SOLICITATION OVERVIEW

Size: px
Start display at page:

Download "SOLICITATION OVERVIEW"

Transcription

1 SOLICITATION OVERVIEW The City of Irving is soliciting bids for: TITLE: Pioneer, Sunnybrook & Jody Water and Wastewater Main Improvements ITB Number: 021D-15F Commodity: 0105, General Construction 0140, Utilities Construction Due Date: 3:00 p.m., CST, Friday, October 3, 2014 Location: City of Irving, Purchasing Division 835 W. Irving Blvd. Irving, Texas Pre-Bid Conferences*: Date: September 22, 2014 Time: 3:00 p.m., CST Location: Second Floor Conference Room 2A, Irving City Hall 825 W. Irving Blvd. Irving, Texas Date: September 29, 2014 Time: 3:00 p.m., CST Location: Second Floor Conference Room 2A, Irving City Hall 825 W. Irving Blvd. Irving, Texas *Attendance of one of the two Pre-bid conferences is mandatory. Public Bid Opening: There will be a public bid opening in the Purchasing Division Conference Room immediately following the bid due time/date. Interested parties are invited to attend. Written Questions: Submit written questions to: Darlene Humphries, Purchasing Supervisor, dhumphries@cityofirving.org, John Barsic, Graduate Engineer, jbarsic@cityofirving.org Questions may be submitted through 5:00 p.m., September 29, No verbal questions will be accepted. Questions of a substantial nature will be addressed in the vendor conference and will be addressed in an addendum, posted on the City s Purchasing Web page for all interested parties. 1

2 ITB #021D-15F Pioneer, Sunnybrook & Jody Water and Wastewater Main Improvements OVERVIEW The work to be performed under this contract consists of furnishing all concrete, steel, appurtenances, tools, equipment, labor and incidentals necessary to install complete in place approximately two thousand eight hundred (2,800) linear feet of 8 polyvinyl chloride water pipe, two thousand six hundred (2,600) linear feet of 8 polyvinyl chloride wastewater pipe, and two thousand one hundred (2,100) linear feet of 10 polyvinyl chloride wastewater pipe, together with all associated appurtenances to complete this project in the City of Irving.

3 ITB# 021D-15F Pioneer, Sunnybrook & Jody Water and Wastewater Main Improvements Table of Contents OVERVIEW TABLE OF CONTENTS GENERAL CITY OF IRVING INSTRUCTIONS, REQUIREMENTS AND ATTACHMENTS: Vendor Summary Page... 6 Bid Pricing Pages Attachment A 4, Standard Terms and Conditions Attachment B 1, General Instructions to Bidders Attachment B 2, Special Instructions to Bidders Attachment B 7, Checklist for Bidders Attachment B 10, Map Locating Purchasing Division Attachment C 1, Conflict of Interest Instructions Attachment C 2, Conflict of Interest Statement Attachment C 5, Prevailing Wage Rates Attachment D 3, Insurance Requirements for Construction Attachment D 4, Insurance Affidavit Attachment D 6, Indemnification by Contractor Attachment E 1, Environmental Commitment Attachment E 2, Environmental Stewardship Attachment F 1, Good Faith Effort Program Overview Attachment F 2, Good Faith Effort Affidavit Attachment G 1, Bid Bond Requirement Attachment G 3, Bonding Requirements for Construction Attachment G 4, City of Irving Performance Bond Attachment G 5, City of Irving Payment Bond Attachment G 6, City of Irving Maintenance Bond Attachment H 13, General Provisions and Requirements & Standard Form of Agreement Attachment H 14, Certificate of Insurance Example with minimum requirements Attachment H 15, Acknowledgement

4 CONSTRUCTION SPECIFICATIONS DIVISION 01 GENERAL REQUIREMENTS SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION DIVISION 02 SITE WORK SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECITON SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION GENERAL NOTES APPROVED PRODUCTS LISTING SUMMARY OF WORK COORDINATION GRADES, LINES AND LEVELS CONTINGENCY PROGRESS REPORT STOCKPILING OF CONSTRUCTION MATERAILS TEMPORARY WATER SOLID WASTE DISPOSAL WASTEWATER OVERFLOWS/SPILLS BARRICADES DUST CONTROL TREE PROTECTION FLAGMEN IRRIGATION SYSTEMS CLEAN UP PROJECT SIGN EXISTING UTILITIES WASTEWATER MAINS WASTEWATER MANHOLES WASTEWATER SERVICES(RESIDENTIAL) WATER LINE RELOCATION MANHOLE ABANDONMENT OR MANHOLE REMOVAL MANHOLE TESTING CLEANING AND TELEVISION INSPECTION OF EXISTING WASTEWATER WASTEWATER LINE ABANDONMENT MOBILIZATION CLEARING AND GRUBBING TRENCHING, EMBEDMENT, AND BACKFILLING PIPE BORING, JACKING, AND TUNNELING UTILITY MARKINGS TRENCH SAFETY SHEETING AND SHORING CONCRETE PAVERS FOR CROSSWALK ADA TRUNCATED PAVERS (WHEELCHAIR RAMPS) FLEXIBLE BASE AND SUBGRADE MATERIAL STORM WATER CURB OPENING HOT MIX ASPHALTIC CONCRETE PAVEMENT PAVEMENT REPAIR REINFORCED CONCRETE DRIVEWAY APPROACHES MILLING OF EXISTING ASPHALT PAVEMENT HOT MIX ASPHALT OVERLAY REMOVE AND REPLACE FENCE CONCRETE SIDEWALKS, CURB AND GUTTER TEMPORARY RIDING SURFACE FOR UTILITY CUTS ASPHALT AND CONCRETE DRIVEWAY REPAIR WHEELCHAIR RAMP AND CURB RAMP 4

5 SECTION SECTION SECTION BLOCK SODDING GROUND COVER EROSION AND SEDIMENTATION CONTROL DIVISION 03 CONCRETE SECTION CONCRETE THRUST BLOCKS SECITON REINFORCED CONCRETE RETAINING WALLS DIVISION 15 MECHANICAL SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION WASTEWATER TESTING WATER PIPE TESTS WATER DECHLORINATION GROUTING OF ABANDONED WATER MAINS WATER PIPE AND FITTINGS METAL TRACER TAPE WET CONNECTIONS FLUSH VALVE WATER METER BOXES WATER SERVICES WATER METER RELOCATION GATE VALVES AND BUTTERFLY VALVES FIRE HYDRANTS FIRE HYDRANT SALVAGE AND BACKFILL CUTTING, PLUGGING AND BLOCKING EXISTING WATER MAINS END TABLE OF CONTENTS 5

6 CITY OF IRVING ITB #021D 15F, Pioneer, Sunnybrook & Jody Water and Wastewater Main Improvements VENDOR SUMMARY PAGE COMPLETE LEGAL NAME of firm submitting bid: Mailing Address: City, State, & Zip: Phone: Contact: TOTAL BID from Bid Pricing Page $ Authorized Signature Date Signature indicates bidder accepts the specifications, terms and conditions of this solicitation and that bidder is not delinquent on any payment due the City nor involved in any lawsuit against the City. Print Name Title ARE YOU BIDDING as a Corporation Non-Profit Corporation Limited Liability Company Partnership Individual or Sole Proprietor M/WBE: If you are a minority-owned or woman-owned business, please check which type and list any certification number Black Hispanic Asia-India Asia-Pacific Native American Woman-Owned Certification # PAYMENT PREFERENCE: Check all that apply: EBT (electronic bank transfer) Check Credit card A current W-9 must be submitted by vendors receiving an initial award from the City of Irving. COOPERATIVE PURCHASES: Should other governmental entities decide to participate in this contract, would you agree that all terms, conditions, specifications and pricing would apply? Yes No. If other governmental entities choose to participate, each entity will place its own order and be responsible for its own payments. REFERENCES: This solicitation requires references. Please attach a list of three references that you have completed recent contracts with in the past 24 months that were similar in scope and size in which 60% or more of the work was completed by your own crews or if your own crew will not be performing 60% or more of the work being bid, a list of three references that your sub-contractor(s) have completed that were similar in scope and size. Please also provide a list of projects you and your subcontract(s) are currently under contract with. For each reference list name of project, summary of work performed by your crews or proposed subcontract(s), project cost, owner of project, contact person, address, telephone, and address. The City may utilize other available information in gaining a comprehensive overview of the bidder s qualifications and record of performance. Past performance with the City of Irving is a reference and if unfavorable, will deem the vendor as non-responsible and the vendor will not be considered for award. 6

7 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE EA PROJECT SIGN DOLLARS AND CENTS PER EACH ( ) $ $ LS TREE PROTECTION DOLLARS AND CENTS PER LUMP SUM ( ) $ $ LS BARRICADES & TRAFFIC CONTROL DOLLARS AND CENTS PER LUMP SUM ( ) $ $ LF 6" POLYVINYL CHLORIDE WATER PIPE CLASS 235 WITH METAL TRACER TAPE DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ,843LF 8" POLYVINYL CHLORIDE PIPE CLASS 235 WITH METAL TRACER TAPE DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ,860LF 6"-8" TRENCHING, EMBEDMENT AND BACKFILLING FOR WATER (IMPROVED) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ITB 021D- 15F 9/15/14 7

8 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE ,860LF TRENCH SAFETY - SHEETING AND SHORING(WATER) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF BORE FOR 8" POLYVINYL CHLORIDE PIPE (ENCASEMENT REQUIRED) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ EA 6" CAP & 2" FLUSH VALVE DOLLARS AND CENTS PER EACH ( ) $ $ EA 6" GATE VALVE AND BOX DOLLARS AND CENTS PER EACH ( ) $ $ EA 8" GATE VALVE AND BOX DOLLARS AND CENTS PER EACH ( ) $ $ EA WET CONNECTIONS DOLLARS AND CENTS PER EACH ( ) $ $ ITB 021D- 15F 9/15/14 8

9 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE EA UTILITY MARKINGS DOLLARS AND CENTS PER EACH ( ) $ $ EA CUTTING, PLUGGING, AND BLOCKING OF EXISTING MAINS DOLLARS AND CENTS PER EACH ( ) $ $ EA RELOCATE EXISTING WATER METER & SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ ,135 LF GROUTING OF ABANDONED 4"-8" WATER MAINS DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ EA INSTALL STANDARD FIRE HYDRANT DOLLARS AND CENTS PER EACH ( ) $ $ EA FIRE HYDRANT SALVAGE & BACKFILL DOLLARS AND CENTS PER EACH ( ) $ $ ITB 021D- 15F 9/15/14 9

10 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE ,745 LBS WRAPPED IRON FITTINGS (PLUGS, TEES, BEND, CROSSES, REDUCERS, ETC.) DOLLARS AND CENTS PER POUND ( ) $ $ EA 3/4" SHORT WATER SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ EA 3/4" LONG WATER SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ EA 1" SHORT WATER SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ EA 1" LONG WATER SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ EA 1 1/2" SHORT WATER SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ ITB 021D- 15F 9/15/14 10

11 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE EA 1 1/2" LONG WATER SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ EA 2" SHORT WATER SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ EA 2" LONG WATER SERVICE DOLLARS AND CENTS PER EACH ( ) $ $ ,386 SY 5" THICK REINFORCED CONCRETE PAVEMENT REMOVE & REPLACE DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ SY 7" THICK REINFORCED CONCRETE PAVEMENT REMOVE & REPLACE DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ LF 6" CURB & GUTTER REMOVE & REPLACE DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ITB 021D- 15F 9/15/14 11

12 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE LS MOBILIZATION DOLLARS AND CENTS PER LUMP SUM ( ) $ $ EA SWPPP INFORMATION SIGN DOLLARS AND CENTS PER EACH ( ) $ $ LS DEVELOPMENT AND MAINTENANCE OF SWPPP DOLLARS AND CENTS PER LUMP SUM ( ) $ $ LS EROSION & SEDIMENT CONTROL DEVICES DOLLARS AND CENTS PER LUMP SUM ( ) $ $ EA REMOVE EXISTING WASTEWATER MANHOLE DOLLARS AND CENTS PER EACH ( ) $ $ EA MANHOLE ABANDONMENT & BACKFILL DOLLARS AND CENTS PER EACH ( ) $ $ ITB 021D- 15F 9/15/14 12

13 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE EA INSTALL STANDARD 4 FOOT DIAMETER WASTEWATER MANHOLE (8' DEEP OR LESS) DOLLARS AND CENTS PER EACH ( ) $ $ EA INSTALL 4 FOOT DIAMETER EXTERNAL DROP WASTEWATER MANHOLE (8' DEEP OR LESS) DOLLARS AND CENTS PER EACH ( ) $ $ VF EXTRA DEPTH FOR 4' DIAMETER MANHOLE (OVER 8' DEEP) DOLLARS AND CENTS PER VERTICAL FOOT ( ) $ $ EA UTILITY MARKINGS DOLLARS AND CENTS PER EACH ( ) $ $ LF 4" PVC SANITARY SEWER PIPE (SDR 26 PRESSURE PIPE) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF 6" PVC SANITARY SEWER PIPE (SDR 26 PRESSURE PIPE) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ITB 021D- 15F 9/15/14 13

14 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE ,502 LF 8" PVC WASTEWATER PIPE (SDR 35) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF 8" PVC SANITARY SEWER PIPE (SDR 26 PRESSURE PIPE) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ,106 LF 10" POLYVINYL CHLORIDE WASTEWATER PIPE (SDR 35) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ,292 LF 4"-8" TRENCHING, EMBEDMENT AND BACKFILLING FOR WASTEWATER (IMPROVED) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ,366 LF 10" TRENCHING, EMBEDMENT AND BACKFILLING FOR WASTEWATER (IMPROVED) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ,658 LF TRENCH SAFETY - SHEETING AND SHORING(WASTEWATER) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ITB 021D- 15F 9/15/14 14

15 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE LF BORE FOR 4" POLYVINYL CHLORIDE PIPE (ENCASEMENT REQUIRED) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF BORE FOR 6" POLYVINYL CHLORIDE PIPE (ENCASEMENT REQUIRED) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF BORE FOR 8" POLYVINYL CHLORIDE PIPE (ENCASEMENT REQUIRED) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF BORE FOR 10" POLYVINYL CHLORIDE PIPE(ENCASEMENT REQUIRED) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF STEEL ENCASEMENT BY OPEN CUT FOR 4" PVC DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF STEEL ENCASEMENT BY OPEN CUT FOR 6" PVC DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ ITB 021D- 15F 9/15/14 15

16 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE LF STEEL ENCASEMENT BY OPEN CUT FOR 8" PVC DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF STEEL ENCASEMENT BY OPEN CUT FOR 10" PVC DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ EA 4" SHORT SANITARY SEWER SERVICE CONNECTION WITH CLEANOUT DOLLARS AND CENTS PER EACH ( ) $ $ EA 4" LONG SANITARY SEWER SERVICE CONNECTION WITH CLEANOUT DOLLARS AND CENTS PER EACH ( ) $ $ EA 4" SANITARY SEWER SERVICE REROUTE WITH CLEANOUT FOR 1518 JODY LN DOLLARS AND CENTS PER EACH ( ) $ $ EA 4" SANITARY SEWER SERVICE REROUTE WITH CLEANOUT FOR 1523 JODY LN DOLLARS AND CENTS PER EACH ( ) $ $ ITB 021D- 15F 9/15/14 16

17 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE EA 4" SANITARY SEWER SERVICE REROUTE WITH CLEANOUT FOR 1525 JODY LN DOLLARS AND CENTS PER EACH ( ) $ $ ,897 LF GROUT & ABANDON EXISTING 6"-10"WASTEWATER MAINS DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ SY 4" THICK REINFORCED CONCRETE SIDEWALK REMOVE & REPLACE DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ SY 5" THICK REINFORCED CONCRETE DRIVE APPROACH REMOVE & REPLACE DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ ,737 SY 5" THICK REINFORCED CONCRETE PAVEMENT REMOVE & REPLACE DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ SY 5" THICK REINFORCED CONCRETE DRIVEWAY REMOVE & REPLACE DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ ITB 021D- 15F 9/15/14 17

18 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE SY BRICK ROAD PAVERS DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ SY 2" ASPHALT PAVEMENT (REMOVE & REPLACE) DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ ,144 SY 2" ASPHALT OVERLAY DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ TN LEVELING COARSE OF ASPHALT DOLLARS AND CENTS PER TON ( ) $ $ ,144 SY MILLING OF ASPHALTIC CONCRETE PAVEMENT DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ EA STORM WATER CURB OPENING DOLLARS AND CENTS PER EACH ( ) $ $ ITB 021D- 15F 9/15/14 18

19 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE EA REINFORCED CONCRETE WHEELCHAIR RAMP REMOVE AND REPLACE (ALL TYPES) DOLLARS AND CENTS PER EACH ( ) $ $ LF REMOVE & REPLACE CHAIN LINK FENCE INCLUDING GATES (NEW MATERIAL) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF REMOVE & REPLACE WOOD FENCE INCLUDING GATES (NEW MATERIAL) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LF REMOVE & REPLACE WROUGHT IRON FENCE INCLUDING GATES (NEW MATERIAL) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ CY REINFORCED STACKED BRICK WALL REMOVE AND REPLACE DOLLARS AND CENTS PER CUBIC YARD ( ) $ $ ,063 SY BLOCK SODDING DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ ITB 021D- 15F 9/15/14 19

20 BID PRICING PAGES PIONEER, SUNNYBROOK & JODY WATER AND WASTEWATER MAIN IMPROVEMENTS ITEM NO. ESTIMATED QUANTITY PRICES TO BE WRITTEN IN WORDS ITEM DESCRIPTION (SPECIFICATION) UNIT PRICE TOTAL PRICE FURNISH, CONSTRUCT, AND INSTALL COMPLETE IN PLACE SY GROUND COVER DOLLARS AND CENTS PER SQUARE YARD ( ) $ $ LF IRRIGATION SYSTEM REPAIRS AND/OR RELOCATIONS (INCLUDING SPRINKLER HEADS & BOXES) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ EA 10"-12" WATER MAIN RELOCATION DOLLARS AND CENTS PER EACH ( ) $ $ ,938 LF CLEAN AND CCTV OF WASTEWATER MAINS (POST INSPECTION OF NEW MAINS) DOLLARS AND CENTS PER LINEAR FOOT ( ) $ $ LS CONTINGENCY Seventy-Eight Thousand DOLLARS AND no CENTS PER LUMP SUM ( ) $ 78, $ 78, TOTAL BID: $ ITB 021D- 15F 9/15/14 20

21 STANDARD TERMS AND CONDITIONS Attachment A-4 1. Application These standard terms and conditions shall apply to all City of Irving (hereafter City ) solicitations and procurements, unless specifically excepted in the solicitation specifications. 2. Requirements By submitting a bid, the respondent agrees to provide the City of Irving with the specified goods or services described in the solicitation in accordance with these standard terms and conditions, at the agreed upon bid price and in compliance with the stated specifications and any subsequent addendums issued prior to the date of the bid opening. 3. Legal Compliance Bidder or proposer must comply with all Federal, State and Local laws, statutes, ordinances, regulations and standards in effect at the time of delivery of goods and services, and must maintain any and all required licenses and certificates required under the same laws, statutes, ordinances, regulations and standards for services and/or goods provided in response to this solicitation. 4. Modifications and Addendums The City shall have the right to modify any of the solicitation documents prior to submission deadline and will endeavor to notify potential bidders, but failure to notify shall impose no liability or obligation on the City. All modifications and addendums must be in written form prepared by the City department issuing the solicitation. Bidders are responsible for incorporating any and all modifications and addendums into their bid responses. 5. Interpretation of Bid Documents The City is the final judge of the meaning of any word(s) sentences, paragraphs or other parts of the bid documents. Bidders are encouraged to seek clarification, before submitting a bid, of any portion of the bid documents that appears to be ambiguous, unclear, inconsistent, or otherwise in error. Clarifications will be in writing. 6. Late Bids Bids must be received in the Purchasing Office by the time specified in the solicitation. The City will not accept late bids and is not responsible for the lateness or non-delivery of bids by the Postal Service or any private delivery firm. The time/date stamp in the Purchasing Office shall be the official time of receipt. 7. Conditional Bids The City will not accept conditional bids which qualify the bidder s response in any way. Any alterations, erasures or strikethroughs made by the bidder prior to submission of the bids must be initialed by the bidder to guarantee authenticity. 8. Minor Irregularities The City reserves the right to waive any minor irregularities that do not materially affect the scope or pricing of submitted bids. 9. Responsiveness of Bids The City wants to receive competitive bids, but will declare non-responsive bids that fail to meet significant requirements outlined in the solicitation documents. 21

22 10. Discrepancies and Errors In the case of a discrepancy between the unit price and the extended total for a bid item, the unit price will prevail. The unit prices of bids that have been opened may not be changed for the purpose of correcting an error in the bid price. 11. Identical Bids In the event two or more identical bids are received, and the bids are lowest, responsible and responsive, award will be made as prescribed in the Texas Local Government Code, Chapter Withdrawal of Bids Bidders may withdraw any submitted bids prior to the bid submission deadline. Bidders may not withdraw once the bids have been publicly opened, without the approval of the City s purchasing manager. Bidders will be allowed to withdraw bids that contain substantial mathematical errors in extension. 13. Disqualification of Bidder The City may disqualify bidders, and their bids not be considered, for any of the following reasons: Collusion among bidders; Bidder s default on an existing or previous contract with the City, including failure to deliver goods and/or services of the quality and price bid; Bidder s lack of financial stability; any factor concerning the bidder s inability to provide the quantity, quality, and timeliness of services or goods specified in the solicitation; bidder involved in a current or pending lawsuit with City; bidder s attempt to influence the outcome of the solicitation through unauthorized contact with City officials outside of those listed in the solicitation documents; and bidder s attempt to offer gifts, gratuities, or bribes to any City employee or elected official in connection with a solicitation. 14. Cost of Bid The cost of submitting bids shall be borne by the bidders, and the City will not be liable for any costs incurred by a bidder responding to this solicitation. 15. Firm Prices Unless otherwise stated in the specifications, bidder s prices remain firm for 120 days from date of bid opening and, upon award, remain in effect for the contract period specified in the solicitation. If formal award has not occurred within 120 days of bid opening, the vendor and the City may mutually agree to extend the firm price period. 16. Acceptance The City will complete payment upon final acceptance. Retainage, if any, will be noted in the final contract. 17. MSDS Bidders must have on site Material Safety Data Sheets for any hazardous chemical used or supplied under this solicitation. 18. Taxpayer Identification Bidders must provide the City a current W-9 Request for Taxpayer Identification and Certification before goods or services can be procured from the bidder. 22

23 19. Taxes The City is exempt from all federal excise taxes and all state and local sales and use taxes. If such taxes are listed on a bidder s invoice, they will not be paid. Additionally, bidders may use the City s tax exemption status to purchase goods and materials becoming part of the finished construction in the solicitation. 20. Outstanding Liabilities Bidders shall not have outstanding, unpaid liabilities owed to the City. Liabilities may include, but are not limited to, property taxes, hotel occupancy taxes, license or permit fees, and water bills. Bids will be considered non-responsible and not given further consideration if submitted by a bidder with such outstanding liabilities. 21. Offset The City may, at its option, offset any amounts due and payable under a contract award under this solicitation against any debt lawfully due the City from a vendor, whether or not the amount due arises pursuant to the terms of the contract and whether or not the debt has been reduced to judgment by a court. 22. Independent Contractors It is expressly agreed and understood by both parties that the City is contracting with the successful bidder as an independent contractor. The City shall not be liable for any claims which may be asserted by any third party occurring in connection with services performed by services performed by the successful bidder, and the successful bidder has no authority to bin the City. 23. Sub-Contractors Unless otherwise stated, the contractor awarded the contract in connection with this solicitation shall have the right to select qualified sub-contractors to assist in completing the construction. The City, unless noted elsewhere, will have no contractual obligation with any of the sub-contractors, and shall hold the prime contractor responsible for all actions and work performed by the sub-contractors. The bidder is reminded that the City has Good Faith Effort goals for M/WBE participation in connection with this solicitation, and the use of qualified sub-contractors is a way that prime contractors can meet the City s goals. 24. Governing Law All bids submitted in response to this solicitation and any resulting contract shall be governed by, and construed in accordance with, the charter and ordinances of the City of Irving, and the laws and court decisions of the State of Texas. 25. Controlling Document In the case of a discrepancy between this solicitation and the formal contract, the formal contract will prevail and control. 26. Assignment Bidder shall not assign, transfer, or pledge a contract awarded under this solicitation, in whole or in part, without the prior written consent of the City s purchasing manager. Assignment of this contract, if approved by the City, shall not relieve the bidder s obligations under the contract. Approval by the City of one assignment shall not constitute approval of any future assignment of the contract. 23

24 27. Termination If an awarded bidder fails in any manner to fully perform each and all of the terms, conditions and covenants of a contract awarded by this solicitation, he shall be in default and notice of default shall be given to the bidder by the City s purchasing manager. In the event that Vendor continues in default for a period of seven (7) days after receipt of the above-mentioned notice of default, City may terminate or cancel the contract. The City may also cancel a contract for convenience and without cause with thirty days notice. In any cancellation of contract, the City will pay the bidder for all good received and accepted any services provided and accepted up to and including the date of termination. 28. Indemnification Bidder shall defend, indemnify, and hold harmless the City of Irving, its officers, agents, employees, appointees and volunteers against any and all claims, lawsuits, judgments, costs and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons, that may arise out of or be occasioned by bidder s breach of any of the terms or provisions of any contract awarded as a result of this solicitation, or by any negligent or strictly liable act or omission of the bidder, its officers, agents, employees, or subcontractors, in the performance of an awarded contract; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence or fault of the City, its officers, agents or employees, and in the event of joint and concurrent negligence or fault of the bidder and City, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the laws of the State of Texas, without waiving any governmental immunity available to the City under Texas law and without waiving any defenses of the parties under Texas law. The provisions of this paragraph are solely for the benefit of the parties hereto and are not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 29. Venue The obligations of the parties under a contract awarded through this solicitation are performed in Dallas County, Texas, and if legal action is necessary to enforce same, exclusive venue shall be within Dallas County, Texas. 30. Notification The City normally posts bid results on-line by the end of the next business day after bids are received. The City s website is Results are on the Purchasing Solicitation page, in the same place as the original bid documents. Bid results are for informational purposes only, and is not a notice of award. 31. Open Records Bid pricing is not considered confidential and is open to public inspection. Trade secrets and other material considered confidential by the bidder should be clearly marked as such. If a request is made under the Texas Open Records Act to inspect information designated as trade secret or confidential in a bid, the City will forward the appropriate documents to the Attorney General of Texas who will contact the bidder to request sufficient written reasons and information as to why the information should be protected from disclosure. Upon review of the bidder s response, the Attorney General will make a determination as to the confidentiality of the requested material(s), or lack thereof, and the City will respond accordingly. 24

25 GENERAL INSTRUCTIONS TO BIDDERS Attachment B-1 1. Securing Specifications Free specifications may be downloaded from the Purchasing page of the City s website, The City of Irving does not charge for specifications. If a third-party offers specifications or bid information for a fee, they do not represent the City. The City may charge for plans and drawings for construction solicitations. 2. Third-Party Websites With the exception of DemandStar, we do not support information about City of Irving solicitations posted on third-party websites. The City does not guarantee the accuracy of information secured from such websites and does not assume any responsibility for errors or misinformation that affects submitted bids or proposals. 3. Submission of Sealed Bids/Late Bids Bid pricing must be in US dollars and cents, unless a percentage off is requested. Bidders are to provide enough information with their bid to constitute a definite, firm, unqualified and unconditional offer. Bids are to be submitted in a sealed envelope or package and labeled with the bidder s name and the solicitation name & number. All bids must be submitted to the City of Irving Purchasing Division no later than the date and time indicated in the solicitation. All times listed are local times. It is the bidder s responsibility to ensure that bids are delivered/received by the specified time. Late bids will not be accepted and will be returned unopened. 4. Legal Name of Bidder In completing the Vendor Summary Page, the bidder must list the legal name of the bidder s company. This name will be on all contracts, awards, and purchase orders. The Vendor Summary Page also requires a statement as to the legal status of the bidder (corporation, partnership, sole proprietorship, etc.), and should be the first document in the bidder s response. 5. Signature The signature on the Vendor Summary Page should be in ink and from an individual with the authority to commit the bidder s company to the prices bid and terms stated. 6. Bid Sheet Omissions If a bidder believes the bid sheet does not adequately provide for quotes on all goods and services necessary to fulfill the specifications, it is the vendor s responsibility to address this issue prior to the date and time for cut-off of written questions. 7. Altered Bids Any alterations, erasures or strikethroughs made by the bidder prior to submission of the bids must be initialed by the bidder to guarantee authenticity. 8. Cooperative Purchase Bidders are given an opportunity on the Vendor Summary Page to indicate their willingness to allow other public entities to use the bid response as a basis for a contract with their entity, in lieu of competitive bidding. This provision is in compliance with Local Government Code

