Loading...
6304 - Denton Energy Center Waterline Phase 1, 3.Statement of Work/ SpecificationsExhibit 3 Denton Municipal Electric City of Denton, Texas TECHNICAL SPECIFICATION Water Line Improvements – Phase 1 for the Denton Energy Center RFP# 6304 PROJECT SUMMARY Denton Municipal Electric (City of Denton, Texas) is seeking proposals for construction of the Water Line Improvements – Phase 1 for the Denton Energy Center. This specification provides the information necessary to allow prospective Contractors to prepare proposals for complete construction of this project as described in the drawings and this specification. The Contractor shall provide all equipment, materials and labor necessary to complete the work described in a manner satisfactory to the City. The contract for complete construction of the Water Line Improvements – Phase 1 for the Denton Energy Center will be awarded to one Contractor. Any drawing errors discovered shall be promptly reported to DME for resolution. The construction work required for this RFP shall be as described in the plans and specifications. As an introduction and summary, the typical components of the work for the public improvements are: Water: The Contractor shall perform 12 inch water line improvements including constructing the new 12 inch water lines, 24 inch steel casing by open trench, 12 inch water carrier line, valves, fire hydrant, and connecting to the existing water line as well as all other work to complete the project. There is a RFP ALTERNATE included in the project for a portion of the work. The RFP ALTERNATE provides an alternate pipe size and type for a portion of the water line improvements. The RFP ALTERNATE pipe is 16 inch ductile iron pipe for the portion of the water line improvements shown on the drawings, including associated fitting and valve alternate sizes. Other Improvements associated with the work: The Contractor shall perform the other associated work such as general site preparation, traffic control, barricades, barriers, and warning signs, and temporary erosion control. Technical questions, drawings, and transmittals shall be directed to: Mr. Robin Harris P.E. Teague Nall & Perkins 1517 Centre Place Drive, Suite 320 Denton, TX 76205 Phone: (940) 383-4177 Fax: (940) 383-8026 rharris@tnpinc.com PROJECT LOCATION The Denton Energy Center is located on the south side of Jim Christal Road west of Masch Branch Road. A general location map is shown on the drawings. GENERAL REQUIREMENTS OF THE CONTRACTOR Site Conditions The Contractor shall be responsible for visiting the site and properly accounting for site and excavation conditions in proposal prices. Unexpected conditions in excavation will not be considered basis for a cost adjustment. Any known underground utilities will be shown on plans; however, there are no guarantees as to what may be discovered during excavation. The Contractor remains under the obligation to obtain underground utility locations prior to any excavation. Work Required Near Energized Lines Denton Municipal Electric is a municipally owned electric utility whose business purpose is to transmit, distribute, and sell electricity. The work identified in this RFP is intended to provide facilities that will form part of the infrastructure necessary for operation of the electric utility. No work is required on energized lines for this project; however the Contractor is hereby notified that there may be energized electric power lines on or near the work areas on any given site. Work may be required above energized underground distribution conductors. Appropriate precautions are required to prevent tools or equipment being placed or operated closer than ten (10) feet from any distribution voltage overhead power line or closer than twenty (20) feet from any transmission voltage overhead power line. The Contractor shall consult with DME for appropriate instructions on working near underground conductors. The Contractor shall be responsible for compliance with all OSHA requirements related to the work. Locations of Facilities, Surveying, and Staking Water improvement lines and grades shall be as shown on the drawings, City standard drawings, applicable NCTCOG drawings and the specification for the project. The City will provide surveying control on or near the site, which will include a benchmark. The City will also provide horizontal and vertical staking of the water line improvements. The Contractor shall be responsible for protection of these references. Should the Contractor’s activities result in damage to the benchmark the City will have the reference replaced at the expense of the Contractor and at no expense to the City. Should the Contractor require re-staking of water line improvements due to the Contractor damaging these references the City will have the references re-stake at the Contractor’s expense and at no expense to the City. The Contractor will be fully responsible for obtaining locates for utilities for the project. Refer to “Locating Underground Utilities” within this section. The following staking will be provided by the City for the water improvements: Water Lines Grade and Alignment stakes shall be provided at 50' intervals. Valves, bends, fire hydrants, tees, and all other appurtenances to the line shall be staked before construction in that area proceeds. The Contractor shall consult with the Inspector before work begins to establish the appurtenances that will need to be staked. Standard of Work and Codes and Standards All work shall be done in a thorough and workmanlike manner in accordance with the plans, specifications, and construction drawings. Drawings and Other Documents All drawings, maps, and other documents pertaining to projects or otherwise provided pursuant to the RFP or referenced herein shall be considered a part of this specification. Safety Requirements The City considers safety to be the highest core value and priority. The goal is for zero incidents or injuries. The same goal is expected of Contractors and subcontractors throughout the project. In submitting an RFP, the Contractor is agreeing to pursue the work with the highest degree of regard for all aspects of safety in the prosecution of the project. The Contractor further agrees that the City, or any