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