26 9. Payment Terms, Discount & Type of Payment Bidder may express the method(s) in which he or she wishes to receive payment. If invoice states a payment term discount offer, the City will take advantage of this discount and payment will be made accordingly. 10. References When references are requested, the Vendor Summary Page will indicate how many references and will state what other conditions may apply to the references. Past performance with the City of Irving is a reference and if unfavorable, will deem the vendor as non-responsible and the vendor will not be considered for award. 11. Conflict of Interest Bidders should review the instructions on conflict of interest (Attachment C-1). Bidders are to complete and submit the Conflict of Interest form (Attachment C-2), when a conflict of interest exists. 12. Environmental Stewardship Bidders are encouraged to review the City s commitment to the environment (Attachment E-1). Bidders are to complete and submit the Environmental Stewardship form (Attachment E-2). 13. Good Faith Effort Bidders are encouraged to review information on the City s Good Faith Effort program (Attachment G-1). Bidders are to complete and submit the Good Faith Effort Affidavit (Attachment G-2). Recommended bidder(s) will be required to complete the additional GFE forms as part of the award process. 14. Addendums It is the bidder s responsibility to alter his bid response based on information updated in one or more addendums to the solicitation. Addendums will be posted on the Purchasing solicitation page of the City s website at least 48 hours before the bid due date and time. Efforts will be made to ensure that bidders receive notice of addendums, but the ultimate responsibility rests with the bidder. 15. Exceptions If a bidder takes exception to any part of the specifications or solicitation documents, such exception must be requested in writing, to the Purchasing agent/manager listed in the solicitation, at least six business days before the bid due date or within 24 hours of a prebid meeting, whichever is earlier. Approved exceptions will be included in an addendum and posted on the Purchasing Solicitation page of the City s website. 16. Checklist A Bidder s Checklist (Attachment B-7) is included with the solicitation package. The checklist is an aid to the bidder in knowing which documents to submit. 17. Hot Line Vendors may call to anonymously report instances of fraud, waste or abuse. Please provide as many details as possible. 26

27 SPECIAL INSTRUCTIONS TO BIDDERS Attachment B-2 1. Bidding Process/Contact Information The City of Irving is aware of the time and effort bidders spend in preparing and submitting bids. We will work with you to make the process as easy as possible. If you have questions or concerns about the bidding process, please contact: Darlene Humphries, Purchasing Supervisor Method of Award Award will be made in its entirety to the lowest responsive, responsible bidder. Bidders must complete all lines to be considered for award. The City reserves the right to award by whichever method is most favorable to the City, but will award to the lowest, responsive, responsible bidder no matter which method is used. Awards totaling $50,000 or more will be made by the Irving City Council. In determining the lowest responsive, responsible bidder, in addition to price, the recommendation may consider: 2.1 The ability, capacity, and skill of the bidder to perform the contract and provide the service required. 2.2 Whether the bidder can perform the contract to provide the service or make delivery within the time specified, without delay or interference. 2.3 The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 2.4 The quality, workmanship, or performance of previous contracts or services. 2.5 The previous and existing compliance by the bidder with laws and ordinances relating to the contract or services. 2.6 The sufficiency of the financial resources and ability of a bidder to perform the contract or service. 2.7 The quality, availability, and the adaptability of the supplies or contractual services to the particular use required. 2.8 The ability of the bidder to provide future maintenance and services for the use of the subject of the contract. 2.9 The number and scope of conditions attached to the bid Prior experience or knowledge of the bidder concerning a particular field or piece of equipment The safety record of the bidder. 3. Public Bid Opening A public bid opening will be held at 3:00 p.m. on October 3, 2014, in the Purchasing Conference Room, 835 W. Irving Blvd., Irving, TX

28 4. Pre-Bid Meeting Pre-bid meetings will be held on September 22, 2014 at 3:00 p.m. CST in the Second Floor Conference Room 2A, 825 W. Irving Blvd., Irving, TX and September 29, 2014 at 3:00 p.m. CST in the Second Floor Conference Room 2A, 825 W. Irving Blvd., Irving, TX Attendance at one of the two meetings is mandatory and is a preferred method of receiving questions and requests from vendors for clarifications. 5. Insurance Requirements This solicitation has insurance requirements. They are listed as Attachment D-3, D4, and D-6. Please review the requirements with your insurance agent and submit insurance affidavit (Attachment D-4) with your bid. 6. Bonding Requirements This solicitation has bonding requirements. They are listed as Attachment G-1, G-3, G-4, G-5, and G-6. Review the requirements with your surety agent and submit Notice of Intent to Bond or similar documentation from approved surety company indicating that your firm can acquire bonding upon award. A bid bond is required to be submitted with your bid. 7. Required Contract This solicitation requires a signed contract prior to award. City s contract is attached and upon award, four original wet signature sets of contract documents will be required no later than 14 calendar days after the date of award. Any exceptions to the attached contract must be submitted with your bid and any exception may or may not be accepted by the City of Irving. 8. Bidding as an Agent Bidders on construction projects must be prepared for their firm to perform at least 60% of the work required with the firms own forces to fill this contract. If the firm does not intend to perform at least 60% of the work required, they must provide who they propose to use as subcontractors and their refences and experience record as required in Vendor Summary Page. 9. Contractor s Duties All work performed under this contract shall be performed in accordance with all provisions of these specifications and drawings. Any deviations from the specifications or plans must be approved in writing by the owner or his representative. The contractor shall be presumed to have made a reasonable inspection of the premises prior to the time of bidding and shall be held responsible for all information available through such inspection. The contractor shall immediately upon discovery, bring to the attention of the owner any conflicts which may occur among the various provisions of the specifications and plans. The owner shall resolve such conflicts and shall be responsible for any costs reasonable incurred by the contractor due to such conflict. Failure of the contractor to bring conflicts or exceptions to the attention of the owner shall allow the owner to require any changes deemed necessary before acceptance by the owner. 28

29 10. Delays The City shall not be liable to a Contractor for any claims based upon delay to the Contractor for any reason whatsoever including any act or neglect on the part of the City. 11. Final Payment Final payment will not be processed until the work is accepted by the City of Irving. 12. Partial Payments If a performance bond is posted, partial payments may be approved upon submission of evidence of materials on hand and percentage of work completed and verified by authorized City Personnel. However, a portion of each payment will be retained by the City until the project is completed and the City grants final payment. 13. Disposal of Refuse Contractor shall clean the site and dispose of all refuse at a Texas Commission on Environmental Quality (TCEQ) approved landfill other than the City of Irving Landfill. 14. Qualification of Bidders The City of Irving requires that a bidder shall be a specialist in this field and have the personnel, experience, skill, and the organization to provide the materials and labor necessary for the project. Contractor Qualification Statement, AIA Document A305, may be requested prior to award of contract. 15. Evidence of Qualifications Upon demand by the City, the bidder shall provide any additional information to substantiate qualifications. The information to be provided shall include but may not be limited to the following. Relevant Experience - This background information shall provide information concerning three comparable installations in the U.S. Provide name, owner, location, and the date of completion. Maintenance Program - This background information shall provide details about the existing repair work/remedial work program which the bidder presently staffs and which would enable the bidder to provide remedial work as may be required under the guarantee provided. Technical Resources - This background information shall outline the availability of personnel, equipment and materials required for the completion of this projection time. Other factors deemed to be relevant. Financial integrity of bidder. 16. Materials The materials specified have been determined to have characteristics appropriate for the purposes of this project. In the event that the clause "or equal" is not used in the specifications pertaining to the material or article, the use of an alternate 29

30 article other than that specified must be submitted per the alternate checklist for the written approval of the owner or his representative not less than ten (10) working days before opening of the bid. If the product is acceptable, the City will approve it in an addendum issued to all prime bidders on record. The owner reserves the right to reject any or all bids. 17. Submittal of Plans & Specifications Before commencing work, the contractor shall submit for approval two copies of the complete information covering all materials and equipment that he proposed to furnish. Said submittals shall be accompanied by a letter of transmittal listing the information being submitted and identifying its compliance with the provisions of this specification. The contractor shall commence no work nor purchase any materials prior to the approval of the submittals except at the contractor s risk. Approval of the submittals by the owner shall not be considered a waiver of any provisions of the specifications nor shall they be construed to permit a waiver from any of the performance criteria required at the final inspection. 18. Testing An independent testing Laboratory, employed and paid for by the City of Irving will perform the professional testing and laboratory services. Subsequent testing of substandard materials shall be paid for by the contractor. Contractor shall coordinate all testing with the Laboratory and advise laboratory sufficiently in advance of construction to allow for required check tests to be scheduled. 19. Warranties Contractor shall supply a minimum of two years warranty on all labor and workmanship, execute and assemble documents from subcontractors, suppliers and manufacturers and submit said documents prior to final application for payment. All warranties shall commence with the final acceptance of the project by the City of Irving. Any warranty for materials or equipment which is greater in length of time from the above shall be itemized on a warranty page and submitted prior to final payment. 20. Permits The City of Irving will require that all applicable permits be issued prior to commencement of any work. No City of Irving fee will be charged for City of Irving permits. 21. Bid Bond An acceptable bid bond, certified check or cashier's check (bid security) payable without recourse to the order of the City of Irving, Texas, in an amount not less than five percent of the amount of the bid must accompany each bid as guarantee that, if awarded the contract, the bidder will enter into a contract within ten (10) days of the presentation of such contract to the bidder by the City. The bid bond must be on a form acceptable to City and the bonding company supplying the bid bond must be authorized to do business in the State of Texas. 30

31 The bid security submitted with each bid shall be considered as the amount of the liquidated damages which the City of Irving will sustain by the failure, neglect or refusal of the bidder to execute and deliver the agreement should the contract be awarded him. If the bidder defaults in executing the agreement within ten (10) days after presentation of the contract to him, the bid security shall become the property of the City of Irving. Bidder warrants that the bid he submits has been checked for mathematical correctness and same is correct. Bidder agrees that should he desire to withdraw his bid after bid opening because of a mathematical mistake that the City of Irving may retain the bid security as liquidated damages and not as penalty and the bidder hereby waives any legal defense available to bidder for such mistake. (i.e. unilateral mistake). The bid bond shall be retained by the City of Irving as liquidated damages in the event the successful bidder, after the award, fails to comply with the terms of this proposal. 22. TIME ALLOWED FOR CONSTRUCTION The total time for the project is 210 calendar days. Proposing more calendar days than specified in this paragraph shall be grounds for declaring the bid non-responsive. The contractor shall commence work not more than 14 calendar days after written notice to commence work has been issued and to complete the work on which he has bid within the number of calendar days specified in these Instructions to Bidders, and as provided in the City of Irving's Standard Form of Agreement. Work shall proceed as delineated in Section of these specifications. 31

32 CHECKLIST FOR BIDDERS Attachment B-7 ITB # 021D-15F Pioneer, Sunnybrook & Jody Water and Wastewater Main Improvements Documents to be submitted in response to this Invitation to Bid (ITB) BID RESPONSE: Vendor Summary Page The Vendor Summary Page should be the first page in your bid response followed immediately with the pricing page(s). BID PRICING PAGES: All lines completed BID BOND (5% of the total amount bid) DUE DATE (Bid must be received & stamped in Purchasing no later than 3:00 pm on October 3, 2014) Bids failing to comply with the above will be deemed non-responsive. These items are also to be submitted with your bid TWO ADDITIONAL COMPLETE COPIES OF BID REFERENCES (As requested on the Vendor Summary Page and Special Instructionspast performance with the City will be a reference and if unfavorable will deem the vendor s bid non-responsive) CONFLICT OF INTEREST STATEMENT (If applicable) (Attachment C-2) INSURANCE AFFIDAVIT (Attachment D-4 signed by insurance agent) SIGNED INDEMNIFICATION BY CONTRACTOR FORM (Attachment D-6) ENVIRONMENTAL STEWARDSHIP (Attachment E-2) GOOD FAITH EFFORT AFFIDAVIT (Attachment F-2) BONDING AFFIDAVIT (Attachment G-3 signed by surety company) Documents to be submitted if you are awarded this bid FOUR SETS OF WET INK SIGNED CITY OF IRVING CONSTRUCTION CONTRACTS INSURANCE CERTIFICATE (ACCORD form showing required proof of insurance coverages with City named Additional Insured on all liabilities refer to attachment D-3 for instructions) COMMERCIAL GENERAL LIABILITY ENDORSEMENT CITY OF IRVING PAYMENT, PERFORMANCE, AND MAINTENANCE BONDS (Attachments G-4, G-5, and G-6) Must use City of Irving bond forms. 32

33 Location of City of Irving Purchasing Division Attachment B-10 33

34 INSTRUCTIONS for CONFLICT OF INTEREST QUESTIONNAIRE Attachment C-1 1. If you have a conflict of interest in doing business with the City of Irving, use Attachment C-2, Conflict of Interest questionnaire Conflicts of interest are addressed in Texas Local Government Code, Chapter You may consult your attorney on questions arising from the reading of Texas Local Government Code, Chapter 176, and you may contact the Texas Ethics Commission at or If you complete Attachment C-2, Conflict of Interest questionnaire: Put the name of bidder and name of company in block #1. If any person employed by bidder or bidder s company has any known business conflicts, other than previous contracts awarded through a competitive bidding process, or has an existing relationship with any employee of the City of Irving, list that information in blocks No. 3, #4 and/or #5 as appropriate. Sign in block #6. 4. COI form is good for one year, and must be re-filed if conflict still exists. 5. Listings of City elected officials and local government officers may be found on the City s website: 6. A person failing to file a Conflict of Interest questionnaire, when required by Local Government Code, Chapter 176, commits a Class C misdemeanor. 34

35 Attachment C-2 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. OFFICE USE ONLY Date Received By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section , Local Government Code. A person commits an offense if the person violates Section , Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person doing business with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section (a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money. 4 Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Adopted 01/13/

36 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each affiliation or business relationship. 6 Describe any other affiliation or business relationship that might cause a conflict. 7 Signature of person doing business with the governmental entity Date Adopted 01/13/2006 ITB# 021D-15F Printed Name of Bidder 36

37 PREVAILING WAGES RATE FOR ENGINEERING (HIGHWAY/HEAVY AND PAVING AND UTILITIES) CONSTRUCTION Attachment C-5 The minimum wage rate schedule as adopted by the Irving City Council (council resolution no ) and contained in the Specifications and Contract Documents shall be the prevailing minimum wage rate schedule for all work to be performed in this contract. The Contractor and Sub-Contractors shall conform to the minimum wage rate schedule as specified herein. CLASSIFICATION PREVAILING RATE AIR TOOL OPERATOR ASPHALT DISTRIBUTOR OPERATOR ASPHALT PAVING MACHINE OPERATOR ASPHALT RAKER ASPHALT SHOVELER BATCHING PLANT WEIGHER BROOM OR SWEEPER OPERATOR BULLDOZER OPERATOR CARPENTER CONCRETE FINISHER, PAVING CONCRETE FINISHER, STRUCTURES CONCRETE PAVING CURBING MACHINE OPERATOR CONCRETE PAVING FINISHING MACHING OPERATOR CONCRETE PAVING JOINT SEALER OPERATOR CONCRETE PAVING SAW OPERATOR CONCRETE PAVING SPREADER OPERATOR CONCRETE RUBBER CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL, OPERATOR ELECTRICIAN FLAGGER FORM BUILDER/SETTER, STRUCTURES FORM SETTER, PAVING & CURB FOUNDATION DRILL OPERATOR, CRAWLER MOUNTED FOUNDATION DRILL OPERATOR, TRUCK MOUNTED FRONT END LOADER OPERATOR LABORER, COMMON LABORER, UTILITY MECHANIC MILLING MACHINE OPERATOR, FINE GRADE MIXER OPERATOR MOTOR GRADER OPERATOR, FINE GRADE MOTOR GRADER OPERATOR, ROUGH OILER PAINTER, STRUCTURES PAVEMENT MARKING MACHINE OPERATOR PIPELAYER REINFORCING STEEL SETTER, PAVING REINFORCING STEEL SETTER, STRUCTURE ROLLER OPERATOR, PNEUMATIC, SELF-PROPELLED ROLLER OPERATOR, STEEL WHEEL, FLAT WHEEL/TAMPING

38 PREVAILING WAGE RATES FOR ENGINEERING PAGE 2 ROLLER OPERATOR, STEEL WHEEL, PLANT MIX PAVEMENT SCRAPER OPERATOR SERVICER SLIP FORM MACHINE OPERATOR SPREADER BOX OPERATOR TRACTOR OPERATOR, CRAWLER TYPE TRACTOR OPERATOR, PNEUMATIC TRAVELING MIXER OPERATOR TRUCK DRIVER, LOWBOY-FLOAT TRUCK DRIVER, SINGLE AXLE, HEAVY TRUCK DRIVER, SINGLE AXLE, LIGHT TRUCK DRIVER, TANDEM AXLE, SEMI-TRAILER TRUCK DRIVER, TRANSIT-MIX WAGON DRILL, BORING MACHINE, POST HOLE DRILLER OPERATOR WELDER WORK ZONE BARRICADE SERVICER APPRENTICES' PAY - ALL TRADES AND CRAFTS: The minimum rate for apprentices shall be in accordance with the scale determined by an approved apprenticeship program or $1.00 per hour less than journeyman's rates, whichever is lower. An approved apprenticeship program is one approved by the U. S. Department of Labor Bureau of Apprenticeship Training, and only apprentices enrolled in an approved program may be paid apprenticeship rates. BASE PER DIEM RATE: Hours worked per day times base hourly rate. MULTIPLIERS FOR OVER TIME RATES: 1. Overtime rate: Base hourly rate times Holidays recognized by City of Irving: Base hourly rate times 1.5 Prevailing wage rates for Dallas County, Texas per the U.S. Department of Labor as of February 9,

39 INSURANCE REQUIREMENTS FOR CONSTRUCTION SERVICES Attachment D-3 At his own expense, contractor shall procure and maintain for the duration of the proposed contract, insurance against claims for injuries to persons or damages to property which may arise from, or in connection with, the performance of the work hereunder by the contractor, his agents, representatives, employees, or subcontractors. Said insurance shall be in the type(s) and minimum(s) listed below. Workers Compensation and Employers Liability Workers Compensation Insurance with statutory limits as required by the Labor Code of the State of Texas and Employers Liability Insurance with minimum limits of $100,000 per each accident, $500,000 disease policy limit, and $100,000 occupational disease per employee. Workers Compensation coverage shall be based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements which meet the statutory requirements of the Texas Labor Code and shall apply to all employees of the contractor providing services under the proposed contract. Commercial General Liability Insurance Commercial General Liability minimum limits of $1,000,000 per occurrence for bodily injury, personal injury, and property damage. Aggregate Policy minimum limit of $1,000,000 will include coverage for, but is not limited to, Premises-Operations, Broad Form Contractual Liability, Broad Form Property Damage, Products and Completed Operations, Personal Injury, Independent Contractors and Contractual Liability, Use of Contractors and Subcontractors, and Explosion Collapse and Underground (XCU) Coverage as applicable. An aggregate loss limit per project endorsement will also be required. Coverage under this policy shall be on an occurrence basis. The Commercial General Liability (Public) insurance policy shall include an endorsement "Amendment Aggregate Limit of Insurance per Project". The endorsement shall preserve the entire aggregate required in the Commercial General Liability (Public) insurance policy for the exclusive use in this contract. As an alternative to the endorsement, the contractor can purchase an Owner's and Contractor's Protective Liability Insurance policy for the project. The Commercial General Liability (Public) insurance policy shall be on an "Occurrence" basis. The Contractor shall be required to have additional insurance for all work performed within railroad R.O.W. as required by the owner of such R.O.W. and said insurance shall be in addition to the insurance amount required in sub-paragraph (A). Business Automobile Liability Insurance Automobile Liability Insurance with a coverage minimum of $1,000,000 Combined Single Limit. Coverage shall include all owned, hired, and non-owned vehicles used in performance of the proposed contract. The combined coverage limits of this insurance shall include bodily injury (including death) and property damage. Umbrella Liability Insurance Umbrella Liability Insurance with a coverage minimum of $2,000,000 per occurrence to follow form of the Contractor s commercial general liability and automobile liability policies. 39

40 Installation Floater Policy Installation Floater for coverage of equipment, supplies, and materials used by contractor at each installation site as stipulated in the contract. Coverage under this policy shall be on an allrisk basis. City of Irving shall be shown as loss payee on a completed value form with insurance coverage equal to the completed value of the item installed. By submitting a bid or proposal without previously approved exceptions, contractor agrees to the following general provisions. Requests for exceptions to general provisions and/or coverages must be submitted at least one week prior to bid due date. Exceptions must be approved in writing by City s representative prior to bid or proposal submission. The City will not accept requests for exceptions after bids have been received. General Provisions 1. SCOPE These provisions apply to all contracted vendors unless specifically exempted in the proposed contract. Coverage shall state that the Contractor s insurance shall apply separately to each insured against whose claim is made, or suit is brought, except to the limits of the insured s liability. 2. COVERAGE APPLICATION Contractor s insurance must be primary as respect to the City, its officers, employees, elected officials, appointees, and volunteers and noncontributory with any other insurance, including self-insurance, maintained by the City for its benefit. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City. 3. DEDUCTIBLES AND SELF-INSURED RETENTIONS Any deductibles or self-insured retentions must be disclosed to the City. The City reserves the right to review the insurance obtained by the contractor, in comparison to the requirements specified in this section. 4. ADDITIONAL INSURED The City of Irving, including its officers, officials, employees, Boards and Commissions, and volunteers shall be named as an additional insured by endorsement to the coverage listed herein, excluding Workers Compensation and Employers Liability (for which a waiver of subrogation is required to be issued in favor of the City), with regard to the insured s activities as required by written contract. The coverage shall contain no special limitations on the scope of protection afforded to the City, and all premiums arising from the coverage herein shall be the responsibility of the insured. 5. COVERAGE CONTINUATION AND CANCELLATION -- In the event any insurance policy shown on the certificate(s) of insurance has an expiration date prior to the completion of the contract, the contractor shall furnish the City proof of identical continued coverage no later than thirty days prior to the expiration date shown on the certificate. Failure to maintain continuous coverage during the term of the proposed contract, or failure to provide proof of coverage at any time during the term of the contract, may result in cessation of work and/or termination of the contract. Coverage shall not be canceled, non-renewed, or materially altered except after thirty days prior written notice by certified mail (return receipt requested) to Purchasing Manager, 835 W. Irving Blvd., Irving, Texas SUBROGATION Contractor must waive all rights of subrogation against the City of Irving for bodily injury (including death), property damage, or any other loss arising from work performed by the Contractor for the City. 7. SUBCONTRACTORS Without limiting any of the other obligations or liabilities of the contractor, the contractor shall require each subcontractor performing work under the proposed contract to maintain, during the term of the contract, levels of insurance that are necessary and appropriate for the services being provided, comply with all applicable laws, and are consistent with industry standards. The subcontractor s liability insurance shall name the Contractor and 40

41 City as additional insured. The Contractor shall obtain and monitor the certificates of insurance from each subcontractor. The Contractor must retain the certificates of insurance for the duration of the contract and shall have the responsibility of enforcing insurance requirements among its subcontractors. The City shall be entitled, upon request and without expense, to receive copies of these certificates. 8. RESPONSIBILITY Approval, disapproval, or failure to act by the City regarding any insurance supplied by the contractor or its subcontractors shall not relieve the contractor of full responsibility or liability for damages and accidents as set forth in the contract documents. 9. ACCEPTABILITY The City retains the right to approve the acceptability of insurers. As a general rule, the City will accept insurers authorized to transact business in the State of Texas with an A. M. Best rating of A- VI or better. 10. PAYMENT OF PREMIUMS Companies issuing insurance policies shall have no recourse against the City for payment of any premiums or assessments for any deductibles which are the sole responsibility and liability of the contractor. 11. INDEMNIFICATION The contractor agrees to defend, indemnify, and hold harmless the City of Irving, its officers, agents, employees, appointees, and volunteers against any and all claims, lawsuits, judgments, costs and expenses for personal injury (including death), property damage, or other harm for which recovery of damages is sought, suffered by any person or persons, that may arise out of or be occasioned by contractor s breach of any of the terms or provisions of this contract, or by any negligent or strictly liable act or omission of contractor, its officers, agents, employees, or subcontractors, in the performance of this contract; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence or fault of the City, its officers, agents, or employees, and in the event of joint and concurrent negligence or fault of contractor and City, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the laws of the State of Texas, without waiving any governmental immunity available to the City under Texas law and without waiving any defenses of the parties under Texas law. The provisions of this paragraph are solely for the benefit of the parties hereto and are not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Proof of Insurance 1. To show ability to meet these insurance requirements, bidders must submit insurance affidavit (Attachment D-4) as part of their response to this solicitation. 2. Upon notice of award, awarded contractor must submit to the City of Irving, within fourteen calendar days, proof of all insurance coverages required by this solicitation. 3. Proof of insurance shall be furnished to the City on the ACORD certificate form, provided the appropriate endorsements for Additional Insured, Amendment of Aggregate Limits per Project and Amendment of Cancellation with 30-day notice are included. 4. The contractor must provide copy of the Declaration Page of the policy with all relevant policy endorsements, including endorsement showing City of Irving as Additional Insured, within fourteen days of request. Copy must be signed by the contractor and notarized. 5. Required proof of insurance must be provided by awarded contractor before the City will authorize any work to be performed under this proposed contract. 6. The City reserves the right to request a complete copy of all insurance policies at any time. 41

42 AFFIDAVIT FOR INSURANCE REQUIREMENTS Attachment D-4 I, the undersigned To Be Agent/Broker, Completed reviewed By Insurance the insurance Agent/Broker requirements and Bidder contained in Solicitation 021D-15F. If the Bidder listed below is awarded a contract by the City of Irving for this solicitation, I will furnish the City, within fourteen calendar days of notification of award, an insurance certificate and Declaration Page with Endorsements to show that all insurance requirements have been met, including naming the City of Irving as additional insured. Agent s Name: Agency Name: Address: City/State/ZIP: Telephone No: ( ) Address: Bidder s Name/Company: Insurance Agent/Broker Signature: Date: Section 2: If the above fourteen day requirement is not met, the City of Irving has the right to reject this bid and award the contract to the next lowest bidder meeting specifications or to the next most favorable proposal. Questions concerning these requirements, and requests for exceptions, must be submitted by date included in Bidders Instructions. By submitting a bid and signing below I affirm the following: I am aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements and policy endorsement within fifteen calendar days of notification of award. I further agree to the indemnification statement listed in the insurance requirements. Signature: Date: 42

43 INDEMNIFICATION BY CONTRACTOR Attachment D-6 The contractor agrees to defend, indemnify, and hold harmless the City of Irving, its officers, agents, employees, appointees and volunteers against any and all claims, lawsuits, judgments, costs and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons, that may arise out of or be occasioned by contractor s breach of any of the terms or provisions of this contract, or by any negligent or strictly liable act or omission of contractor, its officers, agents, employees, or subcontractors, in the performance of this contract; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence or fault of the City, its officers, agents or employees, and in the event of joint and concurrent negligence or fault of contractor and City, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the laws of the State of Texas, without waiving any governmental immunity available to the City under Texas law and without waiving any defenses of the parties under Texas law. The provisions of this paragraph are solely for the benefit of the parties hereto and are not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Contractor further agrees to defend, at its own expense, and on behalf of City and in the name of City, any claim or litigation brought in connection with any such injury, death, or damage. The liability that is assumed by Contractor under the terms of this paragraph shall not exceed the sum of the required amount of liability coverage to be carried by the Contractor under this contract,. CONTRACTOR (Company Name) SIGNATURE PRINTED NAME PRINTED TITLE 43

44 ENVIRONMENTAL COMMITMENT & COMPLIANCE Attachment E-1 In January, 2009, the Irving City Council adopted an environmental policy, acknowledging that it is our financial, social, and environmental responsibility to our citizens to ensure a greater future for Irving and its residents. The City of Irving is committed to becoming an environmentally sustainable community by providing leadership to conserve, protect, and improve the environment for the benefit of our citizens. The City will integrate sustainable social, economic and environmental objectives into decision-making processes to maintain high standards of living, social harmony, and environmental quality. Because the City of Irving is committed to protecting the environment and becoming a successful environmentally sustainable community, it is essential that environmental considerations be a part of all City activities and operations. This commitment is demonstrated through; Compliance Environmental Sustainability Continued Improvement Pollution Prevention As a contactor/vendor/consultant for the City of Irving your environmental performance is critical in meeting the City s commitment to protect the environment and comply with all environmental laws and regulations. It is your responsibility as a contractor to know which of the many laws, ordinances, and regulations relating to the protection of the environment relate to the work you are doing for the City of Irving. It is also your responsibility as a contractor to comply with all applicable laws and ensure all requirements imposed by these laws are met The City of Irving has is committed to being a good steward of the environment. We expect your commitment, as a City contractor, vendor, or consultant, to the same goal. Current information about the City s various green initiatives may be found on the City s website at 44