designated employee or representative of the City, has the right to stop work at any time that it is believed that there is, or could be, a compromise to safety; and, that in the case of such a work stoppage, the Contractor will not be allowed to continue the work until the compromise to safety is resolved to the satisfaction of the City. Any work stoppage for reasons of safety will not be considered as basis for a claim for additional funds. The work shall be performed in accordance with all applicable federal, state, and local safety regulations and in accordance with all City safety policies. The Contractor shall comply with all reasonable safety requirements by the City. The Contractor shall be responsible for the observance of proper safety practices and the avoidance of unnecessary damage to property by all personnel engaged in the work. The Contractor shall take all steps necessary to prevent damage to or interference with existing power lines, communication facilities, roadways, railroads, waterways, buried cables, pipelines, fences and other facilities adjacent to or crossing the project right-of-way. Neither the professional activities of the Engineer, nor the presence of the Engineer and/or City or the Engineer’s and /or City’s employees and sub-consultants at the construction site, shall relieve the general Contractor and any other entity of their obligations, duties, and responsibilities including, but not limited to, construction means, methods, sequences techniques, or procedures necessary for performing, superintending, or coordinating all portions of the work of construction in accordance with the contract documents and any health or safety precautions required by any regulatory agencies. The Contractor agrees that he is solely responsible for job-site safety, and warrants that this shall be made evident in the City’s agreement with the Contractor. The Contractor also agrees that the City, the Engineer and the Engineer’s consultants shall be indemnified and shall be insured under the Contractor’s general liability insurance policy. The Contractor shall be responsible for citations and fines imposed on the Contractor from all sources. The Contractor shall ensure that proper personal protective equipment (PPE) is in use at all times by all employees on site. As a minimum, this shall consist of hard hats safety glasses, leather work boots, and appropriate work cloths. The City reserves the right to conduct random safety inspections. Timeliness of injury notification – Injuries, accidents, near misses, and damage to equipment shall be reported to the City immediately after occurrence. The Contractor shall conduct an investigation and provide a written report to the City within 48 hours of any of the above types of incidents. Return to work procedure – When an employee of the Contractor is injured and the injury requires off-site medical attention, it is required that the employee have a return to work authorization signed by a licensed medical provider stating that the employee is cleared to return to work with or without limitations. The Contractor may also be required to complete a root cause analysis that clearly defines the cause of the incident and the methods that will be instituted for prevention of recurrence. The City reserves the right to require that this root cause analysis be completed before resuming the work. Locating Underground Utilities As required by State law, the Contractor is responsible for obtaining all required locates for underground facilities prior to any excavation. Should non-located, or incorrectly located, underground utilities or other structures be encountered during excavation, the Contractor shall consult with the City immediately to determine a course of action. The Contractor shall cooperate with all parties in resolving any problems discovered and in keeping any utilities services in operation to the greatest extent reasonable while alternative solutions are implemented. The Contractor shall be responsible for repair of damaged underground facilities where the Contractor has failed to obtain proper locates prior to excavation. Any repairs required shall be done to the satisfaction of the City. Material Sampling and Testing See General Provisions for Material Sampling and Testing Requirements. Work Staging Areas The Contractor shall coordinate with the City for staging locations on the City property. If the Contractor must use private land for staging or other construction purposes, the Contractor shall make all necessary arrangements with the landowner and shall pay all rental or other costs. The City will not be liable for any damage, theft or vandalism that occurs to the Contractor’s equipment on the site. Any land, whether belonging to the City of Denton or to a private landowner, used for staging or other construction purposes shall be thoroughly cleaned after use and restored to a smooth surface free of ruts and reseeded if appropriate. Security The City will not be liable for any damage, theft or vandalism that occurs to the Contractor’s equipment and/or materials on the substation site or any staging site. Errors and Omissions by the Contractor No payment shall be made to the Contractor for materials or labor required to correct errors or omissions on the part of the Contractor. Payment shall not be made for work found not to be in accordance with the plans and specifications. Storm Water Pollution Prevention Plan Compliance If the Contractor will be disturbing 1 acre or more of land during the course of constructing the improvements for the project, a SWPPP will be required. The SWPPP shall be included with the Temporary Erosion and Sedimentation Controls. The Contractor shall comply with all requirements contained in the SWPPP throughout the project and shall maintain all silt fences and drainage restrictions placed for the plan. If adjacent land is used for a staging area, appropriate features of the SWPPP shall apply to use of that land as well. The Contractor shall provide a copy of the SWPPP to the City prior to commencing construction. Water Used For Construction Water used for any uses including sprinkling, testing, and flushing of pipelines, or any other purpose incidental to this project, will be the responsibility