Loading...
HomeMy WebLinkAbout1980 s: SPECIFICATIONS AND CONTRACT DOCUMENT& FOR THE CONSTRUCTION OF SANITARY SEWER AND WATER IMPROVEMENTS Cam. J PREPARED BY THE DEPARTMENT OF ENGINEERIN'3 AND DEVELOPMENT CITY OF DENTON I TEXAS MARCH 1980 PUBLIC UTILiTIES-BQAgQ E M 8 E N j CHAIRMAN I GEORGE KRIEGER MMA OR ~FILL NASH ►OAMES NASH DICK STEWART MARVIN LOVELESS DR, ROLAND VELA POLAND LANEY DR. RAY STEPHENS ED COOME,S BUD HENSLEY RICK A.SVEHLA0PE. ROBERT E. NELSON EARL JONES DIRECTOR Of ENGINEERING OIRECT014 Of UTI TIES WATER AND £ ER SUPT. ~k andOEVOFMENI A; i V r. A q Sr,'r TABLE OF CONTENTS NOTICE TO BIDDERS N-1 PROPOSAL P-1 - P - 8 STANDARD FORM Of AGREEMENT SF-1 - SF- 2 PERFORMANCE BOND PB-1 - PB- 2 PAYMENT BOND PB-3 - PB- 4 • MAINTENANCE BOND MB-1 HB- 2 GENERAL PROVISIONS GP-1 - GP.. 8 MINIMUM WAGE SCALE GP-9 GP-10 TECHNICAL SPECIFICATIONS TS-1 - TS-12 NOTICE TO BIDDERS BID #8749 Sealed bids addressed to the Honorable Mayor and City Council of the C'cy of Denton, Texas, will be received at the office of the Purchasing Agent, City Hall., until 2 P.M. on March 19, 1980, for the construction of Sanitary Sewer and Water improvements in the City of Denton. The bids will be publicly opened and read in the Civil Defense Room, City Hall, at 2 P.M. on March 19, 1980. The Public Utility Board and the City Council will officially review the bids at their regular meetings on March 26, 1980, and April 1, 1980, respectively, and award the bid as coon thereafter as practical. All bid proposals must be made on the printed document forms included in the specifications. Thri submitted bid shall not be altered, withdrawn, of resubmitted within 60 days from and after the date of the bid opening, or bid award. Each bid must be accompanied by a cashier's check, certified check or acceptable bidder's bond payable without recourse to the City of Denton, Texas, in an amount not less than five (51) percent of the bid submitted as a guarantee that the bidder will enter into a contract and execute a i_rforraance bond and a payment bond within fifteen (15) days after the notification of the award of the . contract to him, The right is reserved, as the interest of the City may require, to reject any and all bids, and to waive any informality in bids received. Plans and specifications may be secured from the Director of utiliti6s, 215 E. McKinney Street, Denton, Texas, on deposit of twenty-five (25.00) dollars per set, which sum so deposited will be refunded, provided the documents are returned to the City within fifteen (15) days after the bids ate opened.' CITY OF DENTON TEXAS BY Diiec or o Ut t es ATTESTi . CTEy AEtorney - ti-1 ri PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of SANITARY SEWER AND WATER IMPROVEMENTS March, 1980 IN DENTON, DENTON COUNTY, TEXAS The undersigned, as bidder, declares that they only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporations that he has carefully examined the form of contraot, Notice to Bidders; specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items Incidental to eonstruotion, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed therein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are interied principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated# and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below ex:ept as provided for in the specifieationsb it is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover del,tion of work so ordered. It is understood and agreed that the work is to be completed in full within one hundred fifty (150) working days. P-1 Accompanying this proposal is a certified or cashier's check or Sid Bond, payable to the City of Denton Iin the amount of five percent (5%) of the total bid. It ie understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond, payment bond and maintenance bond within fifteen days after its acceptance, in which case the bid secuYlty shall become the property of the City of Denton, and shall be cSnlidered as payment for damages due to delay and other inconveniences suffered by the City of Dentcn on account of such failure of the bidder. It i.s understood that the City of Denton reserves the right to reject any and all bids. The undersigned heruby proposes and agrees to perform all work of nature whatever for required# in strict following sum or accordance prices, to t witthe plans and specifications This proposal is set up in five separate sections. The City of Denton will evaluate each section separately and may at its option award any section or combination of sections. P-2 v SECTION ONE CORDELL STREET SEWER 1Pie to Existing Manholes 1 Ea PVC Sanitary sewer Pipe to 0-6 ` Deep 1217 LP_JL ,y Z-8' Deep 385.5 LF IJSQ_$/LF_• 49 Manhole 0-61 Deep 4 Manhole Extra Depth f TOT.PL SECTION ONE P-3 SECTION TWO UNIVERSITY DRIVE TO CORDELL STREET SEWER Tie to Existing Manholes 12" PVC Sanitary Sewer Main 1 Ea ~.,/Ea ~s'd 0-6' Deep 5.86 LP y: eft Lnc, 6-8' Deep 604 410" Manhole 6-6 Deep 3 Ea __2U r;ar•3lole Extra Depth - I i~------ `note Under University Drive 92.5 LP / j i.n`-._$/LF 3 c-: 10" PVC Sanitary Sewer Main 0-8' Deep 18.5 LF • -444"'-$/LF Aerial Creek Crossing L.S. TOTAL FOR SECTION TWO P-4 SECTION THREE NORTH LAKES WATER Connect to Existing System LS $/IAS J" PVC Watermain 2930 LF_ G" Gate Valves 1 Ea -Jay $/Ea Cast Iron Fittings 231 Lbs at $/Lb Fire Hydrant 1 Ea 9Sr." $/Ea 7~L,~,i 8" Gate Valves 1 Eaf/ 1, `.$/Ea, t/ TOTAL SECTION THREE P-5 SECTION FOUR NORTH LAKES SEWER 10" PVC sanitary Sewer Pipe 3_r,$/LF 0-6' 270 LF ltill 6-8' 85 LF._U, 8-10' 227 LF i'3,~t' __$/LF 9 11 - 10-12' 313 LF IS. 0L $/LF__4Ott gsm 12-14' 53 LF{a 14-16' 68 LF__ _$/L~'..~►,t'r' 16-18' 180 LF ac C.-,*, A AF c" - I 18-20' 438 LF_,.~c • 20-22' 87 :►F 22-24' 87 LF 4QfC" $/LF A4 41-0" Manholes v', C' o. 4 8a n~.''• $/Ea ic~t~+. Manholes Extra Depth 16 LF c! $/LF t~9~. TOTAL SECTION FOUR P-6 ' a f SECTION FIVE 8" SANITARY SEWER ALONG WOODROW LANE AT PROPOSED DOG POUND Tie to Existing Manhole 1 Ea;u $/lea 8" PVC Sanitary Sewer Line 0-6' Deep 357 LF y. ~r $/LF WSJ?- 6-8' Deep 366 LF 4,$/LF A.»g 410" Manhole v ti' %)((Al 1 Ea $/Ea Manhole Extra Depth 1 Ea $/Ea 100 ' Sanitary Sewer Cleanout 1 Ea scsk ' $/Ea TOTAL SECTION FIVE P-7 DID SUMMARY Section ONE Section TWO Section THREE Section FOUR Section FIVE In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the Cull amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in :he fulfillment of the contract. It is understood that the work propbsed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the City. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices are shown in words and figures for each item listed in this proposal, and in the event of a discrepancy, it is understood that the words shall control. 