45 ENVIRONMENTAL STEWARDSHIP Attachment E-2 Recognizing the importance of exercising positive environmental stewardship, The City of Irving is pro-active in encouraging environmentally-sound practices in our operations and among our residents, businesses, and suppliers. Please review the specifications or scope of work for this solicitation for any environmental requirements. Check any of the following which apply to your business operation, and list details: Recycling Energy Efficiency Practices Environmentally Preferred Water/Energy Conservation Air Quality/Emissions Disposal Practices Other Environmentally Friendly Practices Bidder: ITB #021D-15F Date 45

46 GOOD FAITH EFFORT PROGRAM OVERVIEW Attachment F-1 All bid documents and proposal packages must include the signed GFE affidavit affirming the bidder/proposer s intent to comply with the City s Good Faith Effort program. Unless otherwise indicated in the ITB documents, no other GFE documentation will be required at time of bid or submission. Upon notification of intent to recommend award of contract, the apparent low bidder/most advantageous proposer has up to five (5) business days to submit the appropriate GFE forms to the City s M/WBE Program Administrator. Required GFE forms must be submitted prior to award by City Council. The GFE forms are: GFE-1 Good Faith Effort Affidavit (included as Attachment F-2) GFE-2 Schedule of M/WBE Participation GFE-3 Good Faith Effort Log GFE-4 Intent to Perform as a Sub-Contractor GFE-5 Payment Report NOTE: Forms GFE-2 thru GFE-5 are available on the City s website in the Purchasing section, under Forms. 1. All bidders or proposers must submit form GFE-1, Good Faith Effort Affidavit. 2. Prime contractors who are tentatively recommended for award and who will meet or exceed the GFE goal must submit the following additional forms: GFE-2 Schedule of M/WBE Participation GFE-4 Intent to Perform as Sub-Contractor (one for each sub-contractor) 3. Prime contractors who are tentatively recommended for award and who will NOT meet or exceed the GFE goal must submit the following form: GFE-3 Good Faith Effort Log In addition, if the contractor has partial participation toward the goal, the following forms are also submitted: GFE-2 Schedule of M/WBE Participation GFE-4 Intent to Perform as Sub-Contractor (one for each sub-contractor) 4. The awarded contractor will submit the following form monthly to verify that the sub-contracting work is being done as agreed upon: GFE-5 Payment Report For any GFE communication: Call or

47 GOOD FAITH EFFORT AFFIDAVIT Attachment F-2 On January 11, 2007, the Irving City Council adopted a policy to equitably and conscientiously include Minority- and Women-owned Business Enterprises (M/WBE s) in the City procurement process for all basic goods, services, professional services, and construction solicitations. The City and its contractors shall not discriminate on the basis of race, color, religion, national origin, or sex in the award and performance of contracts. In consideration of this policy, the City of Irving has implemented the Good Faith Effort (GFE) Program. M/WBE Participation Goals The GFE Plan establishes subcontracting goals for all prospective bidders, proposers, and submitters to ensure a reasonable degree of M/WBE participation in City contracts. It is the goal of the City of Irving that a certain percentage of work under each contract be executed by one or more M/WBEs. The following M/WBE participation goals have been established without consideration for a specific ethnicity or gender: Professional Other Construction Architectural & Engineering Services Services Goods 30.00% 28.00% 33.00% 20.00% 10.00% The apparent low bidder/most advantageous proposer shall agree to meet the established goals or must demonstrate and document a good faith effort to include M/WBEs in subcontracting opportunities. The apparent low bidder/most advantageous proposer who fails to adequately document good faith efforts to subcontract or purchase significant material supplies from M/WBEs may be denied award of the contract by the City based on the contractor s failure to be a responsive proposer or bidder. By signing below, I agree to provide the City of Irving with a completed copy of all forms required by Good Faith Effort Program. I understand that if I fail to provide all of the required documents within five (5) business days after notification, my bid or proposal may be deemed non-responsive and I may be denied award of the contract. Solicitation: 021D-15F Date Name of Company Printed Name of Certifying Official of Company Signature of Certifying Official of Company Title Phone Number Form GFE-1 47

48 BID BOND for CONSTRUCTION Attachment G-1 An acceptable bid bond, certified check or cashier's check (bid security) payable without recourse to the order of the City of Irving, Texas, in an amount not less than five percent of the amount of the bid must accompany each bid as a guarantee that, if awarded the contract, the bidder will enter into a contract within ten (10) days of the presentation of such contract to the bidder by the City. The bid bond must be on a form acceptable to City and the bonding company supplying the bid bond must be authorized to do business in the State of Texas. Bond rating must be A- or better. The bid security submitted with each bid shall be considered as the amount of the liquidated damages which the City of Irving will sustain by the failure, neglect or refusal of the bidder to execute and deliver the agreement should the contract be awarded him. If the bidder defaults in executing the agreement within ten (10) days after presentation of the contract to him, the bid security shall become the property of the City of Irving. Bidder warrants that the bid he submits has been checked for mathematical correctness and same is correct. Bidder agrees that should he desire to withdraw his bid after bid opening because of a mathematical mistake that the City of Irving may retain the bid security as liquidated damages and not as penalty, and the bidder hereby waives any legal defense available to bidder for such mistake. (i.e. unilateral mistake). The bid bond shall be retained by the City of Irving as liquidated damages in the event the successful bidder, after the award, fails to comply with the terms of this solicitation. 48

49 BONDING REQUIREMENTS for CONSTRUCTION Attachment G-3 Performance, Payment, and Maintenance Bonds Within 14 calendar days of the award of this bid, the successful bidder will be required to post Performance, Payment, & Maintenance Bonds in the full project amount for the duration of this contract, and the cost of such bonds must be absorbed by the bidder. Bonding must be made by a bonding company authorized to do business in the State of Texas, on the Treasury Department s list of approved sureties, using the City of Irving s bonding form(s), and having a designated Resident Agent residing in Dallas County, Texas. Bond rating must be A- or better. PLEASE COMPLETE THE FOLLOWING 1. Complete legal name of bidder s business 2. Surety company s legal name (must be an insurance company, not an insurance agent) This is company providing performance and payment bonds for bidder. 3. Surety s address 4. Surety s state of incorporation 5. Name of Attorney-in-Fact for the Surety Company. 6. Name and address of the Resident Agent of the Surety Company in Dallas County, Texas (This name must be the name of a person residing in Dallas County, Texas and the address must be a street address and not a Post Office box number.) AFFIDAVIT SUBMIT THIS COMPLETED PAGE SIGNED BY YOUR SURETY COMPANY (OR SIMILAR STATEMENT SIGNED BY YOUR SURETY COMPANY) AND TURN IN WITH BID OR PROPOSAL Notice of Intent to Bond or similar documentation from approved surety company indicating that bidder can acquire bonding upon award. Surety Company Signature: Date: 49

50 PERFORMANCE BOND Attachment G-4 BOND No. STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: That (contractor s company) of the City of County of, and the State of, as principal and (surety company) authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bond unto City of Irving (Owner), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, for the (name of project) which contract is hereby referred to and made part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect: PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code for Public Works as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 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 same, shall in any way affect its obligation on this bonds, 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 signed and sealed this instrument this day of 20. By Title Address Principal Surety By Title Address The name and address of the Resident Agent of Surety is: 50

51 PAYMENT BOND Attachment G-5 STATE OF TEXAS } COUNTY OF DALLAS } BOND No. KNOW ALL MEN BY THESE PRESENTS: That (contractor s company) of the City of County of, and the State of, as principal, and (surety company) authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bond unto the City of Irving (Owner), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, for the (name of project) which contract is hereby referred to and made 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, this obligation shall be void; otherwise to remain in full force and effect: PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code for Public Works as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 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 same, shall in any way 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 signed and sealed this instrument this day of 20. Principal Surety By Title Address By Title Address The name and address of the Resident Agent of Surety is: 51

52 MAINTENANCE BOND Attachment G-6 STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: THAT, as Principal and, a corporation organized under the laws of, as Sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Irving, a municipal corporation, chartered by virtue of a special act of legislature of the State of Texas, at Irving, Dallas County, Texas the sum of dollars ($ ), for the payment of which sum will truly be made unto said City of Irving, and its successors, and said Principal and Sureties do hereby bind themselves, their assigns and successors jointly and severally. THIS obligation is conditioned; however, that whereas, the said has this day entered into a written contract with the said City of Irving to build and construct, which contract and the plans and specifications therein mentioned, adopted by the City of Irving are hereby expressly made a part thereof as though the same were written embodied herein. WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairing and/or reconstructing in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and Sureties on this obligation, and the said Contractor Sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day s failure on its part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by said Contractor in the performance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said City of Irving shall have and recover from the said Contractor and its Principal and Sureties damages in the premises, 52

53 as provided; and it is further agreed that this obligation shall be continuing one against the Principal and Sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein 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, said has caused these presents to be executed by and the said has caused these presents to be executed by its attorney in fact and the said attorney in fact,, has hereunto set his hand, the day of, 2. Principal Surety By Title Address By Title Address The name and address of the Resident Agent of Surety is: NOTE: Date of Maintenance Bond must not be prior to date of the contract. 53

54 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 GENERAL PROVISIONS AND REQUIREMENTS & STANDARD AGREEMENT BETWEEN OWNER AND CONTRACTOR (City of Irving Revision 12/11) Attachment H-13 54

55 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 General Provisions and Requirements Section G.1. - Definition of Terms and Abbreviations G.1.1. Definition of Terms: Wherever the words, forms or phrases defined herein or pronouns used in their place occur in these specifications, in the contract, in the bonds, in the advertisement, or any other document or instrument herein contemplated, or to which these specifications apply or may apply, the intent and meaning shall be interpreted as follows: Advertisement: All of the legal publications pertaining to the work contemplated under the contract. Bidder: Any person, persons, partnership, company, firm associations, or corporation acting directly or through a duly authorized representative submitting a proposal for the work contemplated. City: The City of Irving, Texas, a municipal corporation, acting by and through (a) its governing body, (b) its Mayor, or (c) its City Manager, each of whom is required by charter to perform specific duties. City Attorney: The City Attorney of the City, or his duly authorized assistants. City Council: The City Council of the City. City Manager: The City Manager of the City or his designee. City Secretary: The City Secretary of the City or his duly authorized assistants or agents. Contract: The contract shall consist of the Notice to Bidders (advertisement), Special Provisions, Instructions to Bidders, Proposals, Signed Agreement, Performance Bonds, General Provisions and Requirements, Technical Specifications, Plans and all modifications thereof incorporated in any of the documents before the execution of the Agreement. The Contract Documents are complementary, and what is called for one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance Bond, Payment Bond, Maintenance Bond, Special Bond (if any), Proposal, Special Provisions, Notice to Contractor, Technical Specifications, Plans, and General Provisions and Requirements. Contractor: The person, persons, partnership, company, firm association or corporation entering into contract for the execution of work, acting directly or through a duly authorized representative. Engineer: The word "Engineer" shall be understood as referring to the City Engineer, or his designee. Extra Work: The term extra work shall be understood to mean and include all work that may be required by the Engineer or City to be done by the Contractor to accomplish any changes, alterations, addition of the work shown on the plans, or reasonably implied by the specifications, and not covered by the Contractor's proposal, except as provided under "Changes and Alterations," herein. 55

56 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 Maintenance Bond: The approved form of security furnished by the Contractor and its surety as a guarantee on the part of the Contractor to correct any discrepancy which may arise as a result due to faulty maintenance or workmanship for a period of two (2) years from final acceptance of the Work. Mayor: The Mayor of the City. Overtime: Normal working hours for City construction inspections is between 8 a.m and 5 p.m. Monday through Friday except for City recognized holidays. The contractor will be required to pay for overtime for any activities that the city determines needs to be performed with the presence of a City construction inspector beyond these time allowances unless approved in writing otherwise Payment Bond: The approved form of security furnished by the Contractor and his surety as a guarantee for the protection of all claimants supplying labor and material in the prosecution of the Work. Performance Bond: The approved form of security furnished by the Contractor and his surety as a guarantee on the part of the Contractor to execute the Work in accordance with the plans, specifications and terms of the Contract. Plan or Plans: All the drawings pertaining to the Contract and made a part thereof, including such supplementary drawings or addenda as the Engineer may issue in order to clarify other drawings, or for the purpose of showing changes in the Work hereinafter authorized, or for showing details not shown thereon. Proposal: The written statement or statements duly of the Contractor proposing to do the Work contemplated, including all approved forms on which the formal bids for the Work are to be prepared. Special Provisions: The special clauses setting forth conditions or requirements peculiar to the specific project involved, supplementing the Standard Specifications, and taking precedence over any conditions or requirements of the Standard Specifications with which they are in conflict. Specifications: The Directions, Provisions, and Requirements as set forth in the current Texas Department of Transportation Standards for Construction of Highways, Streets, and Bridges, together with the Special Provisions supplemental hereto, pertaining to the method and manner of performing the work or to the qualities or quantities of the materials to be furnished under the contract. Subcontractor: The term subcontractor, includes only those having a direct contract with the Contractor, and it includes one who furnished material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnished material not so worked. Sureties: The corporate bodies which are bound by such bonds as are required with and for the Contractor. Said sureties engage to be responsible for the entire and satisfactory fulfillment of the contract, and for any and all requirements as set out in the specifications, contract or plans. Calendar Days: A calendar day is defined as any solar day of 24 hours. Working Hours: Work shall be done only during the regular and commonly accepted and described working hours between 7:00 a.m. and 6:00 p.m. No work shall be done nights, Saturdays, Sundays, or any city holidays unless permission is given by the Engineer and upon payment of inspector s overtime costs. 56

57 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 Written Notice: Written Notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. The Work: Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, lights, power, fuel, transportation, and other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the quality of materials. Materials or work described in words which so applied have a well known technical or trace meaning shall be held to refer to such recognized standards. G.1.2. Abbreviations: Wherever the abbreviations defined herein occur in the plans, in the specifications, contract, bonds, advertisement, proposal, or in any other document or instrument herein contemplated or to which the specifications apply or may apply the intent and meaning shall be as follows: A.A.S.H.T.O. American Association Lb. Pound of State Highway and L.S.G.Co. Lone Star Gas Co. Transportation Officials M.H. Manhole A.S.T.M. American Society for Max. Maximum Testing Materials Min. Minimum Asph. Asphalt Mono. Monolithic Ave. Avenue No. Number Blvd. Boulevard % Percent C.I. Cast Iron P.S.I. Pounds per Square Inch C.L. Centerline R. Radius C.O. Cleanout Reinf. Reinforced Conc. Concrete Rem. Remove Cond. Conduit Rep. Replace Corr. Corrugated R/W or R of W Right-of-Way Cu. Cubic Sani. Sanitary Culv. Culvert S.W.B.T. Southwestern Bell Telephone Dia. Diameter Company Dr. Drive or Driveway Sq. Square Elev. Elevation Std. Standard F. Fahrenheit St. Street or Storm Ft. or ' Feet or Foot Str. Strength Ga. Gallon T.P. & L. Co. Texas Power and Light Company H.S. Horseshoe Vol. Volume In. or " Inch or Inches W.U.T. Co. Western Union Telegraph Lin. Linear Company Yd. Yard Section G.2. - Proposal Requirements and Conditions G.2.1. Proposal Form: The City will furnish bidders with Proposal Forms, which will state the general location and description of the contemplated work, and which will contain an itemized list of the 57

58 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 items of work to be done or materials to be furnished, and for which bid prices are asked. The Proposal Form will provide for entering the amount of Proposal Guarantee, and information about the ability, skill and business standing of the bidder. G.2.2. Quantities in Proposal Form: The quantities of the work and materials set forth in the proposal form on the plans approximately represent the work to be performed and materials to be furnished, and are for the purpose of comparing bids on a uniform basis. Payment will be made by the City to the Contractor only for actual quantities of work performed or materials furnished in accordance with the plans and specifications, and it is understood that quantities may be increased or decreased as herein after provided, without in any way invalidating the bid prices. G.2.3. Examination of Plans, Specifications and Site of the Work: Bidders are advised that the plans, specifications and other documents on file with the Purchasing Department shall constitute all of the information which the City will furnish. Prospective bidders shall make careful examination of the site of the project, disposal sites for surplus materials not designated to be salvaged materials, the availability of ingress and egress to private properties, and methods of handling traffic during the construction of the entire project. Bidders are required, prior to submitting any proposal, to read the specifications, proposal, contract, and bond forms carefully, to visit the site of the work, to examine carefully local conditions, to inform themselves by their independent research, test and investigations of the difficulties to be encountered and determine for themselves and accessibility of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and to obtain all information required to make an informed proposal. No information given by the City or any officials thereof, other than that shown on the plans and contained in the specifications, proposals, and other documents, shall be binding upon the City. Bidders shall rely on their own estimates, investigations, tests, and other data which are necessary for full complete information upon which the proposal may be based. Submission of a proposal is evidence that the bidder has made the examinations, investigations and tests required herein, and that if he is the low bidder he will enter into the usual contract with the City of Irving. G.2.4. Preparation of Proposal: The bidder shall submit his proposal on the forms furnished by the City. The bidder shall fill in the blanks for the "Total Unit Price" and the "Total Price." The bidder shall state the prices, written in ink both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be distinctly legible. In case of discrepancy between prices written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by a firm, association, or partnership, the name and address of each member must be given. If the proposal is submitted by a company or a corporation, the company or corporate name and business address must be given and the proposal signed by an official or duly authorized agent. Powers of Attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. G.2.5. Proposal Guaranty: No proposal will be considered unless it is accompanied by a cashier's check on any state or national bank in Dallas County, Texas or acceptable bidder's bond, payable unconditionally to the City of Irving, Texas. The cashier's check or bidder's bond shall be in the amount of not less than five percent (5%) of the total amount of the bid. The Proposal Guaranty is required by the City as evidence good faith and as guaranty, that if awarded the contract, the bidder will execute the contract and furnish the required bonds within fourteen (14) calendar days after receipt of acceptance. Said bonds shall further guarantee that if the proposal is withdrawn after the bids have been opened or if the Contractor refuses to execute the contract in accordance with his proposal, the Contractor and the surety will become liable to the City of Irving for damages incurred. If a bidder's bond is used, the surety 58

59 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 thereon shall designate an agent resident in Dallas County, Texas, to whom requisites notice may be delivered and upon whom service of process may be held. Bidder warrants that the bid it submits has been checked for mathematical correctness and same is correct. Bidder agrees that should it desire to withdraw its bid after bid opening because of a mathematical mistake that the City of Irving may retain the bid security as liquidated damages and not as penalty and the bidder hereby waives any legal defense available to the bidder for such mistake. (i.e. unilateral mistake). If a bidder's bond is used, an acceptable surety shall determine from the latest United States Treasury Department list of companies holding certificates of authority and acceptable sureties on Federal Bonds. G.2.6. Filing Proposals: No proposal will be considered unless it is filed with the Purchasing Department, within the time limit for receiving proposals as stated in the advertisement. Each proposal shall be in a sealed envelope, plainly marked with the word "Proposal" and the name or description of the project as designated in the advertisement. In the event of addendum(s), the Bidder shall mark the sealed envelope showing that the addendum has been received. G.2.7. Withdrawing Proposals: Proposals filed with the Director Purchasing cannot be withdrawn or modified prior to the time set for opening proposals. Requests for nonconsideration of proposals must be made in writing addressed to the City Council and filed with the Director of Finance prior to the time set for opening proposals. After other proposals are opened and publicly read, the proposal for which withdrawal is properly requested may be returned unopened. G.2.8. Opening Proposals: The proposals filed with the Purchasing Department will be opened at the time stated in the advertisement and publicly read aloud. G.2.9. Irregular Proposals: Proposals will be considered irregular if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids or irregularities of any kind. However, the City reserves the right to waive any irregularities and to make the award in the best interests of the City. G Rejection of Bid: The City reserves the right to reject any or all proposals, and all proposals submitted are subject to this reservation. Bid may be rejected for any of the following specific reasons: (a) (b) (c) (d) (e) Proposals received after the time limit for receiving proposals as stated in the advertisement. Proposals containing any irregularities Unbalanced value of any items Bidder fails to submit work experience of at least a minimum of three similar scope projects. Bidder does not propose to perform 60% of the project with employees on payroll at time of bidding, or submits a list of the subcontractors that will perform the work along with their previous work experiences (minimum of three similar scope projects). 59

60 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 G Disqualification of Bidders: Bidders may be disqualified and their proposals not considered for any of the following specific reasons: (a) (b) (c) (d) (e) (f) Reason for believing collusion exists among the bidders. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated. The bidder interested in litigation against the City. The bidder being in arrears on any existing contract or having defaulted on a previous contract. Lack of competency as revealed by the Financial statement, experience and equipment, questionnaires, etc. Uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. Section G.3. - Award and Execution of Contract G.3.1. Return of Proposal Guaranty: As soon as proposal prices have been tabulated for comparison of bonds, the City may, at its discretion, return the proposal guaranties accompanying the proposal which, in its judgment, would not be considered in the award; all other proposal guaranties will be retained by the City until required contract and bonds have been executed, after which they will be returned. No proposal guaranties will be returned until at least two (2) days shall have elapsed from time of opening proposals. G.3.2. Surety Bonds: With the execution and delivery of the contract, the Contractor shall furnish and file with the City in the amount herein required, the following Surety Bonds: (A) (B) (C) Performance Bond: A good and sufficient Performance Bond in the amount equal to one hundred percent of the total amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work in accordance with the plans and specifications. Payment Bond: A good and sufficient bond in an amount equal to 100 percent of the total amount of the contract, as evidenced by the proposal tabulation, or otherwise guaranteeing the full and proper protection of all claimants supplying labor and materials in the prosecution of the work provided for in said contract and for the use of each claimant. Maintenance Bond: A Maintenance Bond in the amount equal to 100 percent of the total contract price for the project installation shall be furnished by the Contractor for work performed under private contract. The Maintenance Bond shall be for a period of two (2) years from and after the date of completion and final acceptance of the entire project by the City of Irving, Texas. The Contractor shall maintain and keep in good repair the work contemplated under these plans, specifications, drawings, etc., and perform for a period as set forth in the Maintenance Bond, from the date of acceptance, all necessary repairs, reconstruction and renewal of any part of said construction, and to finish the labor and materials to make good and to repair any defective condition growing out of or on account of the breakage or failure of any substance of improper function of same. Said maintenance contemplated the complete restoration to a functional use of any work required by faulty material during the said period as set forth in the Maintenance Bond. 60

61 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 (D) Other Bonds: Other bonds, if required in the Special Provisions. Sureties: No sureties will be accepted by the City who are now in default or delinquent on any bonds or who are interested in any litigation against the City. All bonds shall be made on one corporate surety authorized to do business in the State of Texas and acceptable to the City. An acceptable surety to the City of Irving shall be determined as any surety listed as follows on the latest United States Treasury Department list of companies holding certificates of authority as acceptable sureties on Federal Bonds. Each bond shall be executed by the Contractor and the surety. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the Contractor to that effect, and the Contractor shall immediately provide a new surety satisfactory to the City. No payment will be made under the contract until the new surety or sureties, as required, have qualified and been accepted by the City. The contract shall not be operative nor will any payments be due or paid until approval of the bonds have been made by the City. G.3.3. Execution of Contract: The person or persons, partnership, company, firm association or corporation to whom a contract is awarded shall execute contracts within fourteen (14) calendar days after the date of award. No contract shall be binding on the City until it has been attested by the City Secretary and executed by the Mayor and delivered to the Contractor. G.3.4. Failure to Execute Contract: The failure of the bidder to execute the required bonds or to sign the required contract within fourteen (14) calendar days after the date of award for this project shall be considered by the City as an abandonment of his proposal and the City may annul the award. By reason of the uncertainty of the market prices of materials and labor, and its being impracticable and difficult to determine accurately the amount of damages accruing to the City by reason of said bidder's failure to execute said bonds and contract within fourteen (14) calendar days, the Proposal Guaranty accompanying the proposal shall be the agreed amount of damages which the City will suffer by reason of failure on the part of the bidder, and shall thereupon immediately be forfeited to the City. The filing of a proposal will be considered as an acceptance of this provision. Section G.4. - Scope of Work G.4.1. Intent of Plans and Specifications: The intent of the plans and specifications is to prescribe a complete work or improvement which the Contractor undertakes to do in full compliance with the plans, specifications, Special Provisions, proposal and contract. The Contractor shall do all work as provided in the plans, specifications, Special Provisions, proposal, and contract, and shall do such additional extra work as may be considered necessary to complete the work in satisfactory and acceptable manner. The Contractor shall furnish all labor, tools, materials, machinery, equipment, and incidentals necessary to the prosecution of the work. G "or Equal" Clause: Whenever a material or article required is specified or shown on the plans by using the name of the proprietary product, or a particular manufacturer or vendor, any material or article which will perform adequately the duties imposed by the general design will be considered equal and satisfactory provided the material or article so proposed is of equal substance and function, and only after written approval by the Engineer. G.4.2. Special Provisions: Should any work or conditions which are not thoroughly satisfactorily stipulated or covered by the general or standard specifications be anticipated on any proposed work, 61

62 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 "Special Provisions: for such work may be prepared by the City previous to the time of receiving bids, and shall be considered as a part of the specifications and contract. G.4.3. Increased and Decreased Quantities: The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found necessary, the Contractor shall perform the work as altered. Alterations to quantities shall be done in accordance with G.8.2. of these General Provisions. No allowance will be made for any change in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the contract and bond. G.4.4. Alteration of Plans and Specifications: The City reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original plans and specification or change the general nature of the work as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the contract or bond. G.4.5. Extra Work: When any work is necessary to the proper completion of the project for which no prices are provided in the proposal and contract, the Contractor shall not do such work, but only when and as ordered in writing by the Engineer, subject, however, to the right of the Contractor to require a written confirmation of such extra work order by the City. It is also agreed that the compensation to be paid the Contractor for performing said extra work shall be determined prior to commencing any extra work by one or more of the following methods: Method (A) By agreed unit prices; or Method (B) By agreed lump sum; or Method (C) If neither Method (A) or Method (B) can be agreed upon before the extra work is commenced then the Contractor shall be paid the "actual field cost" of the work, plus fifteen (15) percent In the event said extra work be performed and paid by under Method (C) then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics, and laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on extra work, plus actual transportation charges necessarily incurred together with all necessary incidental expenses incurred directly on account of such extra work, including social security, old age benefit and other payroll taxes, public liability and property damage and workmen's compensation, and all other insurance as may be required by any law or ordinance, or directed by the Engineer of City, or by them agreed to. The Engineer may direct the form in which accounts of the "actual field cost" shall be kept and the record of these accounts shall be made available to the Engineer. The Engineer may also specify in writing before the work commences, the method of doing the work. The type and kind of machinery and equipment shall be determined by using 100 percent, unless otherwise specified, of the latest schedule of equipment which shall be incorporated into the written extra work order. Save that where the Contractor's camp or field office must be maintained primarily on account of such extra work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, for which he should receive compensation or an adjustment in the construction time, he shall make written requests to the Engineer, for written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as to the payment therefore and the Engineer insists upon its performance, the Contractor shall proceed with the 62

63 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The Contractor will hereby preserve the right to submit the matter of payment to arbitration, as herein below provided. G.4.6. Final Clean-Up: Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work surplus and discarded materials, temporary structures, discarded materials, and debris of every kind, he shall leave the site of the work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. Section G.5. - Control of the Work and Materials G.5.1. Engineer's Authority and Duty: Unless otherwise specified, it is mutually agreed between the parties to this agreement that the Engineer may inspect all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to prevent delays and disputes and to discourage litigation, it is further agreed that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under this construction thereof, and shall in all cases decide every question which may arise relative to the execution of this contract on the part of the said Contractor. The Engineer shall, within a reasonable time, render and deliver to the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. Whenever the words "directed", "required", "permitted", "designated", "considered necessary", "prescribed", or words of like import are used, it shall be understood that the direction, requirement, permission order, designation or prescription of the Engineer is intended; and similarly, the words "approval", "acceptable", "satisfactory", or words of like import shall mean approved by or acceptable or satisfactory to the Engineer. G.5.2. Superintendence and Inspection: It is agreed by the Contractor that the Engineer shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Engineer may deem proper to inspect the materials furnished and the work done under this agreement, and to see that the said material is furnished, and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinated engineers, supervisors, or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the direction and instruction of any subordinate engineers, supervisors, or inspectors so appointed, when such directions and instructions are consistent with the obligations of the agreement and the accompanying plans and specifications, provided, however, that should the Contractor object to any order by any subordinate engineer, supervisor, or inspector, the Contractor within six (6) days make a written appeal to the Engineer for his decision. G.5.3. Contractor's Duty and Superintendence: The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent who shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. Important directions shall be confirmed in writing to the Contractor. Other directions shall be so confirmed on written request in each case. 63

