: 1.3 =eco=d copy D=awtngs 2. Specifications 3. Addenda Change o~de=s and othe~ modifications to the Cant=oct 5. App=oved shop d=awtngs~ p=oduct data and samples lest =eco=ds NA]NTENANCE OF DOCUMENTS: Maintain documents in neat, clean )egtble condition and in good Make documents oval]able at o)l times ¢o= inspection by Engtnee=. RECORD)NG: A. Reco=d info=motion concu==ent]y with constzuctton pzog=ess. B. D=awJngs~ ]egJb)y ma=k to =eco=d actual const=uction: Finished elevations Ho=izonta] and ve=ttca] locations of unde=g=ound utilities and appu=tenances. Field changes of dimension and detai]. Changes made by field o=de= o= by change Details not on origtno] cant=act d=awtngs. Specifications and Addenda~ =eco~d: ]egtb]y ma=k each section to 1. Nanufactu=e=, t=ade name/ catalog numbe= and supplte= of each p=oduct and item of equipment actually installed. 2. Changes made by fte)d o=de= o= by change o=de=. SUBM] 1 TAL: Ae At Cant=act close-out/ deltve= one set of =ep=oductbles and two sets Ib]ue line paints} of =eco=d documents las-built! to Eng~nee= fo= the Owne=. Cost of =ep=oductbles and blue lines will be bo=ne by the Cant=acta=. 0~750 1 3.1 GENERAL: Cant=acta= shall gua=antee mate=tals and ~o=kmanship fo= a pe=iod of one yeas f=om date of completion except ~he=e additional gua=antees o= ~o==anties are =equi=ed unde= the technJco! sections of the specifications. Befo=e final payment ts made the General Cant=acta= shall de]tve= to the EngJnee= ail mate=iai and equipment gua=antees Ce 1'he Gene=a] Cant=acta= sha]! also de]tve= to the Eng~nee= befo=e final payment th=ee complete bound sets of manufactu=e=~s tnst=ucttons~ se=vice and pa=ts manuals on each piece of equipment fu=n~shed unde= this contract. 01750 1