of the Contractor. The Contractor may obtain the water from any source, including the City of Denton. In the event that the Contractor obtains the water from the City, the Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in such a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. The Contractor shall make arrangements with the City to provide the water required and the Contractor shall pay for the water at the prevailing rate. Site Waste and Spoil Management and Cleanup During the course of the project, from beginning to end, the Contractor shall maintain a continuous waste management and cleanup program. All waste material shall be contained or stockpiled daily before leaving the site. Any kind of waste, whether generated by the project or by employees of the Contractor, shall be contained daily in a dumpster or other container and removed from the site at least weekly. This type of waste shall not be left or allowed to accumulate outside the waste container beyond the end of the day. Pallets may be stacked for later removal unless they are damaged or intended for waste. With the exception of any unused material provided by the City remaining after completion of construction, all trash or unusable debris generated by the Contractor shall be disposed of in a manner suitable to the City and at the cost of the Contractor. Unless directed otherwise by the City, the Contractor shall dispose of excess spoil from site work. The project will not be considered complete until the requirements of this section are complete. Failure to comply with the requirements of this section at the end of the day will result in a mandatory work stoppage on the following day until the cleanup is completed. Exceptions will be granted when weather makes cleanup problematic. The City must approve exceptions in advance. Protection to Persons and Property The Contractor shall at all times take all reasonable precautions for the safety of employees on the work and of the public, and shall comply with all applicable provisions of federal, state, and municipal safety laws and building and construction codes, as well as the safety rules and regulations of the City. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America unless such instructions are incompatible with federal, state or municipal laws or regulations. The following provisions shall not limit the generality of the above requirements: The Contractor shall at no time and under no circumstances cause or permit any employee of the Contractor to perform any work upon energized lines, or upon poles carrying energized lines. The Contractor shall limit the movement of its crews and equipment so as to cause as little damage as possible to access ways and areas adjacent to the project site and shall endeavor to avoid marring the lands. All fences, which are necessarily opened or moved during the construction of the project, shall be replaced in as good condition as they were found. Except for access by public roads, the Contractor shall confine all activities to land owned by the City of Denton that are part of the project site or access easements thereto. Damage to adjacent properties shall be the responsibility of the Contractor. The Contractor shall be monetarily responsible to the Landowner for any damages to adjacent property or associated livestock. The City will settle damages with the Landowner and deduct such settlement from any funds due the Contractor if the Contractor does not settle damages with the Landowner within thirty (30) days after such damages occurred and became known to the Landowner, City, or Contractor. The project, from the commencement of work to completion, or to such earlier date or dates when the City may take possession and control in whole or in part as hereinafter provided, shall be under the charge and control of the Contractor and during such period of control by the Contractor all risks in connection with the construction of the project and the materials to be used therein shall be borne by the Contractor. The Contractor shall make good and fully repair all injuries and damages to the project or any portion thereof under the control of the Contractor by reason of any act of God or other casualty or cause whether or not the same shall have occurred by reason of the Contractor's negligence. The Contractor shall hold the City harmless from any and all claims for injuries to persons or for damage to property happening by reason of any negligence on the part of the Contractor or any of the Contractor's agents or employees during the control by the Contractor of the project or any part thereof. The Contractor shall remove any and all excess or unusable rock, debris, underbrush and other useless material from the site of the project as rapidly as practicable as the work progresses. Upon violation by the Contractor of any of the provisions of this section, after written notice of such violation given to the Contractor by the City, the Contractor shall immediately correct such violation. Upon failure of the Contractor to do so, the City may correct such violation at the Contractor's expense: Provided, however, that the City may, if it deems it necessary or advisable, correct such violation at the Contractor's expense without such prior notice to the Contractor. The Contractor shall submit to the City monthly reports in duplicate of all accidents, giving such data as the City may prescribe. Non-assignment of Contractor The Contractor shall perform directly, and without subcontracting, not less than eighty percent (90%) of the construction of the project, to be calculated on the basis of the total contract price. An exception to this requirement will be the steel casing by open trench. The Contractor shall not assign the contract effected by an acceptance of this RFP or any interest in any funds that may be due or become due hereunder or enter into any contract with any person, firm or corporation for the performance of the Contractor's obligations hereunder or any part thereof, without the approval in writing of the City and of the Surety and Sureties on any bond furnished by the Contractor for the faithful performance of the Contractor's obligations hereunder. If the Contractor, with consent of the City, and any