4r CONTRACTOR BY )).tIc1,1,• ~y Street Aa ress i i C,' ir~, ~ ~rl, 7J'~~• y City and state Seal & Authorization i',~ LrL) (If a Corporation) Ta ephone P-6 17'111yll~_ "J'7 7; ETMDARD FORM OF AGREEMENT a' ATE OF TEXAS COUNTY OF jisTim T~ THIS AGREEMENT, made and entered into this day of Q(Zt~ , A.D., 19__, by anct. between THE cITY QF UENTON. TEXAS of the County of _ pF,NTON and State of Texas, acting through JOHN J. MARS;.. MM PURCHASING GENE' thereunto duly authorized so to do, Party of the First Part, herein- after termed OWNER, and DI_CKERSON CONSTRUCTION C0„ INC. AND LEWIS D. DICKERSON INDIVIDUALLY of the :ity of CELINA , County of COLLIN and State of TEXAS , Party of the Second Part, herein- after termed CONTRACTOR. lei WITNESSOM That for and in consideration, of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in 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 followsi 16 1600' of 15" sewer line on Cordell Streets 2. 790' of 12" sewer line from Cordell Street to University Drives 3. 1900' of 8" waterline on Windsor in the North Lakes Parks 4. 1843' of 10" s.swer line on Windsor Drive in the North Lakes Park. 51 723' of 8" sewer line on Woodrow Lane. and all extra work in connection therewith, under the terms a.* 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 SF-1 n Notice to Contractors, General and Special Conditions of Agreement, Plans and , .-.her drawings anti, printed or thereof. A the speciflcaticats and addenda written explanatory pr paredtby ~ nit nPPARTMFUT~ u~trlF.r-gl~l~ eNn nFV ~.f1PMFNT herein entitled the ENGINEER, each of which has been identified by of the hAgrthe eemenCONTRACT andOthe the CONTRACTOR the the ENGINEER, together all written Proposal, , Performance and Payment and bIalntenance Bonds heraaviden a and of ~vi~fch are made a part hereof and collectively constitute the entire contract. The CONTRACTOR hereby agr^es to commence work within fifteen (15) days after the date written notice to do so shall have been given to hin, and to substantially complete the same within one hundred fifty (150) working days after the date of the written al Conditions. such extensions of time as ate noL•ice to commence WOlkand subject provided by The OWNER agrees to pay the CONTRACTOR in current funds the t of price or prices shown in toh proosal subject toi theforms Generalpand Special contract, such payments Conditions of the Contract, The OWNER further agrees to pay Contractor an additional $8.00 p cubic yardrock ore excavated not to exceed a maximum. of 2,700 cubic yards first above writt resents. have executed this IN WITNESS WHEREOFearhe parties to hese year Agreement in the DICKERSON CONSTRUCTION CO., INC. AND CITY OF DENTON, TEXAS ~EWIS D. DICKERS N, INDIVIDUALLY ?irty o t e F rut Part Party of a `Pare a DY' ,Ind v dually ) T By r By Attests ` Attestt_ SF-2 PERFOR1yANCE BOND ~ 3 f STAVE OF TEXAS . COUNTY OF rnLL7m KNOW ALL b►ZN BY THESE PRESENTS I That oIcuFasnN cnNSTRIf(:Tf()N CO. INC 6 LEWIS D. DICKERSON, !NDIVI^UALLY Of the City of CLLINA County of COLLIN , and State of TEXAS r as principal, and FIDELITY 6 DEPOSIT CO. OF MARYLAND auth,)rized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto rHE CITY OF DENTON, TEXAS r in the penal Sum Of ONE HUNDRED FIFTY ONE THOUSAND TWO HUNDRED NINETY SIX AND 40 Mlars 151,246.40---) for the payment whereofr the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, tha Principal has entered into a certain • T ~4 written contract with the City of Dentoli, dated the ~ day Of r 19 r TO CONSTRUCT CORDELL STREET SEWER, UNIVERSITY DRIVE TO CORDELL STREET SEWER, NORTH LAKES WATER, NORTH LAKES SEWER, 8" SANITARY SEWER ALONG WOODROW LANE AT PROPOSED DOG POUND To which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW? THEREFOREr THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract. and the Plans and Specifications hereto annexed$ then this obligation shall be void$ otherwise to remain in full force and effects • PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as a.aended by the acts of the 56th Legislature, Regular Session, 1959, 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 accompanying the sa.ae, shall in Anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have 4 r-1.1 signed and sealed this instrument this ~i? day of r~I 19 ILI . DICKERSON CONSTRUCTION CO., INC. AND N Tfa. OF MARYLAND SiY ' By BY_.~G~~*a~._ EDWARD L. MOOR?, 3R. Title pRF.aIDENT S iNDiyiDuAL Title Attorney-in-Fact Address: Y. o, Box lei Address: Suite 500, 777 SOUTH POST OAK CELINA. TEXAS 1.009 HOUSTON. TEXAS 77056 I i The name and address of the Resident Agent of Surety tee TEXAS-FORE ASSOCIATES, INC. 1404 First City National Ba-k Bldg., Houston, Texas 77002 PB-2 PAYMENT BOND • STATE OF TEXAS COUNTY OF COLLIN KNOW ALL MEN BY THESE PRESENTS: That DICKERSON CONSTRUCTION CO., INC. I.gwta n. nT .Kp,$SO_ INDIVIDUALLY Of the City of CELINA County of COLLIN , and the State of TEXAS as Principal, and FIDELITY & DEPOSIT CO. OF MARYLAND authorize) under the laws of the State of Texas to act as Surety on bonds for principals, are held and firmly bound unto the City of Denton, Texas, in the penal sum of ONE HUNDRED FIFTY ONE THObSAND TWO HUNDRED NINETY SIX & 40/100- --Dollars 151,296.40----} for the payment whereof, the said Principal and Surety bind themselves and their heirs, ad- ministrators, executors, successors and assigns, jointly and several- ly, by these presentst WHEREAS, the Principal has entered into a certain written con- ~N traot with the City of Denton, dated the - y day of K., L 19? 0 TO CONSTRUCT CORDELL STREET SEWER, UNIVERSITY DRIVE TO CORDELL STREET SEWER, NORTH LAKES WATER, NORTH LAKES SEWER, 8" SANITARY SEWER ALONG WOODROW LANE AT PROPOSED DOG POUND 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 pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then ':his obligation shall be void, otherwise to remain in full force and affect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as PB-3 amended by the acts of the 56th Legialatuie, Regular Session, 1959, 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 ter,as of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extentio:i of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. .LIt WITNESS WHEREOF, the said Principal and Surety have signed N and sealed this instrument tP.a day of 19 . DICKERSON CONSTRUCTION CO., INC. 5 1Eiu TWALLY J9Ljjn{~Y;2OST CO. OF MARYLAND PR IPA SURETY ' BY: 710 9ZA f' S y By • EDWARD L. MOORE, JR. Title PRESIDENT 6 INDIVIDUAL Title Attorney-in-Fact Address[ P. o. BOX 181 Address: suite 500. 