64 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 The Contractor will be supplied with three copies of the plans and specifications, and shall have available on the work at all times one copy of said plans and specifications. The Contractor shall give to the work the consistent attention necessary to facilitate the progress thereof, and he shall cooperate with the Engineer, his inspectors and with other Contractors, in every way possible. The Contractor shall provide all facilities to enable the Engineer and his inspectors to inspect the workmanship and materials entering into the work. G.5.4. Contractor's Understanding: It is understood that it is agreed that the Contractor has, by careful examination satisfied himself as to the nature and location of the work, the conformation of the ground, the character quality and quantity of the materials to be encountered, the character of equipment and facilities needed in preparation for and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the City either before or after the execution of this contract, shall affect or modify any of the terms of obligations herein contained. G.5.5. Character of Workmen: The Contractor agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any worker on the work, is in his opinion incompetent, unfaithful or disorderly, such worker shall be discharged from the work and shall not again be employed on the work without the Engineer's written consent. G.5.6. Contractor's Buildings: The building of structures for housing men, or the erection of tents or other forms of protection, will be permitted only at such places as the Engineer shall direct, and the sanitary conditions of the grounds on or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. G.5.7. Sanitation: Necessary sanitary conveniences for the use of the laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer, and their use shall be strictly enforced. G.5.8. Shop Drawings: The Contractor shall submit to the Engineer, with such promptness as to cause no delay in his own work or in that of any other Contractor, four copies, unless otherwise specified, all shop and/or setting drawings and schedules required for the job of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two corrected copies and furnish such other copies as may be needed. The Engineer's approval of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility of errors of any sort in shop drawings or schedules. G.5.9. Preliminary Approval: The Engineer shall not have the power to waive the obligation of this contract for the furnishing by the Contractor of good materials, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the Engineer to condemn defective work or materials shall release the Contractor from the obligations to at once tear out, remove and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or materials provided, however, that the Engineer shall, upon request of the Contractor inspect and accept or reject any material furnished, and in event the material has been once accepted by the Engineer, such acceptance shall be binding on the City, unless it can be clearly shown that such materials furnished does not meet the specifications for this work. 64

65 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 Any questioned work may be ordered taken up or removed for reexamination by the Engineer, prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, reexamination and replacement shall be borne by the Contractor; otherwise the expense thus incurred shall be allowed as extra work, and shall be paid for by the City, provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the Contractor proceed with such work without requesting prior inspection and approval he shall bear all expense of taking up, removing and replacing his work if so directed by the Engineer. G Defects and Their Remedies: It is further agreed that if the work or any part thereof, or any materials brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer, as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt of written notice from the Engineer, forthwith remove such materials and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. G Changes and Alterations: The Contractor further agrees that the City may make such changes and alterations as the City may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of the contract and the accompanying Performance Bond. G Conformity with Plans: All work shall conform to the lines, grades, cross-sections and dimensions shown on the plans. Any deviation from the plans which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. G Existing Structures: The location of gas mains, water mains, conduits, sewer, etc. is unknown, and the City assumes no responsibility for failure to show them in their exact locations. It is mutually agreed that such failure will not be considered sufficient 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 to necessitate changes in the lines or grades, or require the building of special work, provisions for which are not made in the plans and proposal, in which case the provisions in these specifications for extra work shall apply. G Coordination of Plans, Specifications, Proposal and Special Provisions: The plans, these specifications, the proposal, Special Provisions and all supplementary documents are intended to describe a complete work and are essential parts of the contract. A requirement occurring in any of them is binding. In case of discrepancies, figured dimensions shall govern over scaled dimensions; specifications shall govern over plans; Special Provisions shall govern over both general and standard specifications and plans; and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any part error or omission in the plans and specifications, and the Engineer shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the plans and specifications. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this to the attention of the Engineer. G Source of Supply of Materials: The materials shall be the best procurable, as required by the plans, specifications and Special Provisions. The Contractor shall not start delivery of materials until the Engineer has approved the source of supply. Only materials conforming to these specifications shall be used in the work, and such materials shall be used only after written approval has been given by the Engineer, and only so long as the quality of said materials remains equal to the requirements of the specifications. After approval, any material which has become mixed with or coated with dirt or any other foreign substances during its delivery and handling will not be permitted to be used in the work. 65

66 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 G Samples and Tests of Materials: Where, in the opinion of the Engineer, or as called for in the specifications, tests of materials are necessary, such tests will be made at the expense of the Contractor unless otherwise provided. Tests, unless otherwise specified, will be made in accordance with the latest methods of the American Society for Testing Materials. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. G Storage of Materials: Materials shall be stored so as to insure the preservation of their quality and fitness for the work. When directed by the Engineer, they shall be placed on wooded platforms or other hard, clean surfaces, and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. G Inspection: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work performed was in accordance with the requirements and intent of the plans and specifications. Any work done (except excavation) or materials used without suitable supervision or inspection by the Engineer may be ordered removed and replaced at the Contractor's expense. G Removal of Defective and Unauthorized Work: All work which has been rejected or condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at the Contractor's expense. Defective materials shall be immediately removed from the site of the work. Work done without line and grade having been given, work done out of the lines or not in conformity with the grades shown on the plans or as given, save as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices shall be done at the Contractor's expense. Upon failure of the Contractor to repair satisfactorily or to remove and replace, if so directed, rejected, unauthorized or condemned work or materials immediately after receiving notice from the Engineer, the Engineer will, after giving notice to the Contractor, have the authority to cause defective work to be remedied or removed and replaced, or to cause unauthorized work to be removed and to deduct the cost thereof from any moneys due or to become due the Contractor. G Final Inspection: The Engineer will make final inspection of all work included in the contract as practicable after the work is completed and ready for acceptance. If the work is not acceptable to the Engineer at the time of such inspection he will inform the Contractor as to a particular defects before final acceptance will be made. Section G.6. - Legal Relations and Public Responsibility G Arbitration: All questions of dispute under this Agreement shall be submitted to the City Council at the request of either party and the decision of the City Council shall be final and unappealable. G.6.1. Law and Ordinance: The Contractor shall at all times observe and comply with all Federal, State and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the City against any claim arising from the violation of any such laws, ordinances and are called for by the provisions of the contract documents. If the Contractor observes that the plans and specifications are a variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom. 66

67 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 G.6.2. Permits and Licenses: The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. G.6.3. Protection against Royalties or Patented Invention: The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, materials or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save the City harmless from any loss on account thereof, except that the City shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of the particular manufacturer or manufacturers is specified or required by the City; provided however, if choice or alternate design, device, material or process is allowed to the Contractor, the Contractor shall indemnify and save City harmless from any loss on account thereof. If the materials or process specified or required by the City is an infringement, the Contractor shall be responsible for such loss unless he promptly gives information to the City. G.6.4. Public Convenience and Safety: Materials stored about a work shall be placed so, and the work shall at all times be so conducted, as to cause no greater obstruction to the traveling public than is considered necessary by the Engineer. The Contractor shall make provisions by bridges or otherwise at all cross streets, highways, sidewalks, and private driveways for the free passage of pedestrians and vehicles, provided where bridging is impracticable or unnecessary in the opinion of the Engineer, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all material and perform all work necessary for the construction and maintenance of roadways and bridges for the diversion of traffic. Sidewalks are not to be obstructed except by special permission of the Engineer. The materials excavated, all the construction materials or plans used in the construction of the work, shall be placed so as not to endanger the work or prevent free access to all fire hydrants, water valves, gas valves, manholes for telephone, telegraph, signal, or electric conduits, sanitary or storm. The City reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency, when it shall have the right to remedy any neglect without notice; in either case, the cost of such work done by the City shall be deducted from moneys due the Contractor. Any action by city under this provision shall not abrogate Contractor s duties. City undertakes no obligation to inspect the work site for neglect of the public convenience. G.6.5. Privileges of Contractor in Streets, Alleys and Right-of Way: For the performance of the contract, the Contractor will be permitted to occupy such portions of streets or alleys or other public places or other right-of-ways as provided for in the ordinances of the City, as shown on the plans, or as permitted by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but not more than is necessary to avoid delays in the construction. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with spaces that may be designated to be left free and unobstructed not to inconvenience occupants of adjoining property. Other Contractors of the City may, for all purposes required by the contracts, enter upon the work and premises used by the Contractors and the Contractor shall give to other Contractors of the City all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. The Contractor shall notify the Fire Department and the Police Department headquarters when any street is closed or obstructed and when directed by the Engineer shall keep any street or streets in condition for unobstructed use by fire apparatus. The Contractor will be required to give the Police Department a 24 67

68 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 hour notice of intent to cut any street in the project. This notice may be given by telephone. A separate notice must be given wherever any additional street in the contract is to be cut. Where the Contractor is required to construct temporary bridges or make other arrangements for crossings over ditches or streams, his responsibility for accidents shall include the roadway approaches as well as the structures of such crossings. G.6.6. Railway Crossings: Where the work encroaches upon any right-of-way of any railway, the City will secure the necessary license easement for the work. Where railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to methods of doing work, or precautions for the safety of property and the public. All negotiations with the railway company, except for the right-of-way, shall be made by the Contractor. The railway company shall be notified by the Contractor not less than five days previous to the time of his intention to begin work. The Contractor will not be paid direct compensation for such railway crossings, but shall receive only the compensation set out in the proposal. G.6.7. Barricades, Lights and Watchmen: Where the work is carried on, in or adjacent to any street, alley or public place, the Contractor shall at his own expense furnish and erect such barricades, fences, lights and danger signals; shall provide such watchmen, and shall take such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades shall be painted with a reflectorized paint or Scotchlite tape. The Contractor shall furnish and maintain at least one light at each barricade. Barricades shall be erected to prevent vehicles from being driven on or into any work under construction. The Contractor shall be held responsible for all damage to the work or injury to users of the roadway due to the failure of barricades, signs, lights and watchmen to protect it, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his cost and expense. The Contractor's responsibility for the maintenance of barricades, signs, and lights shall not cease until the project shall have been accepted by the City. G.6.8. Use of Explosives: Should the Contractor elect to use explosives in the prosecution of the work, the utmost care shall be exercised so as not to endanger life or property. The City shall not be held liable for damages done by the Contractor in the use of explosives. The Contractor shall notify the proper representatives of any public service, corporation, any company or any individual, not less than eight hours in advance of the use of explosives which might damage or endanger their or his property along or adjacent to the work. Wherever explosives are stored or kept, they shall be stored in a safe and secure manner, and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES," and shall be under the care of a competent watchmen at all times. G.6.9. Protection and Restoration of Property: Where the work passes over or through private property, the City will provide such rights-of-way. The Contractor shall notify the proper representatives of any public utility, corporation, any company or individual not less than forty-eight hours in advance of any work which might damage or interfere with the operation of their or his property along or adjacent to the work. The Contractor shall be responsible for all damage or injury to any property of any character (except such as may be due to the provisions of the contract documents, or caused by agents or employees of the City) by reason of any negligent act or omission on the part of the Contractor, or defective work or materials, or due to his failure to reasonably or properly prosecute the work, and said responsibility shall not be released until the work shall have been completed and accepted. When and where any such damage or injury is done to public or private property on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition similar or equal to that existing before such damage was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in a manner acceptable to the owner or the Engineer. In case of a failure on 68

69 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 the part of the Contractor to restore such property or make good such damage or injury, the Engineer may, upon forty-eight hours written notice, under ordinary circumstances, without notice when a nuisance or hazardous condition results, proceed to repair, rebuild or otherwise restore such property as may be determined necessary, and the cost thereof will be deducted from any moneys due or to become due the Contractor under his contract. G Responsibility for Damage Claims: The Contractor and his sureties shall indemnify and save harmless the City and all its officers, agents, and employees from all suits, actions or claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor, his agents or employees, in the execution of said contract; or on account of the failure of the Contractor to provide necessary barricades, warning lights or signs; and will be required to pay any judgment, with costs, which may be obtained against the City growing out of such injury or damage. G Contractor's Claim for Damage: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the City, he shall, within three days after sustaining such damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damaged, and upon request, shall give the Engineer access to all books of accounts, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statement shall be filed as herein above required, the Contractor's claim for compensation shall be waived and he shall not be required to payment on account of such damage. G Public Utilities and other Property to be Changed: In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the contract for the purpose of making such changes or repairs of their property as may be necessary for performance of the contract. The City reserves the right of entering upon the limits of the contract for the purpose of repairing or re-laying sewer and water lines and appurtenance, repairing structures, etc., and for making other repairs, changes or extension to any City property. G Temporary Sewer and Drain Connections: When existing sewers have to be taken up or removed, the Contractor shall, at his own cost and expense, provide and maintain temporary outlets and connections for private and public drains and sewer. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers; and for this purpose he shall provide and maintain, at his own expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own expense, shall construct such troughs, pipes or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such time as the permanent connections are built and in service. The existing sewers and connection shall be kept in service and maintained under the contract, except where specified or ordered to be abandoned by the Engineer. All water or sewage shall be disposed of in a satisfactory manner so that no nuisance is created, and so that the work under construction will be adequately protected. G Arrangement and Charge for Water Furnished by the City: Where the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the City of Irving Water Department for so doing. Where meters are used, the charge for water will be as prescribed by ordinance; or, where no ordinance applies, payment shall be made on estimates made by the City of Irving Water Department. 69

70 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 G Use of Fire Hydrants: No person shall open, turn off, interfere with, attach any pipe or hose to, or connect anything with any fire hydrant, stop valve, or stop cock, or tap any water main belonging to the City, unless duly authorized to do so by the City of Irving Water Department. G Use of a Section or Portion of the Work: Wherever in the opinion of the Engineer any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these specifications or the contract pending final completion and acceptance of the work. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship or to operations of the Contractor shall be performed by the Contractor at his own cost and expense. G Contractor's Responsibility for the Work: Until written acceptance by the Engineer, as provided for in these specifications, the work shall be under the charge and care of the Contractor and he shall take every precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any other cause whatsoever, whether arising from the execution or non-execution of the work. The Contractor shall rebuild, restore and make good at his own cost and expense, all injuries or damages to any part of the work occasioned by any of the herein above causes. 70

71 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 Section G.7. - Prosecution and Progress G.7.1. Assignment and Subletting: The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract, without the written consent of the City, and that no part of the work will be sublet to anyone objectionable to the Engineer of the City. G.7.2. Prosecution of the Work: The Contractor shall begin the work to be performed under this contract within the time limit stated in these specifications, and shall conduct the work in such a manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence of all construction operations shall be at all times as directed by or approved by the Engineer. Such direction or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the contract. Should the prosecution of the work be discontinued by the Contractor, he shall notify the Engineer at least twenty-four hours in advance of resuming operation. G.7.3. Limitation of Operations: The work shall be so conducted as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations on a greater portion of the street or public way that is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the sections on which work is in progress before operations are started on any additional section. G.7.4. Time and Order of Completion: It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and seasons, in such order of precedence, and in such a manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution shall be such that the work shall be completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that when the City is having other work done, either by contract or by its own force, the Engineer may direct the timing of the contract, so that conflict will be avoided and the construction of the various works being done for the City shall be harmonized. The Contractor shall submit, as such times as may reasonable be requested by the Engineer, a schedule which shall show the order in which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. G.7.5. Extension of Time: Should the Contractor be delayed in the completion of the work by any act or neglect of the City or Engineer, or any employee of either, or by other Contractor's employed by the City, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control or by any cause which the Engineer shall decide justifies delay, then an extension of the time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer, provided, however that the Contractor shall give the Engineer notice in writing of the cause of such delay within 30 days of the beginning of the delay. 71

72 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 G.7.6. Hindrances and Delays: No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of the City) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by an act of the City, then such expense as in the judgment of the Engineer, caused by such stoppage of said work shall be paid for by the City to the Contractor. Once the work order is transmitted to the Contractor, the Contractor shall devote both manpower and equipment to the project on a continuous basis each and every workday in sufficient quantity to bring the project to completion without delay. The City Engineer shall be the sole judge, with appeal only to the City Council, of whether the Contractor has devoted both manpower and equipment to the project on a continuous basis to bring the project to completion. If the City Engineer or his designee should determine the Contractor has failed to diligently prosecute the project and the City Council does not reverse the decision of the City Engineer or his designee, the City Engineer may have the remaining work performed by another contractor and deduct whatever is paid to the substitute contractor from the Contractor s contract. Failure to comply with the contractual provisions of a City of Irving construction contract or failure to diligently pursue a project to completion shall be a basis for the City Council rejecting a future bid from said Contractor. G.7.7. Failure to Complete on Time: The time of completion of the contract is of the essence. The amount of time specified in the contract to construct the project to total completion will be strictly enforced. To ensure timely completion of the project, liquidated damages will be assessed the Contractor for failure to complete the project in the contract time. For each calendar day that any work shall remain uncompleted after the time specified in the proposal and contract, plus any authorized time extension granted in writing by the City, or as increased by extra work authorized after the contract is signed, the sum per day of 1/500 of the amount of the contract (to an amount not to exceed $ per day), unless otherwise specified in the special provisions, will be deducted from the moneys due the Contractor, not as a penalty but as liquidated damages. The sum of money thus deducted for such delay, failure or noncompletion is not to be considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated damages, since it would be impracticable and extremely difficult to fix the actual damages. The Contractor shall also indemnify and hold the City harmless including paying court costs and defense fees from any property damage claims resulting from restriction of access caused by the Contractor s negligent performance or undue delay. G.7.8. Suspension by Court Order: The Contractor shall suspend such part or parts of the work ordered by the court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the event the work is suspended by court order. G.7.9. Temporary Suspensions: The Engineer shall have the authority to suspend the work wholly or in part for such period or periods as he may deem necessary due to unsuitable weather conditions as are considered unfavorable for the suitable prosecution of the work. If it should become necessary to stop the work for an indefinite period, the Contractor shall store all materials in such a manner that they will not 72

73 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 obstruct or impede the public unnecessarily nor become damaged in any way and he shall take every precaution to prevent damage or deterioration. G Abandonment by Contractor: In case the Contractor should abandon and fail or refuse to resume work within ten (10) calendar days after written notification from the City or the Engineer, when such orders are consistent with the Contract Document, then, and in that case, where a performance bond exists, the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any materials, equipment, tools, or supplies then on the job, but the same, together with any materials and equipment and under contract for the work may be held for use on the work by the City of the Surety on the construction bond, or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work where credit shall be allowed as provided for under Article G.4.5., Extra Work), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. G Termination of Contract: The contract will be considered fulfilled, save as provided in any maintenance stipulations, bond, or by law, when all the work has been completed, the final inspection made by the Engineer, and final acceptance and final payment made by the City. Section G.8. - Measurement and Payment G.8.1. Quantities and Measurement: No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents number and weight only shall be considered, unless otherwise specifically provided. G.8.2. Estimated Quantities: This agreement, including the specifications, plans, and estimates, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in the case the actual quantity of any major item should become as much as 25% more or less than the estimated or contemplated quantity for such items, then either party to this Agreement, upon demand, shall be entitled to a revised consideration upon the portion of the work above or below 25% of the estimated quantity. A "Major Item" shall be construed to be an individual bid item incurred in the proposal that has a total cost equal to or greater than five (5) percent of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. 73

74 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 Any revised consideration is to be determined by agreement, between the parties otherwise by the terms of this Agreement, as provided under "Extra Work" Article G.4.5. G.8.3. Unit Price: Where in the proposal form a " Unit Price" is set forth, the " Unit Price" shall include furnishing by the Contractor all materials set in place that are necessary for the construction in every detail and for the completion of all the work to be done under these specifications. Further, Unit Price in the proposal form shall include furnishing by the Contractor all labor, tools, machinery appliances, plant and equipment appurtenant to and necessary for the construction in every detail and the completion, in a first class, workman like manner of all the work to be done under these specifications. The Unit Price shall also include all permanent protection of overhead, surface and underground structures, clean up, finish, patent fees, royalties, risk due to the elements, delay, profit, injuries, damages, claims and all other items not specifically mentioned that may be required to construct full each item of work, complete in place. G.8.4. Partial Payment: On or before the 15th of each month the Engineer shall prepare a statement showing as completely as practicable the total value to the work done by the Contractor up to and including the last day of the preceding month. With approval from the Engineer, said statement may also include the value of all sound materials delivered on the site of the work that are to be fabricated into the work, providing the Contractor can produce a paid receipt for the materials. The City shall then pay the Contractor within thirty-one (31) days of the last day of the preceding month the total amount of the Engineer's statement, less five percent (5%) of the amount thereof for contracts with a total contract price of four hundred thousand ($400,000.00) dollars or more, less ten percent (10%) for contracts with a total contract price of less than four hundred thousand ($400,000.00) dollars but greater than or equal to ten thousand ($10,000.00) dollars, and in contracts for less than ten thousand ($10,000.00) dollars the retainage shall be fifteen percent (15%), which five percent (5%), ten percent (10%) or fifteen percent (15%) shall be retained until final payment, and further less all previous payments and all further sums that may be retained by the City under the terms of this Agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, the City may - upon written recommendations of the Engineer - pay a reasonable and equitable portion of the retained percentage to the Contractor; or the Contractor at the City's option, may be relieved of the obligation for fully completing the work, and thereupon, the Contractor shall receive payment of the balance due him under the work contract subject only to the conditions stated under "Final Payment." G.8.5. Final Completion and Acceptance: Within five (5) days after the Contractor has given the Engineer written notice that the work has been completed, the Engineer and the City shall inspect the work and within said time, if the work is found to be completed in accordance with the Contract Documents, the City shall issue to the Contractor a Letter of Acceptance within ten calendar (10) days. G.8.6. Final Payment: Upon the issuance of the Letter of Acceptance, the Engineer, shall proceed to make final measurements and prepare final statement of the value of all work performed and materials furnished under the terms of the Agreement and shall certify same to the City, who shall pay to the Contractor within thirty (31) days after the date of the Letter of Acceptance, and receipt of a notarized Affidavit of Bills Paid, the balance due the Contractor under the terms of this Agreement, provided he has fully performed contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the Letter of Acceptance nor the final payment, nor any provisions in the Contract Documents, shall relieve the Contractor of the obligation for the fulfillment of any warranty which may be required in the Special Conditions of the specifications. 74

75 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 G.8.7. Payments Withheld: The City may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) (b) (c) (d) Defective work not remedied Claims filed or reasonable evidence indicating probable filing of claims Failure of the Contractor to make payments properly to subcontractors or for material or labor Damage to another contractor When the above grounds are removed or the Contractor provides a Surety Bond satisfactorily to the City which will protect the City in the amount withheld, payment shall be made for amount withheld because of them. G.8.8. Delayed Payments: Should the City fail to make payment to the Contractor of the sum named in any partial or final statement when payment is due, or should the Engineer fail to issue any statement on or before the date above provided, then the City shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate in effect on September 1 of the fiscal year in which the payment becomes overdue. The rate in effect on September 1 is equal to the sum of one percent (1%) plus the prime rate as published in the Wall Street Journal on the first day of July of the preceding fiscal year that does not fall on a Saturday or Sunday, unless otherwise specified, from date due until fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in payment not promptly made, as provided under "Partial Payment," and any time thereafter treat the contract as abandoned by the City and recover compensation, unless such payments were withheld in accordance with the provisions of "Payments Withheld." G.8.9. Time Filing Claims: It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty (30) calendar days after the Engineer has given any directions, orders or instructions to which the Contractor so desires to take exception. The Engineer shall reply to such written exceptions by the Contractor and render his final decision in writing. It is further agreed that final acceptance of the work by the City and the acceptance by the Contractor of the final payment shall be a bar of any claims by either party, except, where noted otherwise in the Contract Document. 75

76 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 STANDARD FORM OF AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT, made and entered into this day of, 20, A.D., by and between THE CITY OF IRVING of the County of Dallas and State of Texas, hereinafter termed OWNER, and (Contractor s Company) of the City of, County of and State of, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR, hereby agrees with the OWNER, to commence and complete the construction of certain improvements described as follows: (Name of Project) and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Bidders (advertisement), Special Provisions, Instructions to Bidders, Proposals, Signed Agreement, Performance Bonds, General Provisions and Requirements, Technical Specifications, Plans and all modifications and addenda therefor, as prepared by herein entitled ENGINEER, each of which has been identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR written Proposal, the General Conditions of Agreement, and the Performance, Payment and Maintenance Bonds hereto attached; all of which are made part hereof collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within fourteen (14) calendar days after the date written notice to do so shall have been given to him, and to complete the same within 210 calendar days after the date of written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms part of this contract, such payments to be subject to the General Provisions and Specifications of the contract. 76

77 ITB #021D 15F Pioneer, Sunnybrook & Jody Water and Wastewater Improvements Attachment H 13 IN WITNESS WHEREOF, the parties have executed this Agreement in the year and day first above written. CITY OF IRVING, TEXAS OWNER CONTRACTOR By: By: BETH VAN DUYNE, MAYOR ATTEST: ATTEST: SHANAE JENNINGS, CITY SECRETARY APPROVED AS TO FORM: CHARLES ANDERSON, CITY ATTORNEY Rev. 12/12/

78 ACORD CERTIFICATE OF LIABILITY INSURANCE Date (MM/DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ABC Insurance Agency 1234 Insurance Street City, State (zip) INSURED XYZ Contractor 9999 Contractor Street City, State (zip) CONTACT NAME: PHONE (A/C, No, Ext) ADDRESS: FAX (A/C, No) INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Insurer authorized to operate in Texas with A.M. Best rating of A- VI or better INSURER B: Insurer authorized to operate in Texas with A.M. Best rating of A- VI or better INSURER C: Insurer authorized to operate in Texas with A.M. Best rating of A- VI or better INSURER D: Insurer authorized to operate in Texas with A.M. Best rating of A- VI or better COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS ID TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOT WITHSTANDING ANY REQUIREMENTS, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR A B C or D A B C or D A B C or D A B C or D TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM./DD/YY) POLICY EXP (MM/DD/YY) CLAIMS MADE X OCCURRENCE MED EXP (Any one person) $ 5, /01/09 01/01/10 OWNER S & CONTRACTORS PROTECTION PERSONAL & ADV INJURY $ 1,000,000 LIMITS EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES(Ea. occurrence) 78 $ 1,000,000 GENERAL AGGREGATE $ 1,000,000 General Aggregate Limit applies for: PRODUCTS - COMP/OP AGG $ 1,000,000 Policy X Project Location AUTOMOBILE LIABILITY X X X Any Automobile All Owned Automobiles Scheduled Automobiles Hired Automobiles Non-Owned Automobiles /01/09 01/01/10 WORKERS COMPENSATION AND EMPLOYERS LIABILITY /01/09 01/01/10 EXCESS LIABILITY X COMBINED SINGLE LIMIT (Ea. Accident) BODILY INJURY (per person) BODILY INJURY (per accident) PROPERTY DAMAGE (per accident) X WC STATU- TORY LIMITS OTHER $ 1,000,000 EL EACH ACCIDENT $ 100,000 EL DISEASE (Each Employee) $ 100,000 EL DISEASE (Policy Limit) $ 500,000 EACH OCCURRENCE $ 2,000,000 Umbrella Liability AGGREGATE $ 2,000, /01/09 01/01/10 CLAIMS MADE X OCCURRENCE Retention: A B INSTALLATION FLOATER C 01/01/09 01/01/10 Project Award Amount or D DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLE/SPECIAL ITEMS The City of Irving, including its officers, officials, employees, Boards and Commissions and volunteers shall be named as an additional insured by endorsement to the coverage listed herein, excluding Workers Compensation and Employers Liability (for which a waiver of subrogation is required to be issued in favor of the City), with regard to the insured s activities as required by written contract. A copy of the actual endorsement(s) will be required. CERTIFICATE HOLDER CANCELLATION CIP City of Irving 825 W. Irving Blvd. Irving, TX SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Template certificate of insurance form with highlighted text required by City of Irving $ ACORD CORPORATION

79 Attachment H-15 THE STATE OF COUNTY OF ACKNOWLEDGMENT CORPORATE ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared: (Print Name) (Print Title) of the corporation known as, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of said corporation, that he or she was duly authorized to perform the same by appropriate resolution of the board of directors of such corporation and that she or he executed the same as the act of such corporation for the purposes and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the day of, A.D., 2. Notary Public In and For County, My Commission expires: THE STATE OF COUNTY OF PARTNERSHIP ACKNOWLEDGMENT appeared: BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day (Print Name) (Print Title) of a partnership, known to me to be the person and partner whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said partnership, and that she or he was duly authorized as a partner of such partnership to perform same for the purpose and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the day of, A.D., 2. Notary Public In and For County, My Commission expires: THE STATE OF COUNTY OF SINGLE ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the day of, A.D., 2 Notary Public In and For County, My Commission expires: 79