Surety or Sureties on the Contractor's bond or bonds, shall enter into a subcontract with any subcontractor for the performance of any part of this contract, the Contractor shall be as fully responsible to the City for the acts and omissions of such subcontractor and of persons employed by such subcontractor as the Contractor would be for its own acts and omissions and those of persons directly employed by it. Restoration and Cleanup The Contractor shall maintain a continuous cleanup program throughout construction both with regard to refuse and the surface condition of the site. All refuse, either project related or that generated by the Contractor’s personnel, shall be properly disposed of or placed by the end of each workday. The Contractor shall keep the surface of the site in a reasonably graded state with ruts repaired, spoil from excavation stockpiled or used were additional fill is needed, and excavations for removal of trees or other underground structures, whether natural or manmade shall be refilled and restored to a safe condition immediately upon completion of the removal and, in no case, left open beyond the end of the work day. Excess excavated or other removed material may be temporarily stockpiled in a common location on site to accumulate amounts that will allow truckload disposal to be efficient. The City reserves the right to specify when removals are made. Special Requirements City of Denton Requirements -- The Contractor shall comply with all City of Denton construction, traffic control, and other regulatory or rule requirements. Silt fences are required to be maintained. The Contractor shall install silt fences and other erosion control measures as required by the Temporary Erosion and Sedimentation Controls, and the Storm Water Pollution Prevention Plan (SWPPP), if a SWPPP is required. The Contractor shall comply with the requirements contained in the SWPPP and any amendments made thereto. Vehicle Inspection -- Each vehicle that is to be used on the project may be inspected by the City at any time for excessive oil leaks. If significant oil leaks are found, the Contractor shall fix them before putting the equipment on any site. The Contractor shall be responsible to keep all his equipment maintained in such a manner to prevent oil leaks on the City's properties. CONSTRUCTION Time and Manner of Construction The Contractor agrees to commence construction on the site on a date to be determined (hereinafter called the "Commencement Date"). The Contractor further agrees to prosecute diligently and to complete construction in strict accordance with the plans, specifications, and construction drawings within the time frame determined for the project at the time the purchase order is issued. The time for completion of construction is critical. It is not anticipated that there will be any reason for an extension of the time required to complete the project. Extensions of time for completion will be considered only as a last resort and only for causes that are beyond the control and without the fault of the Contractor, including acts of God, fires, floods, inability to obtain materials, and acts or omissions of the City with respect to matters for which the City is solely responsible. Provided, however, that no such extension of time for completion shall be granted the Contractor unless within five (5) days after the happening of any event relied upon by the Contractor for such an extension, Contractor shall have made a request therefor in writing to the City, and provided further that no delay in such time of completion or in the progress of the work which results from any of the above causes except acts or omissions of the City, shall result in any liability on the part of the City. The Contractor shall submit a construction plan that includes the intended sequence and intended schedule for construction as soon as practical after the Notice of Award or purchase order is given for the project. The City shall have approval authority for the construction plan. The City may from time to time during the progress of the construction of the project make such changes, additions to or subtractions from the plans, specifications, construction drawings, list of materials and sequence of construction provided for in the previous paragraph as conditions may warrant. If any change in the construction shall require an extension of time, a reasonable extension will be granted if the Contractor shall make a written request to the City within five (5) days after any such change is made. If the cost to the Contractor for construction of the project shall be materially increased by any such change or addition, the City shall pay the Contractor for the reasonable cost thereof in accordance with a construction contract amendment signed by the City and the Contractor, but no claim for additional compensation for any such change or addition will be considered unless the Contractor shall have made a written request and obtained approval therefore to the City prior to the commencement of work in connection with such change or addition. Such request must demonstrate to the satisfaction of the City the reasons for the cost change. Substitution of material of similar types shall not be considered as justification for a change in the project construction cost. Environmental Protection The Contractor shall perform work in such a manner as to maximize preservation of beauty, conservation of natural resources, and minimize marring and scarring of the landscape and silting of streams. The Contractor shall not deposit trash in streams or waterways, and shall not deposit herbicides or other chemicals or their containers in or near streams, waterways or pastures. The Contractor shall follow, under the general direction of the City and/or Engineer, the criteria relating to environmental protection as specified herein by the City and/or Engineer. Contractor’s Resources The Contractor agrees that in the event this proposal is accepted, he will make available for use in connection with the proposed construction all necessary resources to prosecute the project within the expected time. This shall include, as a minimum, tools, equipment, and qualified superintendents, foremen, technicians, and other