777 SOUTH POST OAX CELINA. TEXAS 75004 HOUSTON, TEXAS 77056 The name and address of the Resi.;ent Agent of Surety is: TEXAS-FORE ASSOCIATES, INC. 1404 First City National Bank Bldg., Houston, Texas 77002 i PB-4 M.AXNTENANCE BOND ~2~3'37 THE STATE OF TEXAS COUNTY OF +S:GI,1,1 N _ KNOW ALL MEN BY THESE PRESENTS: THAT DICKERSON CONSTRUCTION CO., INC. b LEW U, DiCKERSON._INDIyIDUA1.Lt as Principal, and FIDELITY 6 DEPOSIT CO. OF M R L ND a Corporation authorized to-do business n the State of Texas, as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, a municipal corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas, the sum of FIFTEEN 111OUSAND ONE HUNDRED TWENTY NINE AND 64/100------------------------------- dollars 15,129.64--------- )f 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said DICKERSON CONSTRUCTION CO., INC. 6 LEWIS D. DICKERSON, T LY I'll has this day entered into a written contract with the said City-BT Denton to build and construct SEWER LINE ON CORDELL STREET, UNIVERSITY DRIVE, NORTH LAKES, SANITARY SEWER ON WOODROW LANE AND WATER LINE ON NORTH LAKES which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are herby expressly incorporated herein by reference and made a part hereof as though the same were written and set out in full herein, and { WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said Contractor on constructing the same or on account of improper ex.~avation or backfilling, it being understiod that the purpose of this-section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions -)f said contract and this bond. MB-1 NOW, THF7REFORE, Tf the said Contractor snall perform its ® agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect= otherwise, to remain in full force and effect. It is further agreed that this obligation shall be continuing one against the Principal and Surety and that successive recoverie, may be had hereon for successive breaches of the conditic.ns hereil provided until the full amount of this bond shall have beer= exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said MCKERRON CONSTRUCTION CC). - INS, S LEWIS D. DICKERSON, INDIVI%Js~LVontractor and Principal, has caused these presents to be executed by LEW:S D. DL(:KERSON_ and the said FIDELITY & DEPOSIT CO. OF MARYLAND as surety, has caused these presents to be executed by its Attorney-in-fact EDWARD L MOORS JR. and the t~ said Attorney-in-fact has hereunto set his hand this the day of 19. • SURETY: PRINCIPAL: DICKERS rr .BnEL1TY`& DEPOSIT CO. OF tMYLAND BY: 6t~~~~w BY * ~ 4 .11 1 EDWARD L. MOORS. JR, LEWIS D !c Dl DUALLY ATTORNEY-IN-FACT r • MB-2 r GENERAL PROVISIONS • SPECIFICATIONS This project shall be constructed utilizing the Texas Hig~hw~ay Department 1972 Standard Specifications for Construction of Highway:!, streets an gr es. Any perm ss a deviation from those specifications will be noted in the section of General Provisions. Where the Highway Department specifications make reference to the "State", this project shall be interpreted to refer to the City of Denton, Texas. Likewise, the terms "Commission" and "Department" shall refer to the Utility Papartment of the City of Denton. Any reference to the term "Engineer" shall apply to the Director of Uti'Aties for the City of Denton, Texan. The Director of Utilities or nis representative is authorized to ict for the City of Denton on all matters concerning the construction procedures, specifications, or activities while the work is in progress. In addition, all materials and construction shall comply with the current standards, specifications and procedures of the American Waterworks Association. LOCATION OF PROJECT This improvement project is totally located within the city limits of the City of Denton, Texas. A map showing the general locr.tion of the drainage and paving improvements is included in the plans. SCOPE OF WORK e The work to be performed under this contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for the construction of: 1. 1600' of 15" sewer line on Cordell Street; 2. 790' of 12" sewer line from Cordell Street to University Drive; 3. 1900' of 8" waterline on Windsor in the North Lakes Park; 4. 1843' of 10" sewer line on Windsor Drive in the North Lakes Park. 5. 723' of 8" sewer line on Woodrow Lane. PLANS AND SPECIFICATIONS Plans and specifications may be obtained at the office of the Director of Utilities, Denton City Hall, upon deposit of twenty-five ($25.00) dollars, The entire deposit will be returned to the pnanholder if the plans and specifications are returned to the City, good condition, within fifteen (15) days following the official opening of bids. If the prospective bidder does not properly return the plans and specifications, the deposit sum of twenty-five ($25.00) dollarn shall become the property of the City of Denton, Texas. GP-1 MMV EXAMINATION OF SITE PROJECT Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encountered, improvements to be protected, disposal sites for surplus materials not designated to be salvaged materials, and as to the method of providing ingress and egress to private properties, and methods of handling traffic during construction of the entire project. COMPETENCY OF BIDDERS The City reserves the right to thoroughly investigate the financial resources and the experience of all bidders prior to award of the contract. QUALIFICATION OF LOW BIDDER Before being awarded a contract, the low bidder shall submit such evidence as the City may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe an6 satisfactory manner. Should the low bidder fail to produce evidence satisfactory to the City on any of the foregoing points, he may be disqualified and the . work awarded to the next low bidder so qualifying. AWARD OF THE CONTRACT By authorization of the City Council of the City of Denton, the City Manager or his representative will notify the successful bidder, in writing, within thirty (30) days after the date of receiving bids, of its acceptance of his proposal. The Contractor shall complete the execution of the required bonds and contract within fifteen (15) days of such notice. PERFOR)IANCE AND PAYMENT BONDS The Contractor shall ixecute separate performance and payment bonds in the sum of of one hundred (100) percent of the total contract price. These bond, shall be executed on standard forms for this purpose which will guar,ntee the faithful performance of the work and further guarantee thq payment to all persons supplying labor and materials or furnishing any equipment used in the execution of the contract. The contract shall not be in effect until such performance and payment bonds are furnished and approved by the Citv Attorney. GP-2 MAINTENANCE BOND The Contractor shall file with the City of Denton, Texas, a good and sufficient maintenance bond with an approved surety in an amount equal to ten (10) percent of the total cost of this project, guaranteeing that the workmanship and materials furnished under these specifications and used in all parts of said improvements are in all respects first class