80

81 DIVISION 1 GENERAL REQUIREMENTS

82 SECTION GENERAL NOTES 1.) THE CITY OR CITY S ENGINEER WILL PROVIDE ONLY BASIC HORIZONTAL & VERTICAL CONTROL (SEE SECTION 01051). THE CONTRACTOR SHALL PROVIDE HIS OWN CONSTRUCTION STAKING DONE BY AN RPLS. 2.) THE CONTRACTOR SHALL BE REQUIRED TO CALL 811 PRIOR TO CONSTRUCTION TO ENSURE ALL UNDERGROUND UTILITIES HAVE BEEN LOCATED. 3.) ALL UNDERGROUND UTILITY LOCATIONS AS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DETERMINING THE EXACT LOCATIONS OF ALL UNDERGROUND UTILITIES AND NOTIFYING THE VARIOUS UTILITIES BEFORE CONSTRUCTION (SEE SECTION 02014). THE DETERMINATION OF THE LOCATIONS OF THE UTILITIES SHALL NOT BE CONSIDERED SUFFICIENT BASIS FOR CLAIMS FOR ADDITIONAL COMPENSATION FOR EXTRA WORK OR FOR INCREASING THE PAY QUANTITIES IN ANY MANNER WHATSOEVER. 4.) ALL GAS, TELECOMMUNICATION, CABLE AND POWER LINES TO BE ADJUSTED SHALL BE ADJUSTED BY OTHERS. 5.) ALL ADJACENT PROPERTY DAMAGED BY THE PROPOSED CONSTRUCTION THAT IS NOT DESCRIBED IN AN EXISTING PAY ITEM AND OCCURS AS A RESULT OF BLATANTLY CARELESS CONSTRUCTION ACTIVITY SHALL BE RESTORED TO EQUAL OR BETTER CONDITION THAN WHICH IT WAS FOUND BEFORE SUCH WORK WAS UNDERTAKEN (NON- PAY ITEM). 6.) PAVEMENT REPAIR PAY QUANTITIES WILL BE LIMITED TO THE MAXIMUM TRENCH WIDTH PLUS TWO FEET UNLESS OTHERWISE SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER. ANY ADDITIONAL TRENCHING REQUIRED FOR TRENCH SAFETY PURPOSES SHALL BE CONSIDERED PART OF THE UNIT PRICE FOR TRENCH SAFETY. 7.) ANY WATER METERS THAT FALL WITHIN THE PROPOSED SIDEWALK SHALL BE RELOCATED AS SPECIFIED IN SECTION /10/2014

83 8.) THE CONTRACTOR SHALL BORE UNDER ALL STREETS, CONCRETE AND ASPHALT DRIVEWAYS AND TREES, EXCEPT AS NOTED ON THE PLANS OR BY THE ENGINEER. THE BORE PRICE SHALL BE FOR THE INSTALLATION ONLY UNLESS ENCASEMENT PIPE IS REQUIRED AS NOTED ON THE PLANS (ENCASEMENT PIPE WILL BE INCLUDED IN THE PRICE OF THE BORE IF REQUIRED). THE BORE LENGTH SHALL BE MEASURED AS THE EDGE TO EDGE DISTANCE OF THE EXISTING PAVEMENT, OBSTACLE OR STRUCTURE. ALL GRAVEL AND DIRT DRIVEWAYS SHALL BE OPEN CUT UNLESS OTHERWISE SPECIFIED BY THE ENGINEER. 9.) THE CONTRACTOR SHALL MEET ALL THE REQUIREMENTS AS STIPULATED IN SECTION "TRENCH SAFETY - SHEETING AND SHORING" OF THE SPECIFICATIONS FOR ALL TRENCHING CONDUCTED IN THE PROJECT. 10.) THE CONTRACTOR SHALL NOT BE PERMITTED TO HAVE ANY OPEN TRENCHES AT THE END OF EACH WORKING DAY UNLESS APPROVED BY THE ENGINEER. 11.) IN OPEN CONSTRUCTION AREAS THAT MAY POSE A POTENTIAL RISK TO THE HEALTH, SAFETY AND WELFARE OF THE PUBLIC, THE CONTRACTOR SHALL BE REQUIRED TO ERECT TEMPORARY CONSTRUCTION FENCING, WHICH, WHERE DEEMED NECESSARY, MAY INCLUDE CHAIN LINK FENCE (NON-PAY ITEM). 12.) ALL CUT AND FILL SLOPES SHALL BE 4:1 EXCEPT AS NOTED ON THE PLANS OR AS DIRECTED BY THE ENGINEER. CUT SLOPES MAY BE STEEPENED TO PROTECT EXISTING TREES AND FENCES ONLY WITH PRIOR APPROVAL OF THE ENGINEER. ALL PROPERTY ADJACENT TO THE PROPOSED CONSTRUCTION SHALL BE GRADED AS DIRECTED BY THE ENGINEER (NON-PAY ITEM). 13.) TRENCH BACKFILL SHALL BE IN ACCORDANCE WITH TRENCH BACKFILL SPECIFICATIONS AND DETAILS. NO WATER JETTING WILL BE ALLOWED. A 2 INCH LAYER OF LEVELING SAND IS REQUIRED UNDER SIDEWALKS. 14.) THE CONTRACTOR SHALL PRESERVE ALL EXISTING PAVEMENT, SHOULDERS, DRIVEWAYS AND SIDEWALKS. THE REMOVAL AND REPLACEMENT OF THE SAID ITEMS SHALL ONLY BE DEEMED NECESSARY IN ORDER TO COMPLETE THE PROJECT OR AS DIRECTED BY THE ENGINEER. ANY DAMAGE NOT DEEMED NECESSARY FOR THE COMPLETION OF SAID PROJECT SHALL BE REPLACED TO EQUAL OR BETTER CONDITIONS AS A NON-PAY ITEM. 15.) WHERE APPLICABLE, THE CONTRACTOR SHALL PLACE RUBBER MATS OR EARTH ON THE PAVEMENT TO PROTECT IT FROM TRACK MARKS AND/OR CRACKING DURING CONSTRUCTION (NON-PAY ITEM) /10/2014

84 16.) WHEEL CHAIR RAMPS SHALL BE CONSTRUCTED AT ALL INTERSECTING STREETS AS SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER. 17.) THE CITY OF IRVING WILL NOT REIMBURSE THE CONTRACTOR FOR ANY WATER USED TO PERFORM THE WORK AS REQUIRED IN THE CONTRACT. 18.) ALL DISTURBED AREAS SHALL BE FINISHED TO GRADE, SMOOTHED WITH A SUITABLE CEMENT FREE TOP SOIL (2" MINIMUM) AND SEEDED OR SODDED AS OUTLINED IN THE SPECIFICATIONS OR DIRECTED BY THE ENGINEER. 19.) DURING IRVING STAGE 3 OR 4 WATER RATIONING, THE CONTRACTOR MAY NOT BE ALLOWED TO OBTAIN WATER FROM FIRE HYDRANTS ALONG THE PROJECT, BUT RATHER BE DIRECTED TO OBTAIN WATER FROM SPECIFIED LOCATIONS WITHIN THE CITY OF IRVING. PERMIT WILL BE REQUIRED TO USE CITY OF IRVING WATER DURING STAGE 2 4 WATER RESTRICTIONS AND CAN BE FOUND IN SECTION TEMPORARY WATER. 20.) ALL EXCAVATED MATERIAL DEEMED EXCESS OR UNSUITABLE SHALL BE DISPOSED OF BY THE CONTRACTOR AT A LOCATION OTHER THAN THE CITY OF IRVING LANDFILL (SEE SECTION SOLID WASTE DISPOSAL). 21.) ALL EXISTING PAVEMENT, CURB AND GUTTER, AND SIDEWALK TO BE REMOVED SHALL BE DISPOSED OF BY THE CONTRACTOR. 22.) THE CONTRACTOR SHALL PRESERVE ALL TREES, SHRUBS, SPRINKLER SYSTEMS, FENCES, MAIL BOXES AND OTHER PROPERTY OWNER IMPROVEMENTS NOT NOTED FOR REMOVAL. THE REMOVAL AND/OR REPLACEMENT OF THE SAID PROPERTY OWNER IMPROVEMENTS BY THE CONTRACTOR SHALL BE CONSIDERED AS A NON-PAY ITEM UNLESS A PAY ITEM EXISTS FOR THE SPECIFIC IMPROVEMENT. SPRINKLER SYSTEMS REPAIRS AND ADJUSTMENTS DUE TO GRADE CUTS AND FILLS AS INDICATED ON THE PLANS SHALL ALSO BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE CONSIDERED AS PART OF SECTION ) THE CONTRACTOR SHALL GIVE THE CITY, RESIDENTS AND BUSINESSES AFFECTED BY ANY ANTICIPATED WATER OR WASTEWATER SERVICE DISRUPTIONS AT LEAST FORTY EIGHT (48) HOURS PRIOR NOTICE /10/2014

85 24.) THE CONTRACTOR IS RESPONSIBLE FOR LOCATING, PROTECTING, SUPPORTING AND/OR BRACING ALL UNDERGROUND UTILITIES (MAINS OR SERVICES), POWER POLES AND/OR LIGHT POLES WITHIN THE PROJECT LIMITS. ANY DAMAGE TO THE SAME SHALL BE IMMEDIATELY REPORTED TO APPLICABLE AUTHORITIES, OWNER S, CITY S FRANCHISE UTILITY SUPERVISOR, AND CITY S ENGINEERING INSPECTOR. DAMAGED WATER & WASTEWATER MAINS/SERVICES SHALL BE IMMEDIATELY REPAIRED/REPLACED AT THE DIRECTION OF AND NO ADDITIONAL COST TO THE CITY. OTHER UTILITIES DAMAGED BY CONSTRUCTION ACTIVITIES SHALL BE REPAIRED/REPLACED BY THE RESPECTIVE OWNER AT THEIR DISCRETION AND SCHEDULE AND AT NO ADDITIONAL COST TO THE CITY. ANY DAMAGE TO EXISTING PAVEMENT, SUBGRADE, SIDEWALKS, BUS PADS, IRRIGATION SYSTEMS, SOD, ETC. THAT ARE DIRECTLY RELATED TO THE REPAIR/REPLACEMENT OF A DAMAGED UNDERGROUND UTILITY SHALL BE REPAIRED/REPLACED AT THE DIRECTION OF AND NO ADDITIONAL COST TO THE CITY. 25.) IN PLACES WHERE THE FIRE HYDRANT, STREET LIGHT OR ANY OTHER OBSTRUCTION IS LOCATED WITHIN THE SIDEWALK, THE CONTRACTOR SHALL WARP THE SIDEWALK AROUND THE OBSTRUCTION TO ALLOW AT LEAST A 36 WIDE UNOBSTRUCTED WALKING AREA. 26.) THE CONTRACTOR SHALL DEVOTE BOTH MANPOWER AND EQUIPMENT TO THE PROJECT ON A CONTINUOUS BASIS EACH AND EVERY WORKDAY IN SUFFICIENT QUANTITY TO BRING THE PROJECT TO COMPLETION WITHOUT DELAY. IF IT IS DETERMINED THE CONTRACTOR HAS FAILED TO DILIGENTLY PROSECUTE THE PROJECT, THE CITY MAY ELECT TO HAVE THE REMAINING WORK PERFORMED BY ANOTHER CONTRACTOR AND DEDUCT WHATEVER IS PAID TO THE SUBSTITUTE CONTRACTOR FROM THE CONTRACTOR S CONTRACT. SUCH ACTION MAY BE A BASIS FOR THE CITY COUNCIL REJECTING A FUTURE BID FROM SAID CONTRACTOR. 27.) ON MULTI-LANE THOROUGHFARES THE CONTRACTOR SHALL BE ALLOWED TO CLOSE ONLY ONE LANE OF TRAFFIC IN EACH DIRECTION FROM 9:00 A.M TO 4:00 P.M. MONDAY THROUGH FRIDAY UNLESS OTHERWISE APPROVED BY THE ENGINEER. THE CONTRACTOR SHALL HAVE ALL LANES OPEN TO TRAFFIC AT ALL OTHER TIMES AND ON HOLIDAYS UNLESS OTHERWISE APPROVED BY THE ENGINEER /10/2014

86 28.) ALL SIGNS (NEW OR EXISTING) LOCATED 6 OR LESS FROM THE SIDEWALK MUST HAVE A VERTICAL CLEARANCE OF 80 FROM THE TOP OF THE SIDEWALK TO THE BOTTOM OF THE SIGN. ALL SIGNS REMOVED BY THE CONTRACTOR SHALL BE RESET OR RELOCATED AS DIRECTED BY THE ENGINEER (NON-PAY ITEM). ANY EXISTING SIGN LOCATED 6 OR LESS FROM A PROPOSED SIDEWALK THAT DOES NOT MEET THE ABOVE REQUIREMENTS SHALL BE RESET OR RELOCATED AS DIRECTED BY THE ENGINEER (NON-PAY ITEM). 29.) THE CONTRACTOR SHALL TRIM OR PRUNE ALL TREE LIMBS WITHIN THE LIMITS OF THE WORK ZONE TO ALLOW A MINIMUM VERTICAL CLEARANCE OF 14-6 ABOVE THE ROADWAY SURFACE. THE CONTRACTOR SHALL TRIM OR PRUNE ALL SHRUBS, TREE LIMBS, AND HEDGES WITHIN THE LIMITS OF THE WORK ZONE TO ALLOW A HORIZONTAL CLEARANCE OF 6 FROM THE EDGE OF ANY NEW SIDEWALK AND A VERTICAL CLEARANCE OF 7-6 FROM THE TOP OF THE SIDEWALK. CLEARANCE SOMETIMES CAN BE ACHIEVED BY SHORTENING SOME OF THE LOW BRANCHES RATHER THAN REMOVING THEM. ALL WORK DONE PER THESE REQUIREMENTS SHALL BE CONSIDERED SUBSIDIARY TO CLEARING AND GRUBBING (SECTION 02102) AND ALL PRUNING SHALL BE DONE IN ACCORDANCE WITH TREE PROTECTION (SECTION 01563). 30.) HYDROMULCH SEEDING SHALL NOT BE ALLOWED IN FRONT OF OR ON DEVELOPED LOTS UNLESS OTHERWISE DIRECTED IN WRITING BY THE ENGINEER. 31.) THE CONTRACTOR SHALL INSTALL ALL STORM SEWER AND WASTEWATER SYSTEMS STARTING WITH THE DOWNSTREAM END OF THE INSTALLATION AND PROCEED SEQUENTIALLY UPSTREAM. THE CONTRACTOR SHALL NOT BE ALLOWED TO SKIP UPSTREAM TO LAY PIPE OR INSTALL BORES UNLESS OTHERWISE APPROVED IN WRITING BY THE ENGINEER. 32.) DURING THE BYRON NELSON GOLF TOURNAMENT (TYPICALLY HELD DURING THE SECOND WEEK OF MAY) THE CONTRACTOR MAY BE REQUIRED TO SUSPEND WORK, REOPEN ALL STREETS TO NORMAL TRAFFIC, AND PERFORM CLEANUP OPERATIONS AS DIRECTED BY THE ENGINEER. MAPS OF THE AREAS WHERE SUSPENSION OF WORK IS REQUIRED ARE AVAILABLE FROM THE PUBLIC WORKS & TRANSPORTATION DEPARTMENT UPON REQUEST. 33.) WHERE PRACTICABLE, THE CONTRACTOR SHALL PROVIDE TEMPORARY PEDESTRIAN ACCESS (NON PAY ITEM) /10/2014

87 34.) THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL WATER METERS TO FACILITATE THE READING OF THE METERS BY THE CITY S METER READERS AND SHALL MAINTAIN ACCESS TO EXISTING VALVES, MANHOLES, METERS AND CLEANOUTS FOR CITY PERSONEL IN CASE OF EMERGENCY CUT OFFS OR WASTEWATER OVERFLOWS. 35.) ALL EXISTING UTILITY SIZES AND LOCATIONS SHOWN ON PLANS ARE APPROXIMATE. CONTRACTOR MUST FIELD VERIFY ALL EXISTING UTILITY SIZES BEFORE ORDERING MATERIALS. NO COMPENSATION WILL BE MADE FOR ORDERING THE WRONG SIZE. 36.) WHEN PLANS CALL FOR MILLING AND OVERLAYING AN AREA OF THE PROJECT, MILLING MUST BE DONE BEFORE TRENCHING FOR ANY UTILITY INSTALLATION. 37.) BEFORE OVERLAYING OF A ROAD IS DONE, STREETS DEPARTMENT MAY NEED TO MAKE PAVEMENT REPAIRS. THIS WILL NEED TO BE COORDINATED WITH STREETS DEPARTMENT AND WILL TYPICALLY TAKE FOUR (4) WEEKS FOR STREETS DEPARTMENT TO MAKE THEIR REPAIRS. WATER NOTES 38.) ALL BOLTS, WASHERS, AND HEX NUTS SHALL BE STAINLESS STEEL. HIGH STRENGTH CORTEN T-HEAD BOLTS AS APPLICABLE. STAINLESS PLATING NOT ACCEPTABLE. 39.) THE CUTTING AND PLUGGING OF EXISTING WATER LINES, TEES, CROSSES, ETC. ASSOCIATED WITH THE DIRECT CONNECTION OF NEW WATER MAINS TO EXISTING MAINS SHALL BE CONSIDERED AS PART OF THE UNIT PRICE FOR WET CONNECTIONS. 40.) THE CENTERLINE OF THE PROPOSED WATER MAIN SHALL TYPICALLY BE LOCATED 2.25 FEET FROM THE BACK OF THE EXISTING CURB UNLESS SPECIFIED OTHERWISE ON THE PLANS. 41.) THE PROPOSED WATER MAIN SHALL HAVE A MINIMUM COVER OF FOUR (4) FEET MEASURED FROM THE TOP OF THE EXISTING CURB OR FROM THE TOP OF THE EXISTING GROUND TO THE TOP OF PROPOSED PIPE, WHICH EVER IS GREATER, OR AS DIRECTED BY THE ENGINEER. 42.) THE CONTRACTOR SHALL CENTER A FULL 20 FOOT LONG JOINT OF THE PROPOSED PIPE AT A STORM SEWER CROSSING IF THE PROPOSED PIPE MUST PASS UNDER THE STORM SEWER /10/2014

88 43.) PROPOSED OR EXISTING WATER LINES CROSSING PROPOSED OR EXISTING WASTEWATER LINES SHALL COMPLY WITH THE RULES OF THE TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ) AS DESCRIBED IN CHAPTER 217: DESIGN CRITERIA FOR DOMESTIC WASTEWATER SYSTEMS AND CHAPTER 290: PUBLIC DRINKING WATER OF THE TEXAS ADMINISTRATIVE CODE. 44.) ALL DUCTILE IRON FITTINGS SHALL BE POLYWRAPPED. 45.) EXTRA DEPTH FIRE HYDRANTS SHALL INCLUDE ONE EXTRA 6" 90 DEGREE OR 45 DEGREE BEND AND EXTRA COUPLINGS OR PIPE TO MAKE UP THE VERTICAL GRADE DIFFERENCE AND MAINTAIN A STANDARD FIRE HYDRANT AND GATE VALVE INSTALLATION 46.) THE CUTTING, PLUGGING, AND BLOCKING OF EXISTING WATER LINES AND PLUGGING AND BLOCKING OF EXISTING TEES AND CROSSES NOT ASSOCIATED WITH THE UNIT PRICE FOR A WET CONNECTION SHALL BE MEASURED AND PAID FOR AS A SEPARATE BID ITEM FOR CUTTING AND PLUGGING EXISTING WATER MAINS, TEES, AND CROSSES. ANY GATE VALVES REQUIRED TO BE REMOVED SHALL BE CONSIDERED SUBSIDIARY TO THIS ITEM (SECTION 15200). 47.) FOR ALL RCCP WATER PIPE INSTALLATION, THE CONTRACTOR SHALL LOCATE THE EXISTING RCCP WATER MAIN AT ALL PROPOSED TIE-IN POINTS TO VERIFY THE HORIZONTAL AND VERTICAL ALIGNMENT. THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF THE LOCATIONS AND ELEVATIONS PRIOR TO EXCAVATION FOR INSTALLATION OF THE PROPOSED RCCP WATER MAIN (NON-PAY ITEM). 48.) A MINIMUM OF ONE (1) FOOT CLEARANCE (HORIZONTALLY OR VERTICALLY AT THE DISCRETION OF THE CITY) SHALL BE REQUIRED BETWEEN THE PROPOSED WATER LINE AND DRAINAGE STRUCTURES OR STORM DRAINAGE PIPE. THE CONTRACTOR SHALL NOT BE PERMITTED TO USE BENDS (UNLESS SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER) TO MEET THE ABOVE MENTIONED CRITERIA. THE CONTRACTOR SHALL DEFLECT THE PIPE TO ACHIEVE THE MINIMUM VERTICAL SEPARATION. THE CONTRACTOR SHALL PROVIDE CUT STAKES AT ALL DRAINAGE STRUCTURES AND STORM SEWER PIPE CROSSINGS TO VERIFY THE WATER MAIN DEPTH. 49.) WATER LINES ALLOWED TO BE CONSTRUCTED UNDER ANY PROPOSED CURB INLETS SHALL BE STEEL ENCASED /10/2014

89 50.) THE CONTRACTOR SHALL SEQUENCE THE INSTALLATION OF ALL PROPOSED WATER MAINS TO MINIMIZE CLOSURE SECTIONS. THE CONTRACTOR SHALL USE A SOLID SLEEVE TO REPAIR ALL LEAKS AND TO PERFORM REQUIRED CLOSURES. THE CONTRACTOR SHALL NOT BE PERMITTED TO INSTALL MORE THAN ONE (1) SOLID SLEEVE FOR REPAIR PER FIVE HUNDRED (500) LINEAR FEET OF PIPE INSTALLATION. NO BELL CLAMPS OR REPAIR CLAMPS SHALL BE PERMITTED. 51.) THE CONTRACTOR SHALL TRANSFER ALL EXISTING METERED SERVICES AFTER THE PROPOSED WATER MAIN HAS BEEN TESTED AND APPROVED BY THE ENGINEER. NO SERVICE SHALL BE DISRUPTED FOR A PERIOD LONGER THAN SIX (6) HOURS. ALL SERVICES SHALL BE 3/4", 1", 1-1/2", OR 2" EXCEPT AS NOTED ON THE PLANS. 52.) THE RELOCATION OF EXISTING WATER METERS AND BOXES LOCATED IN EXISTING DRIVEWAY APPROACHES SHALL BE A SEPARATE BID ITEM IN ADDITION TO THE APPLICABLE BID ITEM FOR SHORT WATER SERVICES AND LONG WATER SERVICES (SECTION 15095). 53.) ALL GATE VALVES TO BE ABANDONED SHALL HAVE THE VALVE STACKS REMOVED AND BACKFILLED. ALL VALVE STACKS DEEMED SATISFACTORY BY THE ENGINEER MAY BE UTILIZED DURING THE CONSTRUCTION OF THE PROPOSED VALVES. THE REMOVAL OF SAID VALVE STACKS BY THE CONTRACTOR SHALL BE CONSIDERED A NON- PAY ITEM. 54.) ANY GATE VALVES REQUIRED TO BE REMOVED DURING CONSTRUCTION SHALL BECOME THE PROPERTY OF THE CITY OF IRVING AND THE CONTRACTOR SHALL TRANSPORT ALL ABANDONED GATE VALVES TO THE CITY OF IRVING STOCK YARD, UNLESS OTHERWISE DIRECTED BY THE ENGINEER (NON-PAY ITEM). 55.) THE FIRE HYDRANTS AND SHOES WHICH ARE REMOVED FROM THE EXISTING MAIN SHALL REMAIN THE PROPERTY OF THE CITY OF IRVING. THE CONTRACTOR SHALL EXERCISE CARE SO AS NOT TO DAMAGE THE FIRE HYDRANTS AND SHOES WHEN REMOVED FROM THE EXISTING MAIN OR WHEN TRANSPORTED TO THE CITY OF IRVING STOCK YARD. SUBSIDIARY TO SECTION ) THE CONTRACTOR SHALL DECHLORINATE THE WATER AS REQUIRED IN THE PROPOSED MAIN AFTER STERILIZATION (SECTION 15043) /10/2014

90 57.) THE CONTRACTOR SHALL BE REQUIRED TO TEST FROM VALVE TO VALVE AND THEN TRANSFER SERVICES. THIS TESTING WILL ALLOW THE FINAL PAVEMENT, SIDEWALK, OR SODDING REPLACEMENT TO BE ACCOMPLISHED PRIOR TO THE INSTALLATION OF THE ENTIRE PROPOSED WATER LINE. THE CLEAN-UP OPERATIONS MAY VARY FROM THIS SEQUENCE IF AUTHORIZED BY THE ENGINEER. WASTEWATER NOTES 58.) THE CONTRACTOR SHALL MAINTAIN FLOW IN THE EXISTING WASTEWATER MAIN LINES AND PROVIDE ALL WASTEWATER BY-PASSES AS REQUIRED TO PERFORM THE WORK UNTIL ALL CONNECTIONS HAVE BEEN MADE TO THE PROPOSED SYSTEM (NON-PAY ITEM). 59.) IF A WASTEWATER OVERFLOW OR SPILL OCCURS DURING THE REPLACEMENT OF AN EXISTING WASTEWATER MAIN OR IF A WASTEWATER OVERFLOW OR SPILL OCCURS FROM AN EXISTING WASTEWATER MAIN THAT IS DISTURBED DURING OTHER CONSTRUCTION, THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE WATER UTILITIES DEPARTMENT AT THE CONTRACTOR SHALL TAKE WHATEVER STEPS HE DEEMS NECESSARY OR AS INSTRUCTED BY THE ENGINEER TO CONTAIN OR RE-ROUTE THE SPILL OR OVERFLOW UNTIL WATER UTILITIES HAS INVESTIGATED THE SPILL OR OVERFLOW. IF THE SPILL OR OVERFLOW HAS OCCURRED DUE TO THE CONTRACTOR S CONSTRUCTION, HE SHALL BE RESPONSIBLE TO TAKE THE STEPS NECESSARY TO REMEDY THE INCIDENT AS INSTRUCTED BY WATER UTILITIES OR AS DIRECTED BY THE ENGINEER (SECTION 01517). 60.) ALL CONNECTIONS TO EXISTING MANHOLES SHALL BE CONSIDERED AS A NON-PAY ITEM. 61.) ALL EXISTING V.C.P. WASTEWATER MAINS TO BE ABANDONED SHALL BE FILLED WITH SAND OR GROUT BY THE CONTRACTOR AS NOTED ON THE PLANS AND SHALL BE PAID PER LINEAR FOOT PER SECTION ) ALL MANHOLE CASTINGS AND FRAMES WHICH ARE REMOVED IN ASSOCIATION WITH SECTION "MANHOLE ABANDONMENT AND BACKFILLING" SHALL REMAIN THE PROPERTY OF THE CITY OF IRVING AND SHALL BE TRANSPORTED BY THE CONTRACTOR TO THE CITY STOCK YARD. (SUBSIDIARY TO SECTION 02020) /10/2014

91 63.) THE CONTRACTOR SHALL BE REQUIRED, IF NECESSARY, TO CONSTRUCT ADDITIONAL MANHOLES (NOT SHOWN ON THE PLANS) TO CONNECT COMMERCIAL WASTEWATER SERVICE LATERALS. ALL COMMERCIAL WASTEWATER SERVICE LATERALS SHALL BE CONNECTED TO THE PROPOSED WASTEWATER LINE UTILIZING A STANDARD FOUR (4) FOOT DIAMETER MANHOLE. THE CONTRACTOR SHALL CONSTRUCT ALL MANHOLES FOR COMMERCIAL SERVICES AT A LOCATION AS DETERMINED BY THE ENGINEER. NO SEPARATE PAYMENT SHALL BE MADE FOR THE CONNECTION OF COMMERCIAL WASTEWATER SERVICE LATERALS. ANY PIPE REQUIRED WILL BE PAID AT THE UNIT PRICE FOR THE RESPECTIVE SIZE PIPE, TRENCHING, AND TRENCH SAFETY AS SHOWN IN THE BID PROPOSAL. ALL MANHOLES REQUIRED SHALL BE PAID AT THE UNIT BID PRICE AS STATED FOR A STANDARD FOUR (4) FOOT DIAMETER MANHOLE IN THE BID PROPOSAL. 64.) THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING AND CONNECTING THE EXISTING WASTEWATER SERVICES TO THE NEW WASTEWATER MAIN. ALL WASTEWATER SERVICE TRANSFERS TO THE NEW MAIN SHALL BE MADE AFTER THE MAIN HAS BEEN TESTED AND APPROVED (EXCEPT WHEN THE PROPOSED WASTEWATER LINE IS TO BE PLACED IN THE SAME TRENCH AS THE EXISTING WASTEWATER LINE) OR AS DIRECTED BY THE ENGINEER. NO WASTEWATER SERVICE SHALL BE DISRUPTED LONGER THAN SIX (6) HOURS. ALL WASTEWATER SERVICES SHALL BE FOUR (4) INCH P.V.C. OF THE SAME SDR AS THE MAIN THE SERVICE IS BEING CONNECTED TO, EXCEPT AS NOTED BY THE ENGINEER. THE CONTRACTOR MAY OPEN CUT DRIVEWAYS TO INSTALL WASTEWATER SERVICES UNLESS SPECIFIED OTHERWISE ON THE PLANS. ALL SERVICES UNDER EXISTING PAVEMENT SHALL BE BORED. THE ENGINEER MAY CHANGE AND ALTER THE LINE, GRADE AND FORM OF THE PROPOSED WASTEWATER SERVICES AS MAY BE NECESSARY OR DESIRABLE TO INSURE COMPLETION OF SUCH SERVICES IN THE MOST SATISFACTORY MANNER. SUCH CHANGES SHALL NOT BE CONSIDERED SUFFICIENT BASIS FOR CLAIMS FOR ADDITIONAL COMPENSATION FOR EXTRA WORK OR FOR INCREASING THE PAY QUANTITIES IN ANY MANNER WHATSOEVER /10/2014