labor resources. Support System Inspector All contractors involved in excavations as defined in the most current OSHA Occupational Safety and Health Standards for excavations must submit a notarized affidavit prior to award of the RFP showing the name of the Support System Inspector. The affidavit must include a statement that the named individual is a competent person as defined in the OSHA regulations related to excavations. In order to be a “competent person,” one must have had specific training in, and be knowledgeable about soil analysis, the use of protective systems, and the OSHA regulations on excavations. Supervision and Inspection The Contractor shall cause the construction work on the project to receive constant supervision by a competent and qualified superintendent employed by the Contractor (hereinafter called the "Superintendent") who shall be present at all times during working hours where construction is being carried on. The worksite shall have continuous English speaking supervision. The Contractor shall also employ, in connection with the construction of the project, capable, experienced and reliable foremen and such skilled workmen as may be required for the various classes of work to be performed. Directions and instructions given to the Superintendent by the City shall be binding upon the Contractor. The City reserves the right to observe, directly or through an independent engineering or testing firm, the activities of the Contractor and to require changes to procedures that, in the City’s or his representative’s opinion, do not meet the requirements or intents of this specification. The Contractor shall plan and coordinate the work with the City such that notice and opportunity is afforded for inspection. The City reserves the right to require the removal from the project of any employee of the Contractor if in the judgment of the City such removal shall be necessary in order to protect the interest of the City. The City, Engineer or the Supervisor has the right to suspend the work wholly if the Contractor or any of the Contractor's employees are being abusive or in any way trying to intimidate the City, Engineer or the Supervisor. If work is suspended due to this provision, there will be a meeting with the following entities represented to resolve and correct any problems: the Supervisor, the Engineer, the Contractor and the Contractor’s Surety. The Contractor shall not be compensated monetarily or by extension of completion date if the work on the project is suspended due to this provision. The City, Engineer or the Supervisor, if any, shall have the right to require the Contractor to increase the number of its employees and to increase or change the number or kind of tools and equipment if at any time the progress of the work shall be unsatisfactory to the City; but the failure of the City to give any such directions shall not relieve the Contractor of its obligations to complete the work within the time and in the manner specified in this proposal. The manner of construction of the project, and all materials and equipment used therein, shall be subject to the inspection, tests and approval of the City and/or Engineer and the Contractor shall furnish all information required by the City and/or Engineer concerning the nature or source of any materials incorporated or to be incorporated in the project. The City and/or Engineer shall have the right to inspect all payrolls, invoices of materials, and other data and records of the Contractor and of any subcontractor, relevant to the construction of the project. The Contractor shall provide all reasonable facilities necessary for such inspection and tests and shall maintain an office at the site of the project, with telephone service where obtainable (mobile phone acceptable). The Contractor shall have an authorized agent accompany the City and/or Engineer when final inspection is made and, if requested by the City, when any other inspection is made. In the event that the City or the Engineer shall determine that the construction contains or may contain defects, it shall be the duty of the Contractor and the Contractor's surety or sureties to have an inspection made by an Engineer approved by the City, for the purpose of determining the exact nature, extent and location of such defects. The Engineer may recommend to the City that the Contractor suspend the work wholly or in part for such period or periods as the Engineer may deem necessary due to unsuitable weather or such other conditions as are considered unfavorable for the satisfactory prosecution of the work, excessive easement damage, or because of the failure of the Contractor to comply with any of the provisions of the specification: Provided, however, that the Contractor shall not suspend work pursuant to this provision without verbal authority from the City to do so. If verbal instruction is given, it shall be verified within twenty-four hours by written notification from the City. The time of completion herein above set forth shall be increased by the number of days of any such suspension, except when suspension is due to the failure of the Contractor to comply with any of the provisions of this contract. In the event that work is suspended by the Contractor with the consent of the City, the Contractor before resuming work shall give the City at least twenty-four (24) hour notice. Defective Materials and Workmanship The acceptance by the City or the Engineer of any materials equipment (including City-furnished materials) or any workmanship shall not preclude the subsequent rejection thereof if such materials, equipment, or workmanship shall be found defective after delivery or installation, and any such materials, equipment or workmanship found defective before final acceptance of the construction shall be replaced or remedied, as the case may be, by and at the expense of the Contractor. Any such condemned material or equipment shall be immediately removed from the site of the Project by the Contractor at the Contractor's expense. The Contractor shall immediately notify the City, Engineer, or Supervisor of any damage that is caused to any City furnished materials due to accident or negligence. If the City deems it necessary, the damaged material