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altered, withdrawn, of resubmitted within 60 days from and after the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~