92 65.) WHEN THE PROPOSED WASTEWATER LINE IS TO BE PLACED IN THE SAME TRENCH AS THE EXISTING WASTEWATER LINE, THE CONTRACTOR SHALL FURNISH ALL EQUIPMENT, MATERIALS AND LABOR REQUIRED TO ROUTE THE UPSTREAM WASTEWATER FLOW IN THE EXISTING V.C.P. LINE INTO THE DOWNSTREAM MANHOLE AND INTO THE PROPOSED P.V.C. LINE THAT IS INSTALLED DOWNSTREAM DURING THE CONSTRUCTION (NON-PAY ITEM). THE CONTRACTOR SHALL INSTALL THE WASTEWATER SERVICES AND TRANSFER THE SANITARY SERVICES AS THE PROPOSED P.V.C. LINE IS INSTALLED. THE CONTRACTOR SHALL REMOVE THE EXISTING WASTEWATER MAIN AS THE PROPOSED MAIN IS INSTALLED (NON-PAY ITEM). THE CONTRACTOR SHALL NOT BE REQUIRED TO PRESSURE TEST THIS SECTION OF THE PROPOSED LINE AFTER THE INSTALLATION IS COMPLETED. THE CONTRACTOR SHALL MAKE A TEMPORARY CONNECTION BETWEEN THE PROPOSED P.V.C. LINE THAT IS INSTALLED AND THE EXISTING V.C.P. LINE AT THE END OF EACH WORKING DAY TO MAINTAIN FLOW IN THE WASTEWATER LINE (NON-PAY ITEM). 66.) THE CONTRACTOR SHALL NOT HAVE MORE THAN SIX HUNDRED (600) LINEAR FEET OF PAVEMENT IN NEED OF REPAIR AT ONE TIME. 67.) CLEAN OUTS WILL BE INSTALLED AT THE PROPERTY LINE ON EACH WASTEWATER LATERAL. 68.) ABANDONMENT OF EXISTING CLEAN OUTS IS A NON-PAY ITEM AND IS CONSIDERED SUBSIDIARY TO ABANDONMENT OF WASTEWATER MAIN. 69.) ANY WATER AND WASTEWATER SERVICE INSTALLATION THAT EXTENDS MORE THAN FIVE (5) FEET OUTSIDE THE RIGHT-OF-WAY OR EASEMENTS MUST BE PERFORMED BY A STATE OF TEXAS LICENSED PLUMBER REGISTERED WITH THE CITY OF IRVING AS A PLUMBING CONTRACTOR (SUBSIDIARY TO RESPECTIVE BID ITEMS). PERMISSION MUST BE OBTAINED FROM THE PROPERTY OWNER FOR ANY WORK PERFORMED OUTSIDE THE RIGHT-OF-WAY. PAVEMENT NOTES 70.) ALL DRIVEWAY APPROACHES SHALL BE A MINIMUM OF TWELVE (12) FEET WIDE. IF THE EXISTING DRIVEWAY IS LESS THAN TWELVE (12) FEET WIDE, THEN THE NEW DRIVEWAY SHALL BE TRANSITIONED TO THE EXISTING WIDTH ON A 3:1 TAPER. THE CONTRACTOR SHALL GRADE THE AREA ADJACENT TO THE DRIVEWAY TRANSITION TO THE SATISFACTION OF THE ENGINEER (NON-PAY ITEM) /10/2014

93 71.) THE CONTRACTOR SHALL CONSTRUCT A CONCRETE UNDERCUT HEADER AT ALL PROPOSED CONCRETE TO EXISTING CONCRETE JOINTS OR TIE INTO THE EXISTING CONCRETE WITH AT LEAST EIGHTEEN (18) INCHES OF EXPOSED STEEL. THE CONTRACTOR SHALL CONSTRUCT A STANDARD HEADER AT ALL PROPOSED CONCRETE TO EXISTING ASPHALT JOINTS. 72.) THE DRIVEWAY APPROACHES SHALL BE FIVE (5) INCH REINFORCED CONCRETE PAVEMENT FOR RESIDENTIAL AND SIX (6) INCH REINFORCED CONCRETE PAVEMENT FOR COMMERCIAL. ADDITIONAL DRIVEWAY REPAIRS SHALL MATCH EXISTING MATERIAL. EROSION & SEDIMENTATION CONTROL NOTES 73.) SEDIMENT CONTROL DEVICES SHALL BE INSTALLED AS INDICATED ON THE PLANS AND IN ACCORDANCE WITH SECTION PRIOR TO ANY EMBANKMENT OR EXCAVATION WORK BEING DONE. WHEN THE PROJECT IS COMPLETE AND THE ENTIRE PROJECT SITE IS COMPLETELY STABILIZED, THE SEDIMENT CONTROL DEVICES AND ACCUMULATED SEDIMENT SHALL BE REMOVED AND DISPOSED OF IN AN APPROVED MANNER. THE CONTRACTOR HAS THE ULTIMATE RESPONSIBILITY FOR THE EFFECTIVE CONTROL OF EROSION AND SEDIMENTATION. 74.) THE CONTRACTOR SHALL SEED OR SOD A COMPLETED EMBANKMENT AS SOON AS PRACTICABLE, BUT NO LATER THAN 14 DAYS AFTER SAID EMBANKMENT IS COMPLETE. 75.) THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING THE PUBLIC STREETS ADJACENT TO THE CONSTRUCTION SITE IN A CLEAN AND SAFE CONDITION. ANY DIRT, MUD, GRAVEL OR ANY OTHER MATERIAL TRACKED OR SPILLED ONTO THE PUBLIC STREET SHALL BE REMOVED AND SWEPT PROMPTLY TO THE SATISFACTION OF THE ENGINEER AND IN NO CASE LEFT TO REMAIN AFTER THE END OF THE WORKING DAY. THE CONTRACTOR SHALL USE EITHER A VACUUM SWEEPER OR A STANDARD SWEEPER, AFTERWARD REMOVING ALL MATERIAL FROM THE GUTTER LINE (NON-PAY ITEM). TRAFFIC AND ACCESS CONTROL 76.) THE CONTRACTOR SHALL ROUTE TRAFFIC AND BARRICADE ALL ROADS AS REQUIRED BY THE CITY OF IRVING DEPARTMENT OF PUBLIC WORKS, TRAFFIC DIVISION. THE CONTRACTOR SHALL ALSO ROUTE TRAFFIC AND BARRICADE ALL ROADS AS REQUIRED BY THE TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) WHEN CONSTRUCTION IS WITHIN TXDOT RIGHT-OF-WAY. ALL BARRICADES, SIGNS AND TRAFFIC CONTROL DEVICES REQUIRED FOR THE PROJECT SHALL BE PAID PER SECTION OF THESE SPECIFICATIONS /10/2014

94 77.) THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN AT LEAST TWO BUSINESS DAYS PRIOR TO ANY CONSTRUCTION WITHIN THE PUBLIC STREET RIGHT-OF-WAY. CONTACT THE TRAFFIC OPERATIONS SUPERVISOR AT OR (MOBILE) OR (MOBILE), OR BY FAX AT BARRICADES, TEMPORARY PAVEMENT MARKINGS, AND SIGNS SHALL BE MAINTAINED IN GOOD CONDITION MEETING THE LEGIBILITY AND RETROREFLECTIVITY REQUIREMENTS OF THE CURRENT EDITION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES UNTIL THE COMPLETION AND ACCEPTANCE OF ALL WORK WITHIN THE PUBLIC RIGHT-OF-WAY OR UNTIL CONTRACTOR IS DIRECTED OTHERWISE. 78.) ELECTRONIC ARROW DISPLAYS (PANEL TYPE B OR C) MEETING THE REQUIREMENTS OF PART VI, SECTION 6F-3 OF THE LATEST EDITION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS SHALL BE USED FOR ALL LANE CLOSURES ON ANY STREET OR HIGHWAY DESIGNATED ON THE CURRENT EDITION OF THE CITY OF IRVING MASTER THOROUGHFARE PLAN, AND AT ANY ADDITIONAL LOCATION SPECIFICALLY IDENTIFIED AS REQUIRING ARROW DISPLAY TRAFFIC CONTROL ON THE TRAFFIC CONTROL PLAN FOR THIS PROJECT IF THAT FACILITY IS OPENED TO PUBLIC TRAFFIC. COPIES OF THE CITY OF IRVING COMPREHENSIVE PLAN MASTER THOROUGHFARE PLAN ARE AVAILABLE FROM THE DEPARTMENT OF PUBLIC WORKS, TRAFFIC DIVISION UPON REQUEST. EXCEPTIONS TO THIS PROVISION MAY BE REQUESTED FROM THE DIRECTOR OF PUBLIC WORKS OR HIS DESIGNATED AGENT. 79.) ELECTRONIC PORTABLE CHANGEABLE MESSAGE SIGNS (PCMS), MEETING THE REQUIREMENTS OF PART VI, SECTION 6F-2 OF THE LATEST EDITION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS SHALL BE USED WHENEVER ANY PORTION OF A ROADWAY DESIGNATED ON THE CURRENT EDITION OF THE CITY OF IRVING MASTER THOROUGHFARE PLAN IS TO BE CLOSED TO TRAFFIC IN EITHER OR BOTH DIRECTIONS, AND AT ANY OTHER LOCATION OR SITUATION DESIGNATED ON THE TRAFFIC CONTROL PLAN. THE PCMS SHALL BE IN PLACE, PROGRAMMED AND IN OPERATION AT LEAST SEVEN (7) CALENDAR DAYS BEFORE THE ROADWAY CLOSING. THE PCMS SHALL BE MAINTAINED IN GOOD OPERATING CONDITION UNTIL APPROVED CONSTRUCTION BARRICADING AND SIGNING IS IN PLACE AND THE ROADWAY IS ACTUALLY CLOSED TO TRAFFIC. THE DEPARTMENT OF PUBLIC WORKS, TRAFFIC DIVISION WILL ASSIST THE CONTRACTOR IN THE PREPARATION OF AND SHALL APPROVE THE MESSAGE(S) TO BE DISPLAYED BY THE PCMS /10/2014

95 80.) NO WORK SHALL COMMENCE WITHIN EXISTING STREET RIGHT-OF-WAY WITHOUT AN APPROVED TRAFFIC CONTROL PLAN. THE CONTRACTOR SHALL NOTIFY THE CITY OF IRVING, DEPARTMENT OF PUBLIC WORKS, TRAFFIC DIVISION AT LEAST TWO (2) BUSINESS DAYS PRIOR TO BEGINNING WORK WITHIN THE RIGHT-OF-WAY, OR BEFORE PERFORMING ANY WORK WHICH WILL OBSTRUCT OR IMPEDE THE NORMAL FLOW OF TRAFFIC. 81.) THE CONTRACTOR SHALL NOT UNLOAD OR STORE MATERIALS, PERMIT WORKERS TO PARK, NOR PARK EQUIPMENT WITHIN THE STREET RIGHT- OF-WAY WHERE THE STREET IS OPEN TO PUBLIC TRAVEL WITHOUT PRIOR APPROVAL OF THE CITY OF IRVING, DEPARTMENT OF PUBLIC WORKS, TRAFFIC DIVISION. 82.) THE CONTRACTOR SHALL NOT ENCROACH UPON, NOR PERFORM ANY WORK WITHIN STATE HIGHWAY RIGHT-OF-WAY WITHOUT FIRST SECURING NECESSARY PERMITS FROM THE TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) AND MAKING REQUIRED NOTIFICATIONS AS STIPULATED ON THE TXDOT PERMIT CONTACT THE TXDOT DALLAS WEST AREA OFFICE AT OR ) THE CITY OF IRVING, DEPARTMENT OF PUBLIC WORKS, TRAFFIC DIVISION SHALL INSTALL ALL PERMANENT PAVEMENT MARKINGS, INCLUDING RAISED PAVEMENT MARKERS, WITHIN PUBLIC RIGHTS-OF- WAY. THE CONTRACTOR SHALL FURNISH RAISED PAVEMENT MARKERS, SUCH AS TRAFFIC BUTTONS, AS REQUIRED BY THE BIDDING DOCUMENTS. THE CITY SHALL FURNISH AND INSTALL ALL PERMANENT TRAFFIC SIGNS WITHIN PUBLIC RIGHTS-OF-WAY. IF NEEDED, ALL PERMANENT TRAFFIC SIGNS OR PAVEMENT MARKINGS, INCLUDING RAISED PAVEMENT MARKERS, NOT LOCATED WITHIN PUBLIC RIGHTS-OF- WAY SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR PER APPLICABLE PAY ITEM. 84.) ALL DRIVEWAY AND SIDEWALK CROSSINGS WHICH ARE OPEN CUT SHALL HAVE AT LEAST A TEMPORARY PAVEMENT REPAIR AT THE END OF EACH DAY (SEE SECTION 02621). 85.) THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL CROSS STREETS (NON-PAY ITEM). 86.) THE CONTRACTOR SHALL MAINTAIN AT LEAST A 12 FOOT WIDE EDGE TO EDGE ALL WEATHER RIDING SURFACE AT ALL TIMES FOR ONE-WAY TRAFFIC OR WHEN TWO-WAY TRAFFIC MUST BE MAINTAINED AND CONTROLLED BY FLAGGERS, AND 24 FOOT WIDE EDGE TO EDGE ALL WEATHER RIDING SURFACE WHEN PRACTICAL OR WHEN TWO-WAY TRAFFIC MUST BE MAINTAINED WITHOUT FLAGGERS /10/2014

96 87.) ALL LOCAL RESIDENTS WHO WILL BE DENIED ACCESS TO THEIR DRIVEWAYS SHALL BE NOTIFIED BY THE CONTRACTOR TWO (2) WORKING DAYS PRIOR TO THE CLOSURE OF THEIR ACCESS. 88.) THE CONTRACTOR SHALL PROVIDE ACCESS TO ALL BUSINESS LOCATIONS AT ALL TIMES DURING THE CONSTRUCTION. SIDEWALK NOTES 89.) THE PROPOSED SIDEWALK SHALL BE CONSTRUCTED WITHIN THE LIMITS OF THE RIGHT-OF-WAY AS SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER. THE ELEVATION OF THE TOP OF SIDEWALK SHALL BE ALONG A LINE WITH A 2% SLOPE EXTENDING FROM THE TOP OF BACK OF CURB TO THE PROPOSED SIDEWALK. THE GROUND BETWEEN THE CURB AND NEW SIDEWALK SHALL BE GRADED AT THE SAME 2%. GRADING FROM THE BACK OF SIDEWALK TO THE ROW SHALL BE AT A 4:1 SLOPE. 90.) CONNECTION OF THE PROPOSED SIDEWALK TO EXISTING PAVING, SIDEWALK, AND WHEEL CHAIR RAMPS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE CONSTRUCTION OF THE SIDEWALK. 91.) ANY EXCAVATION, FILL, BACKFILLING OR GRADING REQUIRED IN THE CONSTRUCTION OF THE SIDEWALK OR RETAINING WALLS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF CONSTRUCTION OF THE SIDEWALK. 92.) EXPANSION JOINT MATERIAL OF AN APPROVED TYPE SHALL BE PLACED BETWEEN THE EXISTING CURB LINE AND THE PROPOSED SIDEWALK IN AREAS WHERE THE SIDEWALK IS ADJACENT TO THE BACK OF CURB OR EXISTING SIDEWALK. 93.) PROPOSED SIDEWALKS WHICH ARE ADJACENT TO THE BACK OF CURB SHALL BE SIX (6) FEET WIDE. ALL OTHER SIDEWALKS SHALL BE FIVE (5) FEET WIDE UNLESS OTHERWISE SHOWN ON THE PLANS OR DIRECTED BY THE ENGINEER. 94.) CURB CUTS SHALL BE INSTALLED AT LOCATIONS WHERE THE SIDEWALK CROSSES A RAISED CURB OTHER THAN AT A STREET INTERSECTION OR AS DIRECTED BY THE ENGINEER. 95.) ANY PROPOSED SIDEWALK TO BE ADJOINED TO AN EXISTING DRIVE APPROACH, BUS PAD OR INTERSECTION THAT DOES NOT REQUIRE A CURB CUT, SHALL BE DOWELED INTO THE EXISTING DRIVE APPROACH, BUS PAD OR INTERSECTION WITH 1/2 DOWELS (NON-PAY ITEM). 96.) ALL SIDEWALKS SHALL HAVE A MAXIMUM 5% RUNNING SLOPE AND A MAXIMUM 2% CROSS SLOPE /10/2014

97 END OF SECTION /10/2014

98 SECTION APPROVED PRODUCTS LISTING - WATER AND WASTEWATER SYSTEMS CITY OF IRVING, TEXAS ALL WATER SYSTEM PRODUCTS TO CONFORM WITH THE REDUCTION OF LEAD IN DRINKING WATER ACT. (see end of section for lead free definition) BOLTS, COR-TEN SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED AWWA C NSS None BOLTS, DUCTILE SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED AWWA C Ductile None Durabolt 2. Ductile Flangeloc Durabolt BUSHINGS, BRASS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 1 x 3/4 to City 1. Merit None 2 x 2-1/2 Specifications 2. Lee CHEMICALS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED City 1. Protecrete None Specifications concrete additives CLAMPS, FULL CIRCLE REPAIR SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 12" City 1. Ford All Stainless Steel Specifications 2. Smith-Blair (6/24/2014)

99 3. JCM Muller 12 to Ford 6. Smith-Blair 7. Muller 8. JCM CLAMPS, EXTENDED RANGE REPAIR SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 14" City 1. Smith-Blair None Specifications 2. Ford (All clamps must 3. Mueller be type JCM stainless steel) CLAMPS, SPLIT CIRCLE REPAIR SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 1/2" to 3" AWWA & City 1. Smith-Blair All Stainless Steel Specifications 2. Ford 3. JCM COATINGS (CONCRETE EXTERIOR) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED N/A City 1. Thorocoat None Specifications 2. Tenemecrete COATINGS (STEEL EXTERIOR) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED Water Water Tank AWWA 1. Tenemec: None tank D102 & City Primer exterior Specifications Topcoat 23 series 2. Valspar: Primer 13 F28 Topcoat 12 series 3. Acro: Primer 1122 Topcoat Cook: Primer 391 N142 Topcoat Kop-Coat: Primer 662 Topcoat (6/24/2014)

100 COATINGS (STEEL INTERIOR) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED Water Water Tank AWWA 1. Tenemec Series 20: None tank D102 & City Primer interior Specifications Topcoat Valspar: Primer 78-D-7 Topcoat 78-W-3 3. Acro: Primer 4460 Topcoat American Primer: Primer 395 Topcoat Cook: Primer 920 W Kop-Coat 340 Primer 7. Kop-Coat Super Hi Grade FIRE HYDRANT SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 5 1/4" AWWA C502 & 1. Mueller None City A423 Super Centurion 250 Specifications 2. American Darling B-62B & B-84B 3. Clow Medallion 4. American Flow WB 67 "Pacer" 5. Kennedy (5a) Epoxy coating Guardian inside shoe. NOTE: "IRVING" stencil required on all makes. FIRE HYDRANT - METER SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3 City 1. Kent ABB None Specifications 2. Neptune 3. Sensus (6/24/2014)

101 FIRE HYDRANT - VALVE SEAT SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 1. Polyvalve None 2. Manufacture's Standard FITTINGS, ANCHORED SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4 to 12 AWWA C153/ 1. GRADELOK None ANSI A21.53, AWWA C104/ ANSI A21.4 FITTINGS, BRASS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3/4" to 2" AWWA C Mueller None ASTM B-62 & 2. Ford City 3. Cambridge Brass 3. Full port 3/4 & 1 angle meter Specifications stops not approved. 4. A.Y. McDonald Mfg. Co. 4. Full port 3/4 & 1 angle meter stops not approved. 1 1/2 & 2 corporations not approved. 5. Jones Brass FITTINGS, CAST IRON & DUCTILE IRON SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3" to 24" AWWA C110, 1. Tyler/Union All fittings shall be manufactured C104, C111, 2. U.S. in the United States. C153 & City 3. American Specifications 4. Griffin FITTINGS, POLYVINYL CHLORIDE SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 15" SDR-35 PVC, 1. JM Eagle None SDR-26 PVC, 2. Robintech ASTM D3034, 3. Certainteed F679,& D Clow 5. North Star 6. Vassallo 7. Multi-Fittings 8. Plastic Trends (6/24/2014)

102 9. Flo-Control, Atlas Flexs 18" and ASTM D1784, 10. JM Eagle Perma-Loc None larger D2412 & D Certainteed 12. North Star FITTINGS, THREADED BRASS (ELLS, NIPPLES, TEES, ETC.) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3/4 to 2 City 1. Merit None Specifications 2. Matco Norca 3. Lee 1-1/2 to 2 City 1. New Haven None Specifications 2. Midland 3. Cowtown FLANGED ADAPTERS (FLANGED JOINT RESTRAINT) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4 to 24 ASTM A536, 1. Megaflange External PE wrap ANSI/AWWA (EBBA Iron) C115/A21.15 FLANGED COUPLING ADAPTERS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4 to 12 ASTM A536-71, 1. Ford-Ringwej None ASTM D2000, 2. Romac-FCA501 3BA715, AWWA 3. Smith Blair 912 C JCM FLEXIBLE COUPLING ADAPTERS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3 to 12 City 1. Pipe Conx None Specifications 2. Mission Rubber 3. Fernco 4. Dallas Specialty 5. NDS 6 to Hymax 2000 Series (6/24/2014)

103 FLEXIBLE EXPANSION JOINTS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4 to 36 AWWA/ANSI 1. Flex-Tend External PE wrap C153/A21.53 (EBBA Iron) MANHOLE INSERTS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED City 1. Parson None Specifications Plastics 2. Knutson MANHOLE REHAB MATERIAL BASE/BUILD UP MATERIAL SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED N/A MS2A, MS2C 1. Strong Seal None 2. QuadX OUTER PROTECTION LAYER SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED N/A City 3. Permaform MS-10,000 None Specifications fortified with Con mic Shield 4. Standard Epoxy 4553 MANHOLE RINGS AND LIDS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED Bass & Hayes VRM-30 City of Irving Logo on all lids 2. East Jordan Iron Works 3. Tyler/Union MANHOLES (FIBERGLASS) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4' dia ASTM D , 1. HOBAS None & larger C581, D2584, 2. Containment Solutions D695, D1790, & 3. Associated Fiberglass AASHTO H-20 Engineers (6/24/2014)

104 MANHOLES (PRECAST CONCRETE) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4' dia ASTM C-76 OR 1. Hanson Con mic Shield additive & larger C-478 & City 2. American Insustrial Specifications Precast Products 3. Hydro Conduit 4. Concrete Products, Inc. 5. Del Zotto Products of Texas, Inc. 6. The Turner Company METER BOX SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 5/8 to 3/4 City Specifications 1. Brooks 36 Series Concrete Cover with CI Flip for 36 Concrete Box Series Box, Old Castle Part # to 2 2. Brooks 65 Series Concrete Cover with CI Flip for 65 Concrete Box Series Box, Old Castle Part # METER LOOPS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3/4 to 1 City 1. Ford None Specifications 2. Mueller METER RESETERS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3/4 to 2 City 1. Ford None Specifications 2. Mueller 1 1/2 to 2 3. MacDonald METER, WATER SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3/4 to 2 City 1. Badger All meters must have ITRON Specifications 2. Hersey Composite TERW , 100W remote read radios installed (6/24/2014)

105 METER, WATER COMBINATION FIRE/DOMESTIC 3 to Mueller FM3/PD All meters must have ITRON 2.Badger TERW , 100W remote 3.Sensus OMNI Fireline (F 2 ) read radios installed. All nuts and bolts to be stainless steel. METER, WATER DOMESTIC 3 to Mueller MVR All meters must have ITRON 2. Mueller Horizon TERW , 100W remote 3. Sensus OMNI C 2 read radios installed. All nuts and 4. Sensus OMNI T 2 bolts to be stainless steel. PIPE, WASTEWATER SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 16" SDR-26 PVC, 1. JM Eagle Green in color ASTM D2241, 2. Vinyl Tech Class 160 PVC 3. Certainteed 4. Cresline(4-8 ) 5. Diamond(4-12 ) 6. NAPCO 7. PipeLife Jet Stream 8. Royal Pipe 4" to 15" SDR-35 PVC, 8. JM Eagle Green in color ASTM D3034, 9. Vinyl Tech 10. NAPCO 11. Diamond 12. Cresline(4-12 ) 13. Pipelife Jet Stream 14. Roayal Pipe 4 to 48 AWWA C111, C ACIPCO Ductile Iron Pipe only allowed with & C151 written approval. PolybondPlus interior lining. 18" to 48 ASTM D1784, 15. JM Eagle Perma-Loc Green in color D2412, F679, 16. NAPCO 17. Diamond Plastics 18. Vinyl Tech(18-24 ) 19. PipeLife Jet Stream 12 to 96 SN46, SN72, 20. Hobas Pipe USA, Inc. None ASTM D3262, D4161 & D2412 PIPE, WASTEWATER (LINER) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 6" to 24" ASTM F1216, 1. Insituform None ASTM F1504, F Miller Pipeline Ex Fold And Form pipe (6/24/2014)

106 3. Source One Environmental 4. Perma-Liner PIPE SPACERS (ENCASED PIPELINES) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" and City 1. Recon Pipe Corp. 1. For PVC pipe only larger Specifications raci 2. Cascade Waterworks Mfg.Co. Style CCS, all stainless steel 3. Advance Products & Systems Model SSI, stainless steel 4. Advance Products & Systems 4. For PVC pipe only Model CI, Polyethylene 5. Pipeline Seal & Insulator, Inc. S8G-2, stainless steel 6. BWM Company Model SS PIPE, WATER SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 12" AWWA C900 PVC 1. JM Eagle Blue in color Class 305 DR NAPCO Class 235 DR Diamond Plastics 4. Certainteed 5. Vinyl Tech 6. Plastic Trends 7. PipeLife Jet Stream 6" to 12" AWWA C909 PVC 8. JM Eagle Blue in color Class 235 Class to 24 AWWA C905 PVC 9. JM Eagle Blue in color Class 235 DR NAPCO 11. Diamond Plastics 12. Certainteed(16 only) 13. Vinyl Tech 14. Plastic Trends >12" AWWA C303 RCCP 15. Hanson None (pretensioned) >4" AWWA C151 DIP, 16. American DIP only allowed with written C111 & C US Pipe approval from City Engineer Class 150 to (6/24/2014)

107 PRESSURE TYPE VACUUM BREAKERS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 1/2 to 2 AWWA C510-89, 1. Conbraco None AWWA C to Wilkins 720A 3. Febco 765 3/4 4. Rainbird 075 3/4 to 1 5. Toro PVB 3/4 to 2 6. Watts Rainbird /4 8. Rainbird PVB 1 1/2 9. Rainbird PVB Febco 775 (10) Air Inlet for use only with 11. Rainbird PVB 200 approved double check valve assembly. 2 1/2 to Cla-Val Model 27 3/4 and Febco 745 REDUCED PRESSURE PRINCIPLE ASSEMBLIES SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 1/4 to 2 AWWA C Wilkins 975XL None AWWA C Conbraco /4 to 3 3. Watts 009 3/4 and 1 4. Conbraco A2 (Replaceable Seats) 5. Conbraco A2Z(U) 3/4 to 1 1/2 6. Cla-Val RP-2 3/4 to 2 7. Badger #1 8. Hersey Model FRP-2 9. Flomatic RPZ 3/4 to Watts Rainbird RPA Orion BRP 13. Febco 825Y (6/24/2014)