and of such kind and quality that for a period of one (1) year from the completion and final acceptance thereof by the said City of Denton, the said water and sewer lines shall require no repairs, the necessity for which shall be occasioned by defects in said workmanship or material. If, however, during the said period, in the opinion of the Mayor and City Council, the said water and sewer lines or associated structures and equipment shall require repairs and the necessity for such repairs, shall, in their opinion, be occasioned by defective workmanship or materials furnished in the construction of any part thereof or any of the acc:saories thereto, built by this Contractor, then such repairs, on due notice being given at any time during said period, by the City, to the Contractor, shall promptly be made by the Contractor in the following manner: Upon notice from the City, served at any time during the period of said guarantee, the Contractor shall at his own expense take out and remove all worn out, inferior or defective materials found in the water and sewer lines, manholes, valves, sydrants, fittings, pavement, line supports or any other part of the water and sewer lines or a;;cassories thereto, and good acceptable materials shall be substituted therefor, including any water and sewer lines or materials that have become injured, or havo become damaged by reason of their being in close proximity to such imperfect material or workmanship, the Contractor shall take up, repair and/or replace all water and sewer lines, manholes, valves, hydrants, etc., that have become defective if found to be so during the term of said guarantee. Should the Contractor fail to make such repairs as are deemed necessary, written notice to make the repairs shall ba given by the City to the Contractor and the Surety. If said Contractor or Surety shall fail or neglect for a period of ten (10) days to make such necessary repairs as herein provided, then the City shall have the right with or without further notice, to proceed to make such repairs or cause the same to be done either by contract or otherA se at its option and to pay for the cost of such repairs. if such cost of repairs so made shall not be paid by the said Contractor or Surety upon receipt of Notice of the amount thereof, GP-3 i I ~I the said City shall have the right of action on the Maintenance ® Bond; or in case the said repairs shall not actually bo made by the City after such failure cn the part of the Contractor or Surety, the City shall have the right to ascertain and determin:a the costs of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. TIME ALLOTTED FOR COMPLETION I The time allotted fot the completion of all items of work shall be 150 working days, whic►. time shall begin on or before the fifteenth (15) day after the issuance of the Work Order, The Work Order shall consist of a written request by the Director of Utilities for the Contractor to proceed with the construction of the project, The Contractor will not be allowed to prosecute the work on Sundays without written permission by the City. LIQUIDATED DAMR17ES FOR DELAY The Contractor agrees that time is of the essence of this contract and that for each day of delay beyond the number of working days or completion date herein agreed upon for the completion of any portion of the work herein specified and contracted for, the City may withhold, permanently, from the Contractor's total compensation, a sum for liquidated damages for such delay based on fifty ($50.00) dollars per day. TESTING OF MATERIALS The Contractor shall furnish all materials for tests which will be done by the City. Tests will be made by the City at no expense to the Contractor, except that in the event a test indicates that the material does not meet the requirements of the specifications, the Contractor shall bear the cost of that test. STATE SALES TAX This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. GP-4 • The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or con.eumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling f95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling 495-0.09 as amended to be effective October 2, 1968. WAGE RATES All employees of the Contractor on the work to be performed under this contract shall not be paid less than the prevailing wage scale rates ospecified in the Minimum Wage e Scale in no event )n;shthan the locality COORDINATION WITH OTHB6 In the event other contractors are performing work in the same area contractors~rdinate simultaneously construction with that of etheContractor his s proposed PUBLIC UTILITIES It is anticipated that utilities will be relocatO prior to the work • under this contract being startedt however, utility relocations may be done during the performance of this contract in which case the right is reserved to the owner of pudic utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract. The Contractor will not ba ltems sections provided forpins the e plfor ans relocating or in the Definition of Bid utilities EXISTING STRUCTURES The plans show the locations of all known surface and subsurface structures. However, the City assumes no responsibility for failure to show any or all of these structures on the plans, th t suchhow then in their exact locations. It is mutually agreed failure shall not be considered suffi-:ient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as s the to necessitate changes in the liesfcr c~grade are or r adlr in the not building of special work, provisions plans end proposal, in which case th6 provisions in these specifications for extra work shall apply. GP-5 0 _ . f The Contractor shall bt= responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are out, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, at his own cost and expense, with the exception of those items included in the bid schedule. Water meters, if such are encountered, shall be adjusted by the Contractor ~n accordance to directions from the municipal utility company. The Contractor shall adjust new and/or existing manholes, if such are encountered, to grade. The adjustment of utility valves j shall be performed by the Contractor as an incidental item to the general contract. POLES, SIGNS, GUY WIRRS, ETC. All utility poles and gmy wires, private sign posts, signs and similar private obstructions which interfere with the construction of this project will be removed and replaced by the owners thereof, without cost to the Contractor. BARRICADES, LIGHTS, DETOUR ROUTES AND SIGNS The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, flashers, signals, and signs, and shall provide such other precautionary measures for the protection of persons and property as are necessary. Safety to the working forces and the gsneral public