shall be replaced by the Contractor at Contractor’s expense. The Contractor shall not be entitled to any payment hereunder so long as any defective materials, equipment or workmanship in respect to the Project, of which the Contractor shall have had notice, shall not have been replaced or remedied, as the case may be. Notwithstanding any certificate which may have been given by the City or the Engineer, if any materials, equipment (except City-furnished materials) or any workmanship which does not comply with the requirements of this specification shall be discovered within two (2) year after completion of construction of the project, the Contractor shall replace such defective materials or equipment or remedy any such defective workmanship within thirty (30) days after notice in writing of the existence thereof shall have been given by the City. In the event of failure by the Contractor to do the requested correction, the City may replace such defective materials or equipment or remedy such defective workmanship, as the case may be, and in such event the Contractor shall pay to the City the cost and expense thereof. ENVIRONMENTAL CONTROLS In an effort to protect the environment, to minimize damage claims against the Contractor and the City, every person working on this project needs to understand and follow the guidelines set out below. The construction contract requires that the Contractor perform the work "in such manner as to minimize marring and scarring of the landscape and silting of streams". The Engineer’s and City’s personnel will also be subject to these requirements. The following requirements shall be followed wherever applicable, except where local regulations or Landowner requirements are more stringent, in which case the more stringent requirements shall govern. Hunting There will be no hunting by the Contractor, his employees, or guests, on the project site, or on the privately owned lands which this line traverses. No firearms are to be carried by personnel engaged in the construction of this project. Fires Open fires of any type shall not be permitted on project site, or on adjacent property. All grass fires that start in the vicinity where the Contractor is working shall be the responsibility of the Contractor and all damage payments to the Landowner and Tenant or governmental agency shall be made by the Contractor. Contamination Crankcase oil, hydraulic oil, gasoline, etc., shall never be dumped into streams or onto the ground, but must be removed from the project for proper disposal. All used cans, boxes, packages and litter of all types shall be removed from the site immediately after use and shall never be allowed to be scattered by wind or to cause a fire hazard. Excavation Any and all excess earth, rock, debris, underbrush and all other useless material shall be removed by the Contractor from the site of the project as rapidly as possible as the work progresses. Open Holes No holes shall be left open or unfilled overnight. Markers No section corner markers, property corner or corner post shall be disturbed in any way. If the placement of a structure is set too close to the marker or corner, the Contractor shall contact the City and/or Engineer to resolve the problem. Roads The Right of Way shall be used by the Contractor between public roads for the travel of the Contractor's vehicles. An exception to this requirement is granted to the Contractor in those specific circumstances stated on the plan and profile sheets or addendum, that existing roads may be used. If the Contractor desires to use other existing trails or roads through private property, he will obtain written permission from the Landowner with a copy thereof provided to the Engineer and City for their files before the trail or road is used by the Contractor. Fences The Contractor shall protect all fences on or adjacent to the City’s property, unless they are designated for removal. Gates Gates shall be used for all ingress and egress. Gates shall be closed and locked in accordance with the City’s instruction during the course of the project. Domestic or Ranch Animals Should any Contractor related activity cause injury to any domestic or ranch animal, the Contractor shall immediately notify the Owner of the animal and medical help for the animal should be obtained, if required. All claims need to be settled with the Owner of the animal immediately and a report given to the City. Notification The Contractor shall notify the project Observer and Denton Municipal Electric dispatcher each working day concerning the planned location of each Contractor crew on the project. The City may require other notifications to meet operational and safety requirements. Firearms There shall be absolutely no firearms carried by any individual or in any vehicle on any City of Denton work site or parked on adjacent property. ACCESS Ingress and Egress The activities of the Contractor are to be restricted to the City’s property, authorized temporary construction easements, and/or permanent easements. The property is described on the plans. The Contractor is responsible for assuring that the property boundaries are known and that activities are confined to the property and easements. The Contractor shall repair any damage to ingress and egress routes caused by the Contractor’s activities. The project will not be considered complete until such repairs are made. Temporary Access Improvements. Access improvement or other temporary access measures may, or may not, be required for any site. SPECIAL CONTRACT REQUIREMENTS AND PRICE ITEM DEFINITIONS Special Contract Requirements The October 2004 edition of the North Central Texas Council of Governments Standard Specifications for Public works Construction will be utilized as a basis for both general and technical procedures to include types of materials and construction procedures used in the City of Denton. The following specifications and definitions are intended to (1) highlight requirements in the NCTCOG found on most projects in the City of Denton, (2) make specific requirements for materials or procedures where the NCTCOG gives options, (3) specify provisions for deviation from the NCTCOG, and (4) define the pricing items listed in Exhibit 1 Pricing Sheet. The