108 3/4 to Wilkins to Hersey 6C (15) Must be equipped with OS & Y shutoff valves if used on a fire 1 1/2 to Febco 825 sprinkler system (16.) Must be equipped with OS & Y 2 to Cla-Val RP-1 shutoff valves if used on a fire sprinkler system 2 1/2 to Ames 4000SS (17.) Must be equipped with OS & Y 19. Febco 880V shutoff valves if used on a fire 20. Hersey 6CM-Bronze sprinkler system 2 1/2 to Febco /2 to Conbraco A-C (22.) Must be equipped with OS & Y 23. Hersey 6CM shutoff valve is used on a fire 24. Wilkins 975XL sprinkler system 3 to ITT Lawler RZ Febco to Mueller H9506 (27.) Must be equipped with OS & Y shutoff valve if used on a fire sprinkler system 6 to Rainbird RPA Watts Febco 825Y RESTRAINERS FOR CIP AND DIP SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4 to 12 ANSI B16.1, 1. UNIFLANGE None ASTM A536 Series 200 ANSI , 420, (cast and D.I.P) 3 to EBBA Iron Series to MJ Field Lok DI RESTRAINERS FOR PVC SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3 to 24 UNI-B-13, 1. Megalug (EBBA Iron), None ASTM A Series 2000PV, 2000PEC, 2000SV 4 to MJ Field Lok PV (6/24/2014)

109 4 to 24 ANSI B16.1, Uniflange 1500C RETAINER GLANDS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4 to 12 City 1. Tyler/Union None Specifications SERVICE SADDLES ALL STAINLESS BAND TYPE SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 12" City 1. Smith-Blair None Specifications 2. JCM 103 SERVICE SADDLES, DOUBLE STRAP SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 6" > O.D. AWWA C Smith-Blair Nylon coating with >3/4" tap ASTM B Romac stainless straps or all size ASTM A Ford bronze, on all makes. City 4. JCM 406 Specifications 5. Mueller DR2S SERVICE SADDLES, SINGLE STRAP SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 2" to 4" O.D. AWWA C Smith-Blair None 1" tap ASTM B Ford ASTM A James Jones Includes sizes 2" to 12" City J-996 Specifications 4. JCM 405 WASTEWATER CLEANOUTS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4 residential ASTM F Stan Roberts CIG-1504 None ASTM 3212 Stan Roberts ATL-404 ASTM D Bass & Hays No (6/24/2014)

110 WASTEWATER DEGREASER SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED N/A City 1. Citrosolv - Oxford None Specifications Chemical Co. 2. Explode - Viking Labs, Inc. 3. Grease-B-Gone - State Chemical Mfg. Co. 4. Citra Solve W K&L Supply 5. Citro-Solv. V&D Supply 6. Formula P-88 Selig 7. Citra Solve K&L Supply WASTEWATER DEODORANT SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED N/A City 1. Citrusan None Specifications 2. Zep-O-Ban 3. Cherry Memories K&L Supply 4. Dubois Lake Charge Dubois 5. Selg-Lemon Breez Selig 6. Sewer Sweet Allen s Specialty Shop 7. HB 140 Banish Cherry H&B Industries WASTEWATER DIGESTER SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED N/A City 1. Sanfax 222 None Specifications 2. Red Hot K&L Supply 3. Seer Blaster Allen s Specialty Shop 4. Sewer Cleaner V&D Supply 5. Rout-R-Out Last Group Ent. WASTEWATER LATERAL CONNECTION AND LINING (TRENCHLESS) SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED N/A ASTM F-1216 LMK Technologies None BLD Services Service Connection Seal + Lateral None (6/24/2014)

111 WASTEWATER ROOT CONTROL CHEMICALS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED N/A City 1. Root X None Specifications SLEEVES, TAPPING SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 12" AWWA C110 & 1. Mueller all stainless None City 2. Romac-SST all stainless Specifications 3. Ford-Fast all stainless 4. JCM 432 all stainless 5. Smith-Blair all stainless 6. Tyler/Union > 12" 7. Requires Tapping sleeves & valves special larger than 12" require approval special approval on a case by case basis. VALVE, GATE RESILIENT SEAT SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 12" AWWA C509, 1. Mueller A-2360 None C515, C550 & City 2. Clow 2640 Specifications 3. American Flow AFC Series Kenedy Ken-seal II 5. M & H 6. U.S. Pipe Metroseal 7. Stockham Resilient (7.) On all models shown Stem Wedge 6-700,701 changed to high strength. 702,703,704-OZ 14 to American Flow Series 2500 (8.) FlexRing approved if Ductile Iron pipe is approved. VALVES, AIR RELEASE SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 1" to 16" AWWA C512 & 1. APCO Per Project Specifications Project Specs. 2. Crispin 3. Val-Matic (6/24/2014)

112 VALVES, BRASS WHEEL OPERATED GATE SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 1-1/2" to 2" City 1. Matco Norca None Specifications 2. Watts VALVES, BUTTERFLY SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 12" to 48" AWWA C504, C Mueller Internal epoxy coating & City 2. M & H (extra cost on all Specifications 3. Kennedy makes.) 4. Pratt-Groundhog 5. Val-Matic (5.) Only for above ground and vault installation with changeable seats. 24 to 48 AWWA C Crispin K-Flo Series 47 (6.) Only for above ground and vault. & City Specs installation with changeable seats VALVES, CHECK & DETECTOR CHECK SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 12" AWWA & City 1. Mueller None Specifications 2. American Darling 3. Kennedy (5a) Steel check valves 4. Hersey must be epoxy 5. Ames coated. VALVES, CHECK BRASS SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 3/4" to 2" ASTM CDA 1. NIBCO None VALVES, CONTROL SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 4" to 30 Project 1. Ross Per Project Specifications Specifications 2. CLA-VAL 3. Golden- Anderson 4. APCO 5. Muesco 6. Singer (6/24/2014)

113 VALVES, DOUBLE CHECK VALVE ASSEMBLIES SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 1/2 to 2 1/2 AWWA C510-89, 1. Conbraco AWWA C to /4 2. ITT Lawler DC-3 3/4 to 1 3. Watts 007MIQT 4. Febco 805YR 3/4 to 1 1/2 5. CLA-VAL D2 3/4 to 2 6. Rain Bird DCA-075 to Flomatic DCV 8. Conbraco A2T to A2T 9. Wilkins 550 & 950XL 10. Hersey FDC 3/4 to Watts 007 & 009 3/4 to Orion BDC 3/4 to Febco 805 & 805Y 13.) 805 Must be equipped with 14. Watts 709 OS&Y shut off valves if used on a 15. Wilkins 950 fire sprinkler system. 14.) Must be equipped with OS&Y shut off valves if used on a fire sprinkler system. 1 to Cla-Val D 16.) Must be equipped with OS&Y shut-off valves if used on a fire 1 1/4 to Buckner to sprinkler system. 2 to Hersey F-72 2 to Hersey #1 2 1/2 to Ames 2000-SS-DCA 20.) Must be equipped with OS&Y shut-off valves if used on a fire sprinkler system. 2 1/2 to Febco 805YD 3 to Wilkins ) Must be equipped with OS&Y shut-off valves if used on a fire 3 to Rain Bird DCA sprinkler system. 3 to Conbraco A-C 24.) Must be equipped with OS&Y 25. Hersey #2 shut-off valves if used on a fire sprinkler system. 4 to Febco 850, Hersey E-1 4 to Kennedy B (6/24/2014)

114 4 to Ames 2000-DCA 29.) Must be equipped with OS&Y 30. Viking A-1 shut off valves if used on a fire 31. Kennedy B-2 sprinkler system. 32. Mueller H ) Must be equipped with OS&Y shut off valves if used on a fire sprinkler system. VALVES, DOUBLE CHECK VALVES DETECTOR ASSEMBLIES SIZE REFERENCE SPECS MAKES APPROVED MODIFICATIONS REQUIRED 2 1/2 to 6 AWWA C510-89, 1. Ames 3000-SS-DCDA AWWA C Apollo DCDA 4SG /2 to Wilkins 950DA 4. Watts 757DCDA 3 5. Watts 007DCDA 3 to Watts 709DCDA 7. Hersey DDC-II 8. Febco 806, 806YD 4 9. Conbraco 40-60A-03 4 to Febco to Febco to Cla-Val Model Ames 3000-DCDA Conbraco 40-60C Conbraco 40-60E Conbraco 40-60G-03 For the purpose of these Specifications, the term lead free means- A. Not containing more than 0.2 percent lead when used with respect to solder and flux; and B. Not more than a weighted average of 0.25 percent lead when used with respect to the wetted surfaces of pipes, pipe fittings, plumbing fittings, and fixtures. The weighted average lead content of a pipe, pipe fitting, plumbing fitting, or fixture shall be calculated by using the following formula: For each wetted component, the percentage of lead in the component shall be multiplied by the ratio of the wetted surface area of that component to the total wetted surface area of the entire product to arrive at the weighted percentage of lead of the component. The weighted percentage of lead of each wetted component shall be added together, and the sum of these weighted percentages shall constitute the weighted average lead content of the product. The lead content of the material used to produce wetted components shall be used to determine compliance. For lead content of materials that are provided as a range, the maximum content of the range shall be used. END OF SECTION (6/24/2014)

115 SECTION SUMMARY OF WORK PART 1 - GENERAL 1.1. DESCRIPTION The work to be performed under this contract consists of furnishing all concrete, steel, appurtenances, tools, equipment, labor and incidentals necessary to install complete in place approximately two thousand eight hundred (2,800) linear feet of eight-inch polyvinyl chloride water pipe, two thousand six hundred (2,600) linear feet of 8 polyvinyl chloride wastewater pipe, and two thousand one hundred (2,100) linear feet of 10 polyvinyl chloride wastewater pipe, together with all associated appurtenances to complete this project at the following locations in the City of Irving: 1.) West Pioneer Road Grauwyler Road to Luke Street North. 2.) Sunnybrook Drive Grauwyler Road to Jody Lane 3.) Jody Lane Entire Street The Engineer shall have the authority to specify the sequence of work to be performed for all work specified within the scope of the project. The Contractor shall provide and maintain access at all times for all business locations during the construction as a non-pay item. The City of Irving shall not reimburse the Contractor for any water used to perform the work as required in this contract. The Contractor shall review and understand the requirements for solid waste disposal (Section 01516) in the City of Irving JOB CONDITIONS A. PROJECT LIMITS 1. The Contractor shall confine his operations to the limits of the right-of-way and easements furnished by the City of Irving. 2. The Contractor shall use extreme caution when working adjacent to the yards of property owners so as to minimize the inconvenience to the public caused by the work herein. 3. When the Contractor is in doubt of the right-of-way or alignment, the Contractor shall request and follow the directions of the Engineer

116 4. Any property corner or right-of-way marker removed or destroyed shall be replaced at the Contractor's expense. B. EXPLOSIVES The use of explosives will not be permitted on this project. C. PROPERTY PRESERVATION The Contractor shall be responsible for the preservation and protection of all trees, shrubs, sprinkler systems, fences, mail boxes, and other property owner improvements located within the limits of construction. The destruction or damage of said property owner improvements by the Contractor designated for preservation shall be replaced or repaired at the Contractor's expense. D. TRAFFIC CONTROL The Contractor shall route traffic and barricade all roads as required by the City of Irving Traffic and Transportation Department. The information concerning the traffic control requirement can be obtained from the Engineer prior the bid opening. All barricades, signs and traffic control devices required for the project shall be a nonpay item REFERENCE SPECIFICATIONS References to TXDOT Items or TXDOT Special Specifications shall be understood as referring to the Texas Department of Transportation 2004 Standard Specifications for the Construction and Maintenance of Highways, Streets and Bridges, as adopted by the Texas Department of Transportation on June 1, END OF SECTION

117 SECTION COORDINATION PART 1 - GENERAL A. All known utility adjustments will have been made except for those specified in this contract, but in the event that any additional work is necessary, the Contractor shall cooperate with the utility companies in the satisfactory completion of their work. END OF SECTION /91

118 SECTION GRADES, LINES AND LEVELS PART 1 - GENERAL 1.1. DESCRIPTION 1. The work as specified in this section includes compliance with alignments indicated on the Drawings. 2. The City will provide basic horizontal and vertical control for construction projects. A. Basic vertical control is defined by the provision of at least 2 bench marks in the immediate area of the project. Bench marks may be per GPS control set for the project. B. Basic horizontal control is defined as the provision of at least 3 co-ordinate control points in the immediate area of the project. Coordinate control points may be in the form of Baseline control points or centerline control points. Horizontal control may be per GPS control set for the project. C. Where it is applicable and feasible, co-ordinate control will be provided at centerline P.I. s, beginning and ending of construction, and cross-street centerline intersection points for street paving construction. Additional points may be available for the contractor s surveyor to utilize. All control for the project will be made available to the Contracotr in digital ASCII coordinate format upon request. 3. The Contractor shall be responsible for layout and control of all grades, lines and levels except as stated above. The Contractor shall be responsible for the layout and setting of form lines and grades, layout and setting of joint lines, layout and setting of embedded items and all staking except as stated in above. Construction staking done by the contractor must be done by a RPLS. 4. The Contractor shall safeguard all points, grade marks and bench marks established on the work; shall bear the cost of reestablishing same if disturbed; and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain and protect such established points and marks. 5. The Contractor shall give the City of Irving 5 working days minimum notice of the time and place where staking services are required. END OF SECTION /08/2010

119 SECTION CONTINGENCY PART 1 - GENERAL 1.1. DESCRIPTION A contingency bid item is established in the Bid Proposal as a Lump Sum bid item with a given dollar amount inserted by the Engineer. This item is solely established to provide extra money in the contract for extra work and change order items that arise during construction. No payment on any estimate will be made for this specific bid item. City of Irving s standard form is attached and shall be used for relevant items /17/2014

120 CONTINGENCY ALLOWANCE AUTHORIZATION CAA No: Project: Contractor: Item Item Unit Non- No Description Qty. Unit Price Additions Performance $ - $ - $ - $ - Total $ - $ - Net Total $ - Existing Contingency Balance $ - New Contingency Balance $ - Number of Calendar Days in Existing Contract Note: Number of Additional Calendar Days Total Number of Calendar Days 0 Authorized by Owner: Accepted by Contractor: Architect/Engineer: (if applicable) By: By: By: Date: Date: Date: Name: Name: Name: City of Irving 825 W. Irving Blvd. Irving, TX (972) /17/2014

121 END OF SECTION /17/2014

122 SECTION PROGRESS REPORT PART 1 - GENERAL 1.1. DESCRIPTION The Contractor shall prepare a progress and a schedule bar chart based upon date of notice to proceed. This chart shall list the major items in sequence of construction and their estimated times of completion. An updated chart shall be submitted each month SUBMITTAL A preliminary schedule chart shall be submitted at or before the pre-construction conference. The Contractor shall submit an updated progress and schedule bar chart each month prior to the scheduled date that the City processes the Contractor s monthly estimate for the duration of the contract. END OF SECTION /28/98

123 PART 1 - GENERAL 1.1. DESCRIPTION SECTION STOCKPILING OF CONSTRUCTION MATERIALS The Contractor shall utilize the existing right-of-way or easements to stockpile equipment and materials for the construction of the project. If additional space is required outside of the provided right-of-way or easements, the contractor shall obtain the permission of the property owner. The Contractor shall have the property owner fill out a Temporary Stockpile of Construction Materials and Access on Private Property form, and this form shall be turned in to the Department of Public Works and Transportation prior to the contractor being allowed to stockpile equipment or materials on any property outside of the provided right-of-way and easements including City of Irving owned property MEASUREMENT AND PAYMENT No measurement or payment will be made for this item EXECUTION The contractor will restore the property used to stockpile material and/or equipment to a condition that is equal or better than what it was prior to construction unless otherwise agreed upon by the property owner. Any material left on the private property must meet all of the City of Irving s current ordinances and comply with any federal and state requirements /25/2011

124 Date: Mr. Wayne E. Lee, P.E. City Engineer City of Irving 825 West Irving Blvd. Irving, Texas Re: Temporary Stockpile of Construction Materials and Access on Private Property Dear Mr. Lee: This letter is to certify that I, the undersigned, am the property owner ( Owner ) of the subject property ( Subject Property ) located at the address indicated below. Please be notified that I, as the Owner, have voluntarily entered into an agreement with ( Contractor ), or his subcontractor(s), to temporarily deposit construction materials and access the Subject Property for the Project known as, ( Project ) on the Subject Property. I understand that the Contractor is to restore my property to an equal or better condition than what it was prior to construction unless agree upon otherwise. I understand and acknowledge that the agreement is a private agreement solely between the Contractor and myself and that the City of Irving ( City ) is not responsible for any damages or injuries resulting from performance of this agreement and that the City will not be held liable for any claims or actions arising from this agreement. I, as the Owner, agree to completely and wholly indemnify and hold harmless the City, its officers, agents, and employees, for any and all claims, damages, harm, injury, death, lawsuits and judgements, including attorney s fees, court costs, and other expenses resulting from the temporary storage of construction materials on the Subject Property or other performance of the agreement. I, as the Owner, am fully responsible for any permanent earth filling operations on the Subject Property and understand that filling in areas designated as floodplain, public right-of-way, or any other U.S. Army Corps of Engineers / F.E.M.A. restricted fill areas (i.e. wetlands, flowage easements, floodway, etc.) is not allowed without prior permission being obtained from the proper authorities. I also understand that I must comply with the City s Zoning Ordinance #1144 (i.e. landscaping, tree preservation & land use) and the City s Subdivision Ordinance (Chapter 35 of the Code of Ordinances). I also understand that I must comply with the City s Erosion Control requirements of the Code of Civil and Criminal Ordinances, Chapter 41 (Water and Sewer Systems), Article X (Municipal Storm Water Drainage Regulations and Acts adversely affecting water quality). Owner s Signature: Owner s Printed Name: Owner s Street Address: City: State Zip Owner s Phone Number ( ) ****************************************************************************** Subject Property Address: (No. & Street) Irving, Texas Zip Code /25/2011

125 SECTION TEMPORARY WATER PART 1 - GENERAL 1.1. DESCRIPTION The Contractor shall be required to furnish a water meter for metering all water used on this project. The Contractor shall pay for all water used on this project directly to the City of Irving Water Department when the job is completed and before final acceptance by the Engineering Department. During Irving stage 3 or 4 water restrictions, the contractor may not be allowed to obtain water from fire hydrants along the project, but rather be directed to obtain water from specified locations within the City of Irving. Permit will be required to use City of Irving water during stage 2-4 water restrictions and is attached /18/13

126 Water Utilities Special Permit For Stages 2, 3 or 4 Drought Restrictions You have requested the use of City of Irving water for construction purposes. In an effort to ensure that the city s water supply is being used in the most effective and appropriate manner possible during stage 2-4 drought restrictions, city staff will review your request to use water for construction purposes and determine if that use will be allowed. Please complete the following questionnaire and submit to Water Utilities personnel at City Hall (825 W. Irving Blvd.) in Customer Service or at the main reception desk at the Valley View Municipal Complex (333 Valley View Lane). Your request will be reviewed and granted or denied. If the special permit is granted, specific restrictions may be applied. The city reserves the right to review all special permits and revise or revoke such permits at any time to ensure that public health, safety and welfare is given top priority. Business/Customer Name: Authorized Representative: Water Account Number: Billing Address: Construction Site Address: Construction Dates: Begin on & End on or about Specific Uses of Water at Construction Site: 1) 2) 3) 4) 5) 6) 7) Please include additional uses of water on the back of this form. Request Permitted Request Denied Todd Reck or Authorized Representative Water Utilities Director Date /18/13

127 END OF SECTION /18/13

128 SECTION TEMPORARY WATER PART 1 - GENERAL 1.1. DESCRIPTION The Contractor shall be required to furnish a water meter for metering all water used on this project. The Contractor shall pay for all water used on this project directly to the City of Irving Water Department when the job is completed and before final acceptance by the Engineering Department. During Irving stage 3 or 4 water restrictions, the contractor may not be allowed to obtain water from fire hydrants along the project, but rather be directed to obtain water from specified locations within the City of Irving. Permit will be required to use City of Irving water during stage 2-4 water restrictions and is attached /18/13

129 Water Utilities Special Permit For Stages 2, 3 or 4 Drought Restrictions You have requested the use of City of Irving water for construction purposes. In an effort to ensure that the city s water supply is being used in the most effective and appropriate manner possible during stage 2-4 drought restrictions, city staff will review your request to use water for construction purposes and determine if that use will be allowed. Please complete the following questionnaire and submit to Water Utilities personnel at City Hall (825 W. Irving Blvd.) in Customer Service or at the main reception desk at the Valley View Municipal Complex (333 Valley View Lane). Your request will be reviewed and granted or denied. If the special permit is granted, specific restrictions may be applied. The city reserves the right to review all special permits and revise or revoke such permits at any time to ensure that public health, safety and welfare is given top priority. Business/Customer Name: Authorized Representative: Water Account Number: Billing Address: Construction Site Address: Construction Dates: Begin on & End on or about Specific Uses of Water at Construction Site: 1) 2) 3) 4) 5) 6) 7) Please include additional uses of water on the back of this form. Request Permitted Request Denied Todd Reck or Authorized Representative Water Utilities Director Date /18/13

130 END OF SECTION /18/13

131 SECTION SOLID WASTE DISPOSAL PART 1 - GENERAL 1.1. DESCRIPTION The Contractor shall dispose of all refuse at a Texas Commision on Environmental Quality (TCEQ) approved landfill, other than the City of Irving landfill. A list of all landfills having a TCEQ permit is available at the Arlington Office of TCEQ. The North Central Texas Council of Governments (NCTCOG) has prepared, for sale, a list of all landfills in the NCTCOG region. The D/FW landfill is listed in the telephone book "yellow pages". Alternately, the Contractor may arrange with a Commercial waste firm to simply supply a roll-off bin for disposal purposes. Several private regional landfills are available in the NCTCOG area. The contractor shall determine which method best fits the project requirements. END OF SECTION /19/2005

132 SECTION WASTEWATER OVERFLOWS/SPILLS PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes any wastewater overflows or spills that occur in streets, on the ground, near a creek, or within the trench MEASUREMENT AND PAYMENT If a wastewater overflow or spill occurs due to the direct result of the Contractor s construction no separate payment will be made for any items of work, materials, parts, equipment, supplies, or related items required to perform and complete the requirements of this section. PART 2 - EXECUTION 3.1. GENERAL If a wastewater overflow or spill occurs during the replacement of an existing wastewater main or if a wastewater overflow or spill occurs from an existing wastewater main that is disturbed during other construction, the Contractor shall immediately notify the Water Utilities Department at (972) The Contractor shall take whatever steps he deems necessary or as instructed by the Engineer to contain or re-route the spill or overflow until Water Utilities has investigated the spill or overflow. If the spill or overflow has occurred due to the Contractor s construction, he shall be responsible to take the steps necessary to remedy the incident as instructed by Water Utilities or as directed by the Engineer. END OF SECTION /13/2012

133 SECTION BARRICADES PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes such signs, flagmen, flares, torches, or light as deemed necessary for public safety MEASUREMENT AND PAYMENT All barricades, signs and traffic control devices required for the project shall be paid for as a lump sum item. This item will be paid out as a percentage of completion of the project RELATED WORK DESCRIBED ELSEWHERE FLAGMAN SECTION PART 2 - PRODUCTS 2.1. MATERIALS A. All signs and barricades shall be constructed, painted and maintained in accordance with the applicable requirements on pages BC-1 through BC-12 and the Texas Manual on Uniform Traffic Control Devices. B. The Contractor shall contact the Engineer to coordinate all signs and barricades and will be required to provide standard barricades, markers, beacons, warning signs, etc., as listed below: DESIGNATION TYPE "Observe Warning Signs" R20-3 "Road Work Ahead CW20-1D "Right Lane Closed Ahead CW20-5 "Barricade (w/flasher) Type III "Barricade (w/flasher) Type I Cones (18" min. ht.) None Vertical Panels w/flashers (for Traffic Separation) None "End Road Work" G20-2a The Contractor shall provide and maintain such other signs as may be deemed necessary by the Engineer or the Traffic Division of the Public Works and Trasportation Department of the City of Irving. The Contractor shall also /13/2004

134 provide and maintain such other signs as may be deemed necessary by the Texas Department of Transportation (TXDOT) if the construction is within TXDOT right-of-way. PART 3 - EXECUTION 3.1. GENERAL The Contractor shall provide, construct, and maintain barricades and signs as shown on the plans or as directed by the Engineer. The Contractor shall provide Class "D" barricades on both sides of each street entering the project. The Contractor's particular attention is directed to the necessity of providing and maintaining a sufficient number of lights or flares at barricades and points of danger; for the protection of vehicular or pedestrian traffic. Lights and flares shall be placed in number and spacing as directed by the Engineer and shall be maintained between sunset and sunrise The Contractor shall provide in writing, names, addresses and emergency phone numbers to the Engineering Department The Contractor shall maintain a minimum of the barricades as indicated on the plans and place the barricades according to the phases of construction sheet in the plans according to the phasing of the project /13/2004

135

136

137

138

139

140

141

142

143

144

145

146

147 SECTION DUST CONTROL PART 1 - GENERAL 1.1. DESCRIPTION When directed by the Engineer, the Contractor shall sprinkle areas where dusty conditions create a nuisance or hazard within the limits of this project MEASUREMENT AND PAYMENT A. No separate measurement and payment will be made for sprinkling RELATED WORK DESCRIBED ELSEWHERE EROSION AND SEDIMENTATION CONTROL SECTION END OF SECTION /12/94

148 SECTION TREE PROTECTION PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes such fencing, signage, and mulch as deemed necessary to protect all trees within the construction area not designated for removal or as directed by the Engineer MEASUREMENT AND PAYMENT All signs, fencing, mulch, and any other items required by this specification shall be paid for as a lump sum item. This item will be paid out as a percentage of completion of the project RELATED WORK DESCRIBED ELSEWHERE PART 2 - PRODUCTS 2.1. MATERIALS A. All signs, fencing, and mulch shall be constructed and maintained in accordance with the applicable requirements in the Companion Publication to ANSI A300 Part 5, Managing Trees During Construction, released by the International Society of Arboriculture. B. Fencing should be sturdy and highly visible to discourage entrance and disturbance of the area within the TPZ (Tree Protection Zone). Fencing shall be made of chain-link, wire mesh, or wood and should meet or exceed local ordinances. C. When mulch is required, only organic mulch, such as wood chips, will be allowed. PART 3 - EXECUTION 3.1. GENERAL The Contractor shall provide, construct, and maintain fencing, signs, and mulch for all trees in the construction area not designated for removal or as directed by the Engineer. No parking or storing of equipment and/or materials is allowed /24/2011

149 within the TPZ. Fencing may be removed only to prepare the development site for final landscaping activities once major construction is complete FENCING AND TPZ DETERMINATION Continuous fencing is to be installed around the perimeter of the TPZ or at a minimum of 10 feet from the tree, whichever is greater. It shall be 4 to 6 feet tall and solidly anchored into the ground. DETERMINATION OF TPZ Distance from Trunk to TPZ Boundary in multiples of in feet per Relative tree age Trunk Dia. Inch of Trunk Dia. Young Mature Overmature SIGNAGE All sections of fencing shall be clearly marked with signs stating that the area is within a Tree Protection Zone and that no one is allowed to disturb this area. Signs should contain contact information for the contractor and clearly state any consequences that are associated with violations. Text on the signs should be in all languages commonly spoken on the site. See figure TRUNK PROTECTION When trees are so close to construction activities that the trunk or buttress roots may become mechanically damaged, those parts shall be protected by installing 2-inch thick wood planks, such as 2x4s or 2x6s, around the trunk on a closedcell foam pad. The planks shall be bound in place with straps or wire, no fasteners shall be allowed to be driven into the tree. See figure /24/2011

150 3.5. SOIL AND ROOT PROTECTION WITHIN TPZ If the Engineer determines that traffic cannot be kept outside of the TPZ for the entire duration of construction, actions shall be taken to disperse the vehicular load and protect the roots with one of the four options below. 1. Apply 6 to 12 inches of wood chip mulch to the area. 2. Lay ¾-inch thick plywood or 4x4 inch wood beams over a 4+ inch thick layer of wood chip mulch. 3. Apply 4 to 6 inches of gravel over a taut, staked geotextile fabric. 4. Place commercial logging or road mats on top a of a 4 to 6 inch thick wood chip mulch layer. Stone, geotextile, and mulch exceeding 4 inches thick shall be removed from the TPZ once the threat of soil and root damage has passed ROOT PRUNING Prior to mechanical excavation, any roots over I inch diameter outside the TPZ that would be severed by excavation shall be pruned and not torn or crushed. Exposed roots are to be pruned with loppers, hand saws, or small chain saws. The final root cuts shall result in a flat surface with the adjacent bark firmly attached. Tree wound treatments are to be applied to cut roots of Oak trees wihin 15 minutes. They are susceptible to the Oak Wilt disease fungus which is prevalent Feb 1 st through June 1 st. Exposed roots should be covered with soil as soon as possible. 3.7 BRANCH PRUNING Pruning cuts should be made just outside the branch collar. The cut should leave a smooth surface with no jagged edges or torn bark. If the trunk collar has grown out on a dead limb to be removed, make the cut just beyond the collar. If a large branch is to be removed it shall be done with three cuts. This is done by making an undercut about 12 to 18 inches from the limb s point of attachment. Make a second cut from the top, directly above or a few inches farther out on the limb. Last cut will remove the stub by cutting back to the branch collar. See figure /24/2011