shall be of uppermost consideration in schedul!ng all construction activities. All signs and barricades shall be constructed and erected to conform to standards as established in the latest edition of the Manual on uniform Traffic Control Devices. The Contractor shall submit a plan or each stewhich must a approved by the City before construction of that phase may begin. Prom sunset to sunrise,, the Contractor shall furnish and maintain at least one battery type flasher at each barricade and a sufficient number of barricades shall be erected to kbap vehicles or pedeotrians from entering hazardous work areas during construction. The Contractor will be held responsible for all damages to the work due to failure of the barricades, signs, lights, and watchmen required to protect the work area. The Contractor's responsibility for the protection of the work shall not cease until the project has been accepted by the City, if, in the opinion of the Director of Utilities or his duly authorized representative, the barricades and signs installed by the Contractor do not properly protect the work area, the Contractor shall immediate) cease all other work activities and CGLrect the • deficiency n proper barricading. GP-6 The Contractor shall provide an ultimate effort toward safe and smoith flow of traffic during work hours. Flagmen will be essential in many areas. Flagmen shall have standard reflective vests and flags as minimum equipment. Flagmen shall also be knowledgeable as to the correct procedures for flagging and shall be aware of traffic patterns and traffic needs. All broken, damaged, or ineffective barricades or signs shall be removed from the project and replaced within two (2) hours after notification by the Director of Utilities or his designated representative. No ..pork will be allowed to begin prior to proper placement of all barricades and signs. The Contractor shalom designate a person who will be in charge of all barricades and signs. This person shall be knowledgeable of all current regulations of law regarding proper procedures: for barricading in construction areas. This person shall be available to perform these duties during working hours, night hours, weekends and holidays. The Contractor shall also be required to provide watchmen after working hours, on weekends, and on holidays for the entire length of the project. All detours, closures, partial closures, or other construo.sion activities that require a major displacement of traffic shall bs scheduled to begin on Mondays. A one week notice shall be required so that the City can communicate this information to the public. All barricades and sign locations shall be coordinated prior to any closures through the use of schematics prepared by the Director of Utilities or his designated representative. A barricading meeting will be held by the City with the Contractor's superintendent, the person in charge of the barricades, and the foreman in charge of the particular construction to be gone. WKrER FOR CONSTRUCTION Water used for jetting or flooding tZenches, sprinkling, testing, and flushing of pipe lines, or any other purpose incidental to this project, will be furnished by the Contractor. 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. Water shall not be used in a wasteful manner. 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. GP-7 r; SITE CLEANLINESS During construction of the work, the Contractor shall, at all times, keep the site of the work and adjacent premises as free from material, debris and rubbish as is practicable and shall remove same from any portion of the site if, in the opinion of the Director of Utilities or his designated representative, such material, debris or rubbish constitutes a nuisance or is objectionable. The Contractor shall remove from the site all of his surplus materials and temporary structures when no further need therefor develops. STAKING LINES AND GRADE The City shall furnish staking for all alignments, grades and elevations which the Contractor shall protect and maintain. Any survey stakes or markers that are disturbed by the Contractor shall be replaced by the Contractor immediately upon notification by the City. The Contractor shall furnish suitable material, labor and expertise to erect and maintain adequate batter boards for utility line construction as the job progresses. U.S. POSTAL MAIL BOXES The Contractor shall be fully responsible for maintaining and protecting all existing, U.S. Postal mail boxes during the construction period. Postal mail delivery must be maintained on, a daily basis to the adjacent residents on the project. While portions of the project are completely closed to traffic, the mail boxes shall be relocated to a nearby street corner where they shall bi, placed for temporary delivery service. The G.)ntractor shall relocate the boxes working in cooperation with the Postal Director and the City. Following the completion of the paving, the Contractor shall restore all postal boxes to the approximate location behind the new curb. Because of the legal significance of the postal delivery servics, the Contractor shall consider this responsibility as a first priority. GP-8 ~ • MINIMUM WAGE SCALE The rates below have been determined by the City of Denton, Texas, in accordance with the statutory requirements and prevailing local wages. Overtime shall be paid for at the rate of one and one-half (1-1/2) times the regular rates for every hour worked in excess of forty (40) hours per week. CLASSIFICATION RATE PER HOW Asphalt Raker $3.75 Asphalt Shoveler 3.00 Batching Plant Scaleman 4.25 Carpenter 4.25 Carpenter Helper 3.30 Concrete Finisher (Paving) 4.25 Concrete Finisher Helper (Paving) 3.75 'Concrete Finisher (Structures) 4.25 Concrete Finisher Helper (Structures) 3.25 Electrician 6.75 i Form Luilder (Structures) 4.00 porm Builder Helper (Structures) 3.75 Form Liner (Paving and Curb) 4920 Form Better (Paving and Curb) 4.0J Form Setter Helper (Paving and Curb) 3.65 Form Setter (Structures) 4950 Form Setter Helper (Structures) 3925 i Laborer, Common ;2.50 Laborer, Utility Man 2675 Mechanic 4.20 Mechanic Helper 340 Oiler 3.50 Serviceman 3.75 Piledrivermen 4.25 Pipelayer 3.90 Pipelayer Helper 3.30 Powderman 4.00 POWER EQUIPMENT OPERATORSs Asphalt Distributor 4.00 Asphalt Paving Machine 4.00 Broom or Sweeper Operator 3.25 Bulldozer, 150 HP and Less 3.75 Bulldozer, Over 150 HP 4.25 Concrete Paving Curing Machine 4.25 Concrete Paving Finishing Machine 4.25 GP-9 • Concrete Paving Longitudinal Float Concrete Paving Saw 4.25 Concrete Paving Spreader 3.40 • Paving Sub Grader 3.00 Crane, Clamshell, Backhoe, Derrick, Dragline, 4.15 Shovel (Less than 1-1/2 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, 4.10 Shovel (1-1/2 CY & Over) Foundation Drill Operator (Truck Mounted) 4150 Foundation Drill Operator Helper 4.75 Front End Loader (2-1/2 CY & Less) 3.45 Front End Loader (fiver 2-1/2 CY) 3.50 Motor Grader Operator, Fine Grade 4.45 Motor Grader Operator 4.50 4.2 .75 Roller, Steel Wheel (Plant-Mix Pavements) 3 Roller, Steel Wheel (Other-Flat Wheel or Tamping) 3.75 Roller, Pneumatic (Self-Propelled) 3.50 Scrapers (17 CY & Less! 3.00 Scrapers (Over 17 CY) '3.95 Self-Propelled Hamner 4.25 Tractor (Crawler Type) 150 HP & Less 4.25 Tractor (Crawler Type:) Over 150 HP 3.45 Tractor (Pneumatic) 80 HP & Less 4.20 Tractor (Pneumatic) Over 80 HP 3.00 Traveling Mixer 3.60 Wagon Drill, Boring Machine or Post Hole 3.35 Driller Operator Reinforcing Steel Setter (Paving) 3.80 Reinforcing Steel Setter (Structures)- 3.00 Reinforcing Steel Setter Helper 4.25 Sign Erector 2150 Sign Erector Helper 3.00 Spreader Box Man 2.75 3.75 TRUCE DRIVERS Single Axle, Light Single Axle, Heavy 3.00 Tandem Axle or Semitrailer 3.50 Lowboy-Float 3.35 Transit-Mix 4.25 Winch 3.25 Welder 2.70 4.60 The CONTRACTOR shall comply with all State and Federal laws Aapplicable to such work. The above are minimum rates. Bidders shall base their bids on rates they expect to pay, if in excess of those listed. The City will not consider claims for extra payment to Contractor on account of payment of wages higher than those specified. GP-10 TECHNICAL SPECIFICATIONS • WATER & SEWER LINE CONSTRUCTION SPECIFICATIONS Special Provisions 4 through 19 provide for the constrt+.ction of new water and sewer lines with accompanying appurtenances. The following construction details are in direct relation to this utility work. After the details are covered, each item will be listed and payr*ent schedules will be discussed. SECTION I EXCAVATION, TRENCHING & BACKFILLING 1. Scope of Work Work under this section shall consist of furnishing all materials, equipment and labor for excavation, trenching, and backfilling of the project shown on the plans. 2. Methods of Construction A. General • 1. Clearing and excavation to a depth shown on the drawings. Excavated material not required for backfill shall be removed from the site and disposed of by the Contractor or as directed by the City. 2. Excess excavation below required level shall be backfilled at Contractor's expense with materials and methods as directed by the City. 3. Unstable soil that is found in place shall be removed and replaced with materials and methods as directed by the City. These limits shall be determined by the City and the Contractor paid on an extra work basis for the work involved. 4. Grading of adjacent ground shall be performed to prevent entry of surface water as much as possible. Water accumulated in the excavation shill be removed by pumping or other approved means at the Contractor's expense. TS-1 B. Trench Excavation • 1. Trench sides shall be cut vertical from the bottom of the trench to a point one foot above the top of the pipe. From this point to the surface the sixes should be generally vertical unless a variance is approved by the city. 2. Width of the trench shall be 6" minimum and 9" maximum on each side of the pipe bells. Bell holes shall be excavated accurately by hand. They shall be of ample size to make the joint and relieve the bell of all load. C. Rock Excavation Rock excavation shall be carried 6" below the bottom of the pipe. An approved granular material shall be used fcr backfill, tamped throughly and shaped where required for pipe bedding. Rock excavation shall include removal of ►t,u lders larger than 1/3 cubic yard in volume, ledge rock, concrete or masonry structures that require drilling or blasting. D. Bracing, Sheathing and Shoring Bracing, sheathing, and shoring shall be provided where required for safety, directed by the City or to conform to governing laws. All sheathing, shoeing and bracing shall not be paid for directly, `but shall be subsidiary to the other work. All shoring, sheathing and bracing shall be removed prior t~ backfilling operations. 3. Backfilling A. Trenches 1. General: After the pipe installation has been tested or approved, an approved granular material shall be placed evenly and carefully around and over the pipe in 6" maximum layers. Each ib.yer shall be thoroughly compacted until u)e foot of cover is in place over the top of the pipe. The remainder of the backfill, which shall be Free of large clay clods and stones, shall be placed, moistened and compacted. The density of all backfill shall be equal to that r.x the surrounding undisturbed material. Jetting or water settling of backfill will not be permitted in heavy clay soils, but may be used with the approval of the City in lighter soils. Approved granular materials shall be required where pipe trenches are under street areas. The granular backfill shall be brought up to subgrade level and jettered properly. . TS-2 B. Maintenance . Contractor shall refill for settlement all backfilled areas prior to moving off the job. C. Cleanup Contractor shall clean up and properly dispose of all excess material, trash, forms and other debris. Measurement & Payment a. Excavation and backfilling is subsidiary to various bid items and will not be paid for separately. b. Unstable materials removed and replaced shall be measured and paid for at an agreed upon price by the Contractor and the City. c. No payment will be made for rock encountered in the ditch or for rock excavation. The Contractor ohall include any anticipated rock excavation cost in the price of his pipe bid. SECTION II WATERMAINS 10 Scope of Work Work under this section shall consist of constructing pipe bedding, furnishing all water pipe, together with fittings, hydrants, valves, joint materials, blocking, closures and appurtenances necessary to complete the work. 2. Excavating, Ti_enching & Backfilling All excavation, trenching and backfilling shall conform to specifications in Section 1. 3. Pipe A. Pipe shall conform to the sizes and materials shown on the drawings. B. Specifications defining acceptable pipe shall be as followsr TS-3 • 1. Cast Iron Pressure Pipe This pipe shall be class 150/22, domestic cast iron, with Cemelin Rubber Seal Joint (Bell tite or super bell tite joints only). Pipe shall be made of highest quality cast iron to insure a tough, resilient and even grain soft enough for satisfactory casting and filling. Pipe shall conform to American Standard Specifications for cast iron pipe and to the latest AWWA C 108-70 specifications. The mechanical joint shall conform to American Standard Specifications to look a single rubber ring against displacement to withstand pressure without caulking. Rubber rings shall be of vulcanized crude rubber compound or a synthetic rubber free of imperfections and forwarded with the pipe. The lengths of pipe shall not be less than fifteen feet nor greater than nineteen feet or substandard in any way or it will be rejected upon delivery. 2. Ductile Iron Pipe Ductile iron pipe shall be designed in accordance with the latest revisions AWWA Specifications C150, • and shall be centrifugally cast and furntshed in 1C foot normal lengths. The pipe shall be manufactured with a push on type joint. The joint shall be of the type which provides a recess in the bell for the employment of a single rubber gasket, locked against displacement, to be placed before the insertion of the succeeding spigot. The joints shall be made in strict accordance with the manufacturer's specifications. Acceptable joints shall be Tyton Joint or equal. The pipe under these specifications shall be manufactured in accordance with the latest revisions of AWWA Specification C151 and to the applicable requirements of AWWA Specifications Clll. Ductile iron pipe shall be designated for a mir,'.mum total design pressure (rated pressure plus surge, of 300 PSI. The design shall incorporate a safety factor of 2s1 on total design pressure, and shall be a minimum thickness class 50. TS-4 40 All ductile iron pipe and fittings shall have a • coaltar coating on outside surface with a minimum thickness of o! - (1) MIL. The interior of the pipe and fittings sh,.1 have cement mortar lining and a seal coat of bituminous material. The exterior and interior coatings shall be in accordance with AWWA C151 and AWWA C104, latest editions. Certificates of Compliance will be submitted and shall show the results of tensile and impact tests conducted in accordance with AWWA Standard C151-76. In addition each piece of Ductile Iron Pipe shall receive a ball impression test prior to cement lining validating the ductility of the pipe. P.V.C. Watermain PVC pipe shall meet AWWA Specification C-900-150 psi minim,am thickness of DR 18 and shall have cast iron outside diameter dimensions. No direct taps shall be made on the PVC water pipe. Taps shall be made by using asbestos cement heavy tapped couplings, bronze or stainless steel saddle assembly. C. Each pipe bend must have a flat area sufficient to accept appropriate blooking. Each bend must be sufficiently reinforced to counter all thrust when used with this blocking. D. Measurement 6 Payment Watermains shall be measured from the centerline of appurtenances and fittings and paid for at the contract unit price per lineal foot for the size and type pipe installed. 4. Laying Pipe A. General All waterlines shall be laid true to line and grade and all joints shall be laid such that the main will have a smooth and uniform invert. Each joint shall be inspected for defects before being lowered into the trench. B. No water shall be allo,ied in the trench while pipe is being laid. TS-5 C. Exposed ends of all pipes shall be protected with approved stopper's to prevent earth and foreign substances from entering the pipe. A. All joints shall not be covered until approved by the City. 5. Fire Hydrants & valves The fire hydrants bid shall be manufactured in strict compliance with the latest specifications as approved by the AWWA. In addition, the other designated features listed below shall be incorporated in the manufacture of the fire hydrants furnished under these specifications. The fire hydrants shall be of the compression type which closes with the pressure and shall have two drain ports that are integral parts of the main valve assembly and work automatically when the hydrant is operated. The main valve shall be provided with a safety flange assembly located at a point about two inches above the ground line, and shall have a two piece stem and barrel so designed that there will be no breaking or damage to either 'the stem, the upper, or the lower barrel when struck by a vehicle. • The hydrants shall bed Of a dry top design with all working parts and operating threads se*led away from the water in either the open or closed position. The 80" ring seal packing shall be used to prevent water and oil leakago between the barrel and the dry top of the hydrant. The stem shall be bronze lined where it passes through the 00" ring seals. Hydrants shall be designed so that all maintenance, including the i±:at±illation of extension sections, may be performed a'>ove ground with no excavation necessary. All castings shall be made from a superior quality of iron with even grain and shall possese a tensile strength of not less than 32,000 PSI. All bronze casting shall be made from bronze having a tensile strength of not less than 30,000 PSI. The fire ht,Arants furnished in accordance with these specifications shall be Mueller improved or an approved equal. Fire hydrants shall include all fittings, and pipe necessary to connect it to the tee at the main mnd shall be paid for at the contract unit price for each fire hydrant installed. TS--6 6. Mechanical Joint, Gate_V_alves • A. Specifications The gate valves furnished under these specifications shall be of the double disc parallel seat type, and shall be of iron body, bronze mounted, designed for 200 PSI presrure. In addition to these conditions, gate valves s'.iall be designed so that when closing or opening the valves, the disc moves freely with the wedging mechanism in a collapsed position, thus eliminating abrasive action between the seating rings and the disc rings. To eliminate deflection of the valve disc, seating force resulting from the wedging mechanism shall be applied equally and at four separate contact points on the back of each disc. All gate valves shall be equiped with 00" ring type package. Lubrication of the collar shall be accomplished by means of a special lubricant sealed between two "0" rings. seat rings shall be screwed into valve body. The disc rings shall be pressed or rolled into the disc in an approved manner. Both seat rings and disc rings shall be of bronze and shall make an absolutely water tight joint. I The threads on the bronze stem shall be Acme threads. The stem for valves, size 16 inch and smeller, shall be made from rolled bronze rod with the collar formed by a forging operation. All iron castings, bonnet body, disc, etc., shall be made from a superior quality of iron. Iron shall be made from even grained and tough material. Valves shall have a tensile strength of not less than 31,000 PSI. All bronze castings, except the stem, shall have a tensile strength of not less than 60,000 PSI. All valves shall be mechanical joint using a single rubber ring to seal against displacement. Valves shall be furnished with the necessary rubber rings for installing. In addition to the detailed specifications above, all gate valves furnished, under these specifications, shall comply in all respects to the AWWA specifications, and shall be Mueller. 19 TS-7 • B. Payment Gate valves shall be paid for at the contract unit price for ea, h valve installed. 7. Service Taps These taps shall include tapping and installing a corporation in the main line, laying a designated size copper service line to the appropriate property line and installing a curb atop at the end of the copper service line. All corporations and ct!rb stops shall be Hayes James-Jones, Mueller or equal. They shall also be all braes. All copper shall be soft "Type. K". The lengths and locations shown on the plans are approximate only. Some small adjustments may be necessary in the field due to terrain. 8. Field Tests A. Alignment shall be checked as the pipe is laid. B. Before the tie-ins are made all new pipe shall be tested at 150 pounds of pressure for 24 hours. All visible leaks shall be reassembled to minimize this leakage regardless of the total leakage shown by tests. No installation will be accepted until the leakage is shown less than the number of gallons as determined by the following formula: L ■Nd 9guare root of P Where L equals allowable leakage in gallons per hours N equals number of joints in length of pipe, d equals the inside diameter of pipe in inches, and P equals the average test pressure. 9. Connect to Existing System ^.onnect to existing system shall include turning off water supply, locating end of existing pipe, removing existing plug and tieing to existing 8" cast iron water main. This item shall be paid for at the contract lump sum price. TS-8 SECTION III S SANITARY SEWER PIPE 1. Scope of Work Work under this section shall consist of construction pipe, bedding and bellholes, and furnishing and installing all sewer pipe, together with all fitting, connections and appurtenances necessary to complete work. 2. All excavation, trenching and backfilling shall conform to the specifications in Section I. 3. Pipe A. Pipe shall conform to the sizes and materials shown on the drawings. on the following acceptable pipe shll be the 8. latest Specifications revisions defining l 1. Standard polyvinyl chloride pipe & fitting ASTM D3034 SDR 35. 2. Cast iron pipe and fittings ASA, A21.6 class 1500 C. Measurement and Payment Sanitary sewer main will be measured from the centerline of appurtenent structures and shall be laid for at the contract unit price per lineal foot for the size, type, and depth zone of pipe installed. 4. Joints Joints shall be of the compression ring type unless otherwise designated or approved by Ehe City. Joint materials shall conform to the following reguirementsi A. Preformed or compression ring joints shall comply with the latest ASTM C-425. TS-9 5. r.a in PPipe A. General All sewers shall be laid true to grade with bells upgrade. The joints of pipe shall be laid and fitted so that when completed the sewer will have a smooth and be inspected for uniform invert. Each pipe joint defects before being lowered into the ditch. B, Water shall not be allowed in the trenches while pipe is being laid. . C. aNot. dv,,ncerof pipe laying unless permitted by the City in D. All exposed ends of all pipes shall be protected with an approved stopper to prevent the entry of earth or any other foreign substance. E. Mechanical joints shall be made in accordance with the recommendations of the joint manufacturer. 6. Connections Connections for future use shall be properly capped with a plug • of the same material as the pipe. 7. Inspection of ~oi_ nts Joints shall not be covered until approval by the City. B. Approval of Materials Manufacturer's certificates may be used as a basis for accepting materials, pending any tests by the City. Pipe manufacturers shall furnish .5i of order for testing when required by the City. 9. Field Tests A. Exfiltration, infiltration, aiid inflow tests with water shall not exceed 500 U.D. gallons per inch of diameter per mile of sewer for 24 hours. Tests and measurement shall be conducted in a manner approved by the City which shall also include air testing procedures. TS-10 w • B. Pipe shall be visually inspected for wall thickness, straightness, s*iundness, and cracks. Each piece shall be inspected before incorporation into the system. 10. Protecting Public Water Supply Sanitary sewer shall be installed at least 10 feet laterally and/or b feet below water mains at cross over points. Where this condition cannot be met, extra precautions such as encasement with concrete or installation of an approved AWWA class 150 cast iron pipe shall be ta~cn to safeguard the water from contamination. SECTION IV SANITARY SEWER MANHOLES 1. Scope of Work The work to be performed under this item shall consist of manholes complete in place, including the finishing, adjusting to grade, and installation of j,anhole casting and cover. 2. Matorial A. Concrete used in construction shall be 3000 PSI. B. All manholes shall be cast in place. No sanitary manholes will be precast. C. Manhole frames and covers shall conform to shape and dimensions shown on plans. Bearing surfaces shall be machines so that even bearing may be had in any position in which the cove: is seated. 3. Construction Methods A. All manholes shall be monolithic or poured in place manholes meeting the specifications of the City of Denton. TS-11 e B. where the PVC SL'R 35 sewer pipe is connected to the manhole a transite collar shall be required in order for a proper bond between the concrete and pipe. 4. Measurement and Payment Sanitary sewer manholes shall be measured from the flow line of the manhole to the top of cover. Sanitary sewer manholes up to six feet deep shall be paid for at the contract unit price for each foot size diameter installel. The contractor srj,.'1 also be paid at the contract lineal foot price for manhole extra depth for each foot or fraction of a foot of manhole installed which is greater than 6 feet deep. SECTION V BORE UNDE't UNIVERSITY DRIVE The bore under University Drive shall include constructing bore pits, boring under University Drive, installing a 21 inch welded steel casing, and installing a 12" ductile iron sanitary sewer line on grade, according to the plans and the City ,specifications. The lire will be lamped to insure a continuous grade and shall be paid for at the contract unit price per • lineal foot for each foot of casing and carrier pipe installed. SECTION VI AERIAL CREEK CROSSING Aerial Creak Crossing shall include inst,%llation of concrete piers and ductile iron pipe as shown on the plans, and shall be considered additional compensation, above the cost of underground installation for the aerial section of sanitary sewer. This item shall be paid for at the con price. tract lump sum TS-12 moose ,•il 1, V3. .r T !.T ~ ~ 11.7 fir' .•-;3';'~ }Flp ~ r: r~ nor n• rf UK- • ` t ] 1, , i, :>r t•ii3 bid 1., •il ,l, _ ~ . ,'n , , : :,i r; !?t'~~ f ~t• X11 i.t t~