following specifications are also numbered in accordance with the NCTCOG to aid in locating more specific requirements. Conflicts sometimes arise when City of Denton provisions conflict with either the plans for the project or the North Central Texas Council of Governments specifications. The following order of precedence shall generally be followed in case of conflicts; however, the City Engineer shall make the final determination: City of Denton construction plans City of Denton project specifications NCTCOG Standard Specifications Manufacture Information The Contractor shall submit five (5) copies of information to the City from all manufacturers for materials and equipment to be used on the project. This information shall include: Product specifications sufficient to allow the City to determine whether the materials and equipment conform to the design concepts and project specifications. Information on all warranties provided by the manufacturer. All submittals shall be stamped by the manufacturer indicating that the manufacturer has checked the submittal for compliance with the specifications. Unstamped or certified submittals shall be returned to the manufacturer unprocessed. Submittals shall be provided to the City prior to or at the preconstruction meeting. Construction will not be allowed to proceed until all submittals have been approved or a written waiver is given by the City. Conflicts in Documentation In the event that conflicts are discovered between this Technical Specification and the RFP instructions, the more restrictive statements shall apply. Complete And Functional Construction with New Material It is the intent of this specification to require water improvement work that provide new complete and functional systems interconnected with the existing associated systems. RFP pricing shall reflect this requirement. It is not possible to specify or describe every detail of work required to complete a project of this nature or to predict problems that might be encountered. The successful Contractor will be required to provide all labor, equipment, tools, specified material, and incidental items necessary to undertake the construction and complete the project, as described herein, resulting in fully prepared and functional systems that perform to their intended purposes. Minor omissions from the specification or drawings shall not relieve the Contractor from the obligation to provide the completed project that is fully functional as intended by the City. Failure of this specification to describe each detail or incidental item necessary for a complete and functional project shall not entitle the Contractor to additional charges. Examples of items that will not be considered as basis for claims for additional cost are, but shall not be limited to, minor relocations, minor changes in the grade of water lines, differences in the actual surface of the site from that shown on the drawings, reasonable weather delays, site cleanup, etc. Further, all work shall be performed and completed in a thorough and workmanlike manner and shall follow the best modern recognized practices, notwithstanding any omissions from this specification. Price Calculation for Evaluation The price to be used in evaluating the RFPs will be constructed by applying the unit price to the quantities shown on the RFP pricing sheet to arrive at a total price for the project. Price Items Payment sections of the specifications include all material, labor, and equipment necessary to complete the project. General: Item 103.3 Mobilization / Demobilization General: This item includes mobilization cost such as site equipment and personal mobilization, up front coordination and other activities to prepare for the start of work. This item also governs the demobilization for the project including record drawings, general site final clean up, equipment and personal departure from the site, and other project closing activities. NCTCOG Reference: Item 103.3, 107.24, 107.25, 107.26 Payment: Payment shall be at the contract lump sum price for Mobilization/ Demobilization. The combination of mobilization/demobilization will be paid once only at the initial time equipment and personnel are brought to the site. Mobilization will not be paid for replacements of equipment whether due to maintenance needs or for other reasons. Demobilization will not be paid at the final time equipment and personnel are removed from the site and all required demobilization items are satisfactorily provided. The City will consider additional mobilization cost if work must be halted on the site and work delayed until a significantly later time as long as the halted work and delay is not due to the Contractor’s negligence in performing the work. Item 103.3 Surety Bonds General: This item shall be used to separate the bonds as specified in the contract documents into a separate RFP item. Include all bonds with their related costs in this item except for RFP Bond. NCTCOG Reference: Item 103.3 Payment: Payment shall be lump sum for all bonds provided for in the proposal. Item 203.3 General Site Preparation This price item is covered by City of Denton Amendments to NCTCOG Specifications Item 203.3 General Site Preparation. Item 801 Traffic Control, Barricades, Barriers, and Warning Signs This price item is covered by City of Denton Amendments to NCTCOG Specifications Item 801 Barricades, Detours, and Warning Signs. Item 201 Temporary Erosion Control This price item is covered by City of Denton Amendments to NCTCOG Specifications Item 201 Temporary Erosion Control. Item 107.25 Disposal of Materials Vegetative material removed as a result of work operations shall be transported off-site and deposited at a legal site in accordance with all applicable Federal, state, and local laws and regulations. Removed vegetation will not be allowed to remain in piles or mounds on the easement or surrounding property. NCTCOG Reference: Item 107.25 Payment: No separate payment shall be made for disposal of vegetative materials. The disposal of vegetative materials shall be considered a subsidiary cost of General Site Preparation (Item 203.3) Item 107.19.3 Trench Safety General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item 107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction. The City will not review the submittal; it is simply a confirmation that the Contractor has prepared a trench safety plan as required by state and Federal law. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of NCTCOG Item 107.19.3.2. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. The Contractor accepts sole responsibility for compliance with all applicable safety requirements. NCTCOG Reference: Item 107.19.3 Payment: Payment for this item shall be at the contract unit price per linear foot of excavation protection measures utilized for sanitary sewer lines, water lines, and storm drain separately. WATER: Item 501.7 12” R.J.D.I. Water Carrier Pipe This price item is covered by pertinent sections of the City of Denton Amendments to NCTCOG Specifications Item 501.7 Ductile Iron Pressure Pipe, Pipe Manufacture’s requirements and guidelines, City of Denton Standard Drawings, City of Denton Amendments to NCTCOG Specification Item 503.2 Tunnel/Casing Pipe Spacers and Item 503.3 Boring and Tunneling, and this section. Joints: The ductile iron pressure pipe shall be push-on joint with locking segments and a retainer weldment on the spigot end. Wrap: The ductile iron pressure pipe and fittings shall be wrapped in two layers of polyethylene encasement prior to installation of casing spacers and prior to installation into the steel casing pipe. Approved Pipe material: US Pipe TR FLEX restrained joint pipe with TYTON gasket system, or approved equal. Pipe class shall be special pipe class 52. Payment: Payment for this item shall be at the contract unit price per linear foot of restrained joint water carrier pipe installed. Unit price shall include casing spacers, fittings, wrap, additional trench excavation for installation, installation of casing end seals, backfill, testing and disinfection, and surface restoration. Item 501.14 12” C900 DR 14 PVC Water This price item is covered by City of Denton Amendments to NCTCOG Specifications Item 501.14 Polyvinyl Chloride (PVC) Water Pipe. Item 501.7 16” C151 DIP CL 52 This price item is covered by the City of Denton Amendments to NCTCOG Specifications Item 501.7 Ductile Iron Pressure Pipe. Pipe class shall be special pipe class 52. Item 502.4.2 Mechanical Joint Restraint General: This item governs the requirements of mechanical joint restraint products for use with PVC or ductile iron pressure pipe and fittings. Submittals: Submittals shall demonstrate that the mechanical joint restraints meet all of the required standards of this item. Material Requirements: The mechanical joint restraint product shall conform to the sizing requirements of AWWA C-110 for pipe diameter of 16” and larger or AWWA C-153 ductile iron fittings for pipe diameters 4”-12”. The product shall conform to the material provisions of NCTCOG Item 502.4.2.1. The mechanical joint restraint provided shall correspond to the appropriate carrier pipe or fitting material. Installation: Installation of the mechanical joint restraint shall follow the manufacturer’s guidelines and the standard specifications for the corresponding pipe installation type. Payment: There is no separate payment for mechanical joint restraint installation. It is considered a subsidiary cost of the pipe installation RFP item. Item 502.6.2 12” and 16” Gate Valve This price item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.6.2 Resilient Seated Gate Valves. Item 502.3 Fire Hydrant Assembly This price item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.3 Fire Hydrant Assembly. Item 503.3 24” Steel Casing By Open Trench This price item is covered by pertinent sections of the City of Denton Amendments to NCTCOG Specifications Item 503.2 Tunnel/ Casing Pipe Spacers and Item 503.3 Boring and Tunneling, City of Denton Standard Drawings, and this section. Installation: Casing Pipe by open trench shall be installed at the location and in the quantities indicated on the plans. Casing Pipe by open trench shall be installed to the grade and alignment indicated on the plans. The Casing Pipe shall be welded to the Casing Pipe installed by bore method according to NCTCOG Item 503.3 “Boring and Tunneling”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Open trench at the end of the working day must be plated or barricaded from public access. Payment: Payment for this item shall be at the contract unit price for each linear foot of Casing Pipe installed by open trench method. Unit price shall include trench excavation, embedment, pipe installation and welding, backfill, and surface restoration. The installation of the carrier pipe shall not be included in this RFP item. Casing spacers placement and end seals shall not be included in this RFP item, Casing spacers and end seals shall be subsidiary to the carrier pipe installation cost. Item W01 – Connection to Existing Water Main General: This item governs the connection to the existing water line by coupling or transition coupling and/or other fittings as required in order to make the connection to the existing water main. Couplings or transitions couplings shall be Romac Industries ductile iron coupling or approved equal. The coupling or transition coupling shall meet AWWA C219 requirements. This item also includes removing existing fittings, thrust blocking, isolating the existing water line, safely handling water within the existing line, installing the necessary couplings and/ or fittings to make the connection, coordinating with the City for re-pressurizing the system and disinfection testing. Refer to the plans for additional requirements for the connection to the existing water main. NCTCOG Reference: Item 107.25, 203, 501, 502.10, 506 Payment: Payment for this item shall be at the contract unit price per each connection to existing water main complete, in place and operational. MATERIAL SUBMITTAL CHECKLISTS The Contractor shall adhere to the specification described herein and also adhere with the Material Submittal Checklist for Water Improvements. Copies of the Water Material Submittal Checklists can be obtained from the City of Denton. The Contractor shall understand that these checklists shall be used by the Engineer for shop drawing approval during the submittals for materials to be used on the project.