151 3.8. BORING When construction plans call for boring under a tree, the bore hole shall not go directly beneath the trunk and shall be a minimum of 3 feet deep, preferably deeper. The following guidelines shall be used. See figure 4. MINIMUM DISTANCE REQUIREMENTS FOR BORING Minimum Offset Distance Minimum Length of Bore Tree Diameter from Trunk face hole (centered on trunk) Inches feet feet PART 4 FIGURES Figure 1. Example of TPZ signage /24/2011

152 Figure 2. Trunk Protection example Figure 3. Pruning techniques /24/2011

153 Figure 4. Boring example END OF SECTION /24/2011

154 SECTION FLAGMEN PART 1 - GENERAL 1.1. DESCRIPTION A. The Contractor shall provide and maintain flagmen at such points and for such periods of time as may be required to provide for the safety and convenience of public traffic and Contractor's personnel, and as directed by the Engineer QUALITY ASSURANCE A. Qualifications: Flagmen shall be English speaking, courteous, well informed, physically and mentally able effectually to perform their duties in safeguarding and directing traffic and protecting the work and shall be neatly attired and groomed at all times, when on duty MEASUREMENT AND PAYMENT No separate payment will be made for traffic control RELATED WORK DESCRIBED ELSEWHERE BARRICADES SECTION PART 2 - EXECUTION Flagmen, when directing traffic, shall use the standard flags and signals shown in the latest edition of the TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES", a publication of the Texas Department of Transportation. END OF SECTION /23/2008

155 SECTION IRRIGATION SYSTEMS PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes all labor, materials and equipment required for public or private irrigation system repairs and adjustments associated with construction of the project. The work also specified in this section includes all labor, materials, equipment, and water necessary to provide water to landscape that is adversely affected by disruptions created by damaged irrigation systems MEASUREMENT AND PAYMENT Repairs and adjustments made to irrigation systems shall be measured per linear foot of sprinkler main. Payment for the work performed and materials furnished will be made as a separate bid item in the bid proposal. No separate payment for minor laterals and sprinkler head repairs shall be made but shall be considered subsidiary to these specifications. PART 2 - EXECUTION 3.1. GENERAL The Contractor shall preserve all irrigation systems to the best of his ability. Any irrigation system that is damaged by the Contractor will be repaired by or under the direct supervision of a TCEQ licensed irrigator to equal or better condition prior to being damaged. Irrigation system repairs and adjustments due to grade cuts and fills as indicated on the plans shall also be the responsibility of the contractor and part of this specification. The Contractor shall take all necessary measures to ensure that no damage occurs to landscaping impacted by irrigation systems damaged associated with the project. Any landscaping damaged as a result of damage done to irrigation systems or the cutting of irrigation systems and depriving other areas of water, shall be the responsibility of the Contractor. The Contractor will be responsible for the supplying of temporary water so that damage to landscaping does not occur. The replacement of all material to equal or better condition, the supplying of all necessary temporary irrigation water, and the replacement of all landscaping due to improper execution of the above shall all be considered part of this specification. If it is unreasonable to replace landscaping to equal or better conditions prior to construction, replacement of landscaping shall be done to the Engineer s satisfaction. END OF SECTION

156 SECTION CLEAN-UP PART 1 - GENERAL 1.1. DESCRIPTION A. The Contractor shall perform such clean-up work as is deemed necessary by the Engineer. B. The work shall at all times, present a neat and orderly appearance, and all cleaning up shall be completed and all construction machinery and equipment, surplus materials, supplies and debris shall be removed from the street or rightof-way prior to acceptance of the final work by the Engineer. The Contractor shall be responsible for final clean-up, which may be necessitated by his operations on the right-of-way outside the limits of his work. C. The Contractor shall maintain all drainage structures within the project location. All drainage structures shall remain free and clear of debris, mud, etc. during construction and shall be thoroughly cleaned at the end of said construction. All disturbed drainage ditches, road side ditches or earthen channels shall be reshaped or graded to provide the necessary drainage to match originals contours. No pay item is provided for cleaning of drainage structures or restoration of same MEASUREMENT AND PAYMENT No pay item is provided for clean-up. If, in the opinion of the Engineer, the Contractor is not providing adequate clean-up, 10% of the total work performed may be withheld, for the purpose of clean-up. This is to assure the Owner that acceptable clean-up follows as soon as possible after the installation of said improvements. At the completion of clean-up, the 10% withheld for said purpose, will be released. The 10% retained for clean-up is in addition to the normal retainage for all items in the project. END OF SECTION /9/97

157 SECTION PROJECT SIGN PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes labor, materials, and equipment necessary to erect and maintain a project sign at locations indicated on the plans or directed by the Engineer MEASUREMENT AND PAYMENT Measurement and payment for project signs shall be per each installed. Payment will be for the installation and maintenance of any items of work, materials, equipment, supplies or related items required to perform and complete the requirements of this section. PART 2 - MATERIALS All paint used shall be rated for outdoor use. The frame for the sign shall be made with 2 x 4 s and the sign shall be made from 3/4 plywood. PART 3 - CONSTRUCTION The Contractor shall furnish, erect, and maintain, for the duration of the project, project signs at locations shown on the plans or as directed by the Engineer. The signs shall be built in accordance with the following details. Sign may be adapted to use sandbags if necessary or directed by the Engineer /21/2010

158 PROJECT SIGN DETAIL Board - 3/4 Marine Plywood Painted White Stripes - Paint Black or Black Vinyl Lettering - Paint Black or Black Vinyl, Arial Font Frame of 2 x 4 to be painted flat black *Name of Project to be entered as directed by Engineer END OF SECTION /21/2010

159 DIVISION 2 SITE WORK

160 SECTION EXISTING UTILITIES PART 1 - GENERAL 1.1. DESCRIPTION The City of Irving does not guarantee the utility lines to be in the exact location as shown on the plans. All underground utility locations as shown on the plans are approximate. In order to provide as much information as possible to the Contractor, the City or City s Engineer has endeavored to locate the existing utilities, through researching existing as-built plans, locates in the field, and, to various degrees, subsurface utility exploration (potholing), to the extent such recources are available, However, it is the ultimate responsibility of the Contractor to assure himself of the exact location of all existing facilities by using information supplied on the plans and in the specifications, by notifying the various utility companies before construction begins, obtaining on-site locates, and, when necessary, uncovering the existing utilities with proper procedure, care, and diligence so as to minimize any damage to existing facilities. All franchise utilities in conflict with new proposed City facilities and that are required by the City to be relocated are to be relocated by the utility company. The new locations of all utilities placed by the utility company are to be situated at a location so as to pose no conflict with the construction by the City Contractor. The City will endeavor to coordinate with the utility company and its agents to accomplish all of their relocation construction in a timely manner. The City will provide to the Contractor the information reflecting the location of all relocated utilities. However, ultimately it is the responsibility of the Contractor to use all resources available to him, those provided by the City, and all others, to assure himself of the location of all underground utilities. The determination of the location of all underground utilities is subsidiary to other items and will not be considered a pay item. No extra compensation of any kind will be made for failure of these lines to be located as shown. Where a utility main line or service line, not shown on the plans for the Contractor to protect, adjust or relocate, is affected by construction, the City of Irving or others will lower, raise, or relocate the line so as to permit installation of the proposed structure, as directed by the Engineer. Where the utility main line or service line is so situated such that the proposed structure must be lower, the Contractor shall have full responsibility for the protection of the existing line. Any water, gas, sanitary sewer, storm sewer, telecommunication, telephone, telegraph, television, or electric line broken or cut by the Contractor or any of his Sub-Contractors shall be replaced by the Contractor at his own expense and will not be paid for by the City of Irving. Repairs shall be made immediately with no /4/2009

161 other work performed until such break(s) or damage has been repaired and service restored. Where sanitary sewer services are replaced across trenches, the Contractor shall use cast iron soil pipe with a neoprene adaptor, of identical size, as manufactured by Can-Tex or equal to make the connection to V.C. pipe. When sanitary sewer services are replaced across a water line, Class 150 pressure pipe shall be used MEASUREMENT AND PAYMENT No separate measurement or payment shall be made for any items of work, materials, parts, equipment, supplies, labor, or related items to perform and complete the requirements of this section. The cost for all such items required shall be included in the bid item for which it is a part. 1.3 NATURAL GAS PIPELINES All underground utilities, especially natural gas pipelines, create a potential hazard if damaged. The City of Irving will use whatever legal means necessary to assure compliance by contractors with pipeline laws and regulations. Public law states: A person who engages in demolition, excavation, tunneling, or construction and who causes damage to a pipeline facility that may endanger life or cause bodily harm or damage to property may not fail to report the damage to the owner or operator of the facility; and if the damage results in the escape of any flammable, toxic, or corrosive gas or liquid, may not fail to promptly report to appropriate authorities by calling the 911 emergency telephone number. Texas Administrative Code (Title 16, Part 1, chp. 18, Rule 18.11) reads in part: 1. Each operator of an underground pipeline shall report to the (Railroad) Commission all damage to its pipelines cause by an excavator. 2. Each excavator that damages an underground pipeline shall notify the operator of the damage through the notification center immediately but not later than two hours following the damage incident. Should any emergency issues arise during construction, ATMOS Energy s emergency phone number is Additional safety tips are available from ATMOS Energy at END OF SECTION /4/2009

162 SECTION WASTEWATER MAINS PART 1 - GENERAL 1.1. DESCRIPTION The work performed under this section of the specifications shall consist of providing all materials, labor and equipment necessary to install new wastewater mains as shown on the plans, directed by the engineer, and specified herein MEASUREMENT AND PAYMENT Installation of wastewater mains shall be measured per linear foot of pipe separate from trenching, embedment and backfilling. Measurement will be made along the center line of the wastewater main as actually installed including fittings and no deductions will be made for manholes. Payment for wastewater mains shall be at the Total Unit Price as shown in the proposal for the specified size wastewater main, including all wyes connected to the main RELATED WORK ELSEWHERE TRENCHING, EMBEDMENT AND BACKFILLING SECTION WASTEWATER TESTING SECTION PART 2 - MATERIALS 2.1. POLYVINYL CHLORIDE (P.V.C.) WASTEWATER PIPE (4-15 ) Polyvinyl Chloride (P.V.C.) wastewater pipe shall conform to the requirements of A.S.T.M. D3034, be green in color, and have the dimensions as listed below for the specified size: Nominal Size (inch) PVC PIPE DIMENSIONS Average O.D. (inch) Minimum Wall Thickness (inch) SDR-35 (PS-46) Minimum Wall Thickness (inch) SDR-26 (PS-115) NOTE: Out-of-roundness tolerance shall not exceed 5% of the vertical height of the pipe /12/2013

163 Typical minimum pipe stiffness shall be 46 unless otherwise specified POLYVINYL CHLORIDE (P.V.C.) LARGE DIAMETER WASTEWATER PIPE (18-48 ) Polyvinyl Chloride (P.V.C.) large diameter wastewater pipe shall conform to the requirements of A.S.T.M. F679, be green in color, and have the dimensions as listed below for the specified size: Nominal Size (inch) PVC PIPE DIMENSIONS Average O.D. (inch) Minimum Wall Thickness (inch) SDR-35 (PS-46) Minimum Wall Thickness (inch) SDR-26 (PS-115) NOTE: Out-of-roundness tolerance shall not exceed 5% of the vertical height of the pipe. Typical minimum pipe stiffness shall be 46 unless otherwise specified LARGE DIAMETER CENTRIFUGALLY CAST FIBERGLASS MORTAR PIPE A. Large diameter centrifugally cast fiberglass mortar wastewater pipe for 12 and larger shall conform to the requirements of A.S.T.M. D3262, D4161 and D2412. Pipe Dimensions depend on the application such as depth of direct bury, jacking and tunneling, sliplining, etc. Typical direct bury installation shall have a minimum pipe stiffness of 46 unless otherwise specified. B. The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. C. The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. D. Sand used shall be minimum 98% silica with a maximum moisture content of 0.2% /12/2013

164 E. Resin additives, such as curing agents, pigments, dyes fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product LARGE DIAMETER FIBERGLASS REINFORCED PIPE A. Large diameter fiberglass reinforced pipe manufactured by a continuously advancing mandrel process for 12 and larger pipe shall conform to the requirements of ASTM D3262, D4161 and D2412. Pipe dimensions depend on the application such as depth of direct bury. Typical minimum pipe stiffness shall be 46 unless otherwise specified. B. The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. C. The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade ECR glass filaments with binder and sizing compatible with impregnating resins. D. The internal liner shall be a reinforced thermoset liner suitable for service in a wastewater pipe, and shall be highly resistant to exposure to sulfuric acid as produced by biological activity from hydrogen sulfide gases. Pipe shall meet or exceed requirements of ASTM D3681. E. Sand used shall be minimum 98% silica with a maximum moisture content of 0.2%. F. Resin additives, such as curing agents, pigments, dyes fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product JOINTS Joints for the wastewater system shall be sealed with a rubber ring gasket which the manufacturer shall warrant to be suitable for the proposed installation and shall be of a composition and texture which is resistant to common ingredients of sewage, industrial wastes including oils and ground water, and which will endure permanently under conditions likely to be imposed by this use. PART 3 - CONSTRUCTION 3.1. PIPE LAYING The pipe shall be laid to the lines and grades as shown on the plans beginning with the downstream end or as directed by the engineer. The pipe may be aligned by eye in the trench unless the pipe layer cannot maintain a straight uniform run to the satisfaction of the engineer, in which case a straight line will be required /12/2013

165 Tight fitting stoppers or bulkheads shall be securely placed in the ends of all pipe lines when the work is stopped temporarily, or at the end of the day's work, to prevent trash and dirt from entering the pipe. Fiberglass pipe shall be handled using slings, ropes or forklifts. Use of chains or cables shall not be allowed JOINTS In handling, laying, and jointing the pipe, extreme care shall be exercised to prevent damaging the rubber gaskets and the ends of the pipe joints. Just prior to jointing, an inspection shall be made to be certain that the pipe ends and gaskets are thoroughly clean with no foreign materials adhering to them. The bell or groove slopes of the preceding pipe shall then be coated with a lubricating material, such as flax soap or other approved lubricant. Petroleum lubricants or vegetable oils will not be permitted. The pipe shall then be assembled by pulling the tongue or spigot of the joint being laid into the groove or bell of the preceding pipe with sufficient force to make a tight seal on the gasket. Each joint, as it is laid, shall be checked from a guideline or laser. All joints shall be checked for proper closure. If any irregularity in the position of the gasket is detected at any point on the entire circumference of the pipe, the pipe shall be removed and the gasket examined for cuts. If the gasket is undamaged, it may be reused again, but both it and the joint must be relubricated. The pipe shall then be checked for proper position, line and grade WASTEWATER SERVICE CONNECTIONS Wastewater service connections to the new main shall be made with a manufactured 45 degree wye connection installed as the main is laid. The wye shall be installed with the opening point upgrade and to the side. The wye shall be supported in a concrete cradle using class "D" concrete. Inserta Tees will only be permitted with written permission of the Engineer MAINTENANCE All wastewater mains and structures shall be thoroughly cleaned and maintained in workable condition until final acceptance OTHER UTILITIES In the event lines of other utilities, pipeline companies, etc., are crossed, the contractor shall notify such parties in advance of construction and the contractor shall be responsible for avoiding any damage to such other lines. END OF SECTION /12/2013

166 SECTION WASTEWATER MANHOLES PART 1 - GENERAL 1.1. DESCRIPTION The work performed under this section of the specifications shall consist of providing all materials, labor, and equipment necessary to construct, complete in place, wastewater manholes as shown on the plans, directed by the engineer and specified herein MEASUREMENT AND PAYMENT Measurement and payment of standard wastewater manholes and standard drop connection manholes will be per each and paid for at the Total Unit Price as shown in the proposal for the specified size manhole. A standard wastewater manhole shall be defined as a manhole that measures eight feet or less from the lowest flowline of the manhole to the rim. Measurement and payment for depth in excess of the standard wastewater manhole shall be per vertical feet and paid for at the Total Unit Price as shown in the proposal RELATED WORK ELSEWHERE TRENCHING, EMBEDMENT AND BACKFILLING SECTION PAVEMENT REPAIR SECTION MANHOLE TESTING SECTION PART 2 - MATERIALS 2.1. MANHOLES Standard manholes shall be pre-cast concrete with Con mic Shield additive or a fiberglass manhole. Class A (3000 lb.) poured in place concerte manholes with cast iron frames and covers will require prior approval by engineer and will require Con mic Shield additive unless approved otherwise by City Engineer. The amount of Con mic Shield to be used shall be as recommended by the manufacturer of the antimicrobial additive. This amount shall be included in the total water content of the concrete mix design. The additive shall be added into the concrete mix water to insure even distribution of the additive throughout the concrete mixture. All manholes with the Con mic Shield additive shall also incorporate a Con mic Shield color identifier-indicator (Con mic Shield ID) applied to the interior /29/2014

167 of each piece and each piece shall be plainly stenciled with the name of the antimicrobial additive on the interior and exterior. Pre-cast concrete manholes shall be 48" in diameter with concentric cones, rubber gasket joints, and conform to ASTM C478. The pre-cast base sections shall be a base riser section and separate base slab FOUNDATIONS Foundations for the manholes shall be of Class "A" (3000 lb.) concrete. Pre-cast foundations shall be allowed with written approval from the Engineer. The foundations shall be included in the Total Unit Price bid for manholes DROP CONNECTION MANHOLES Drop connection manholes shall also include in the Total Bid Price, all necessary wyes, 8" P.V.C. wastewater pipe, frames and covers, concrete, bends, labor and accessories required to join and drop the entering wastewater into the manhole as shown on the plans CAST IRON FRAMES AND COVERS Manhole rings and covers shall be gray iron castings, boldly filleted at angles and the corners, and edges shall be sharp and perfect. The castings shall be true to pattern form in dimensions, free from cracks, sponginess, blowholes, burnt sand, or other pouring faults affecting their strength and shall be reasonably smooth. Runners, risers, fins, and other cast one pieces shall be removed from the surface. All areas will require a 400 pound manhole ring. In areas where water may easily enter the manhole (such as gutters) a watertight solid seal manhole frame and cover will be required. Manholes under asphalt paving or concrete with asphalt overlay paving shall have a 5 x5 concrete paved area around the frame & cover conforming to Specification PAVEMENT REPAIR. Concrete area around the frame & cover shall be 6 inches thick for asphalt paving and shall match thickness for asphalt overlaid concrete paving with a minimum thickness of 7. All manhole covers shall be equipped with pick bars not pick holes. All manholes will have the City of Irving Logo stamped on them as approved by the Engineer. PART 3 - CONSTRUCTION 3.1. MANHOLES Construction of manholes shall be performed according to the manufacturer's specifications and accepted construction methods. All new manholes are to be constructed to match the existing pavement or as directed by the engineer /29/2014

168 Joints for the reinforced concrete manhole base and riser sections, except grade rings, shall be assembled so that the manhole base, riser, and top will make a continuous and uniform manhole. Joint connections shall be sealed by means of a profile gasket, O-ring type joints not allowed DROP CONNECTION MANHOLES Drop connection manholes shall be constructed as shown on the plans and to the specified dimensions. All piping shall be assembled as per SECTION 02015: WASTEWATER MAINS in Class "A" (3000 lb.) concrete MANHOLE CONNECTIONS Manhole connections shall be made using manhole couplings or rubber ring water stops, as recommended by the pipe manufacturer. If portland cement is used, the grout should be of the type that expands rather than shrinks upon curing INVERTS Inverts may be formed directly in the concrete of the manhole base or it may be constructed by laying a full section of PVC wastewater pipe through the manhole and cutting out the top half after the concrete base has been poured and sufficiently set. All invert channels shall be smooth, accurately shaped, and in accordance with the plans, no sweeping inverts allowed. HDPE pipe shall not be part of the invert or bench BACKFILL All backfill around the completed manholes shall be in accordance with the applicable trench backfill detail or as directed by the engineer MAINTENANCE All wastewater structures shall be thoroughly cleaned and maintained in workable condition until final acceptance by the owner /29/2014

169 3.7. CON mic SHIELD VERIFICATION & TESTING A. The use of Con mic Shield in cast in place manholes will be required to follow same Testing as precast manholes to verify proper addition of the Con mic Shield additive. B. The precast producer or concrete plant shall retain two cured pieces of concrete from each batch made with Con mic Shield. The pieces must have a minimum dimension of 1 square inch but they need not be uniform. Pieces may be obtained from remnants of cylinder break tests. The specimens shall be placed in plastic baggies and clearly labeled with the date, batch number, pipe or manhole dimensions and specific project. C. One set of samples shall be retained by the precast producer or concrete plant and one set shall be sent to a testing laboratory. D. Specimens shall be tested by an independent bacteriological laboratory for the presence of Con mic Shield additive as needed or as specified by the engineer. E. Testing by an independent lab shall proceed as follows: 1. Specimens shall be conditioned in such a manner as to lower the ph to levels conducive to the promotion of the rapid growth of the indicator bacteria; 2. Specimens shall then be inoculated with measurable amounts of the indicator bacteria and incubated in a closed container at 25 Centigrade for 24 hours; 3. Inoculated specimens shall be swabbed and examined; 4. If any bacteria are living on the specimens at the end of the 24 hour period, the test is NEGATIVE for the presence of Con mic Shield ; if there are no living bacteria then the test is POSITIVE for the presence of Con mic Shield. F. The report shall be sent to the respective parties. END OF SECTION /29/2014

170 SECTION WASTEWATER SERVICES (RESIDENTIAL) PART 1 - GENERAL 1.1. DESCRIPTION The work to be performed under this section of the specifications shall consist of furnishing and installing new wastewater services with cleanouts, including all P.V.C. pipe, fittings, concrete cradles, connections to existing residential wastewater service laterals, and all incidental work required to complete the service installation as shown on the plans and as specified herein MEASUREMENT AND PAYMENT The installation of wastewater services shall be measured per each and shall be paid for at the Total Unit Price shown in the proposal for the applicable bid item being as follows: (1) Short Wastewater Service Connection With Cleanout (2) Long Wastewater Service Connection With Cleanout (3) Unimproved Alley Wastewater Service Connection With Cleanout The Total Bid Price for each wastewater service connection shall be full compensation for all materials, equipment, labor, and incidental work, including boring or jacking, excavation, embedment, and backfill, necessary to complete the work. The installation and payment for all wyes connected to the main shall be subsidiary to installation of wastewater mains. Wastewater service connections as completed for payment shall conform to the details as shown on the plans and in the specifications DEFINITIONS Wastewater Services shall be defined as follows: A. Short Service Connection - where the four (4) inch wastewater service lateral is to be extended from the connection at the new main to a designated point where the existing residential wastewater service lateral commences on the same side of the street as the new main. B. Long Service Connection - where the four (4) inch wastewater service lateral is to be installed under the existing pavement so that the service line can be extended from the connection at the new main to the opposite side of the street to a designated point where the existing residential wastewater service lateral commences /13/2012

171 C. Unimproved Alley Service Connection - where the four (4) inch wastewater service lateral is to be connected to a new main located in an unimproved alley RELATED WORK DESCRIBED ELSEWHERE TRENCHING, EMBEDMENT AND BACKFILLING SECTION PIPE BORING, JACKING AND TUNNELING SECTION WASTEWATER MAINS SECTION PART 2 - MATERIALS 2.1. POLYVINYL CHLORIDE (P.V.C.) WASTEWATER PIPE The wastewater pipe shall conform to Section "Wastewater Mains", Part 2.1. "Polyvinyl Chloride (P.V.C.) Wastewater Pipe" of the specifications JOINTS The pipe joints shall conform to Section "Wastewater Mains", Part 2.2. "Joints" of the specifications WASTEWATER SERVICE CONNECTIONS Wastewater service connections shall consists of a four (4) inch P.V.C. wastewater service lateral, required 22-1/2 degree P.V.C. bends and a service cleanout as shown on the plans or directed by the Engineer CLEANOUTS Cleanouts for short and long wastewater service connections shall consist of a standard manufactured 45 degree P.V.C. wye, a 22-1/2 degree P.V.C. bend, a four (4) inch P.V.C. cleanout stack, and a Stan Roberts CIG-1504 cleanout or approved equal as shown on plans or directed by the Engineer. Cleanouts for unimproved alley wastewater service connections shall consist of a standard manufactured 45 degree P.V.C. wye, a 22-1/2 degree P.V.C. bend, a four (4) inch P.V.C. cleanout stack, either a Stan Roberts ATL-404, Bass & Hays Casting No. 404, or approved equal with a minimum weight of 15 lbs. and a nonreinforced concrete slab (min lb. conc.) as shown on the plans or directed by the Engineer. Cleanouts in driveways shall consist of a standard manufactured 45 degree P.V.C. wye, a 22-1/2 degree P.V.C. bend, a four (4) inch P.V.C. cleanout stack, and either a Stan Roberts ATL-404 cleanout, Bass & Hays Casting No. 404, or approved equal as shown on plans or directed by the Engineer /13/2012

172 2.5. CONCRETE CRADLES Where called for on the plans or when ordered, concrete cradles of class "B" concrete shall be constructed for the full width of the trench bottom and as detailed on the plans. All materials and their proportions used in the construction of the concrete cradles shall conform to the requirements of Item 421, HYDRAULIC CEMENT CONCRETE class "B" concrete of the 2004 Standard Specifications for the Construction and Maintenance of Highways, Streets, and Bridges, as adopted by the Texas Department of Transportation on June 1, PART 3 - CONSTRUCTION 3.1. WASTEWATER SERVICE CONNECTIONS The Contractor shall be responsible for locating the existing wastewater service laterals. The connections to the existing wastewater service laterals shall be made only after each section of wastewater main between consecutive manholes has been tested and approved by the Engineer. The installation and connection of required 22-1/2 degree bends to the main line wye shall be accomplished as the existing lateral pipe is exposed during the excavation of the trench for the new wastewater main and shall be supported in a concrete cradle. The new four (4) inch service lateral shall be connected to and extended from the 22-1/2 degree bend at a 1.00% minimum grade to a designated location as shown on the plans or directed by the Engineer. The Contractor shall have the option of either boring under the existing sidewalk as described in Section "Pipe Boring, Jacking and Tunneling" of the specifications or excavating a side trench for the installation of the pipe. Where the wastewater service lateral is required to be installed under the existing pavement, the construction shall conform to Section "Pipe Boring, Jacking and Tunneling" of the specifications CLEANOUTS The service cleanouts shall be constructed at a designated location as shown on the plans or directed by the Engineer. The installation and connection of the 45 degree wye shall be accomplished by removing a section of existing wastewater lateral and replacing it with the wye, The wye shall be connected to the 22-1/2 degree bend located at the main or to the new wastewater service lateral. The wye shall be installed with the opening pointing upward and upgrade supported in a concrete cradle. The 22-1/2 degree bend connected to the wye shall be supported in a concrete cradle. The four (4) inch P.V.C. wastewater cleanout stack shall be connected to the 22-1/2 degree bend and extended to the existing ground elevation /13/2012

173 The service cleanouts for the short and long wastewater service connections shall have a four (4) inch P.V.C. screw-on cleanout lid installed at the existing ground elevation to cover the opening. A turf Irrigation Control Box or approved equal shall be installed over the screw-on cleanout lid as shown on the plans. The service cleanouts for the unimproved alley wastewater service connection shall have a Bass & Hays Casting No. 404 or approved equal connected to the wastewater cleanout stack at the existing ground elevation. It shall be supported by a non-reinforced concrete slab (min lb. conc.) as shown on the plans or directed by the Engineer PIPE LAYING AND JOINTING Pipe laying and jointing shall conform to Section "Wastewater Mains" Part 3.1. "Pipe Laying" and Part 3.2. "Joints" of these specifications. END OF SECTION /13/2012

174 SECTION WATER LINE RELOCATION PART 1 - GENERAL 1.1. DESCRIPTION The work performed under this section of the specifications shall consist of furnishing and installing all pipe, fittings and materials necessary to relocate such water lines which conflict with the grade and alignment of the proposed storm or wastewater. As shown on the plans and as specified herein MEASUREMENT AND PAYMENT Water line relocations shall include all quantity of materials installed: linear feet of pipe, linear feet of encasement, pounds of fittings and wet connections. Payment will be at the Total Unit Price as shown in the bid proposal for the applicable bid item. Concrete thrust blocking and all additional fittings necessary to complete the relocation shall be subsidiary to this specification RELATED WORK DESCRIBED ELSEWHERE TRENCHING, EMBEDMENT AND BACKFILLING SECTION CONCRETE THRUST BLOCKS SECTION CONCRETE ENCASEMENT SECTION WATER PIPE TESTS SECTION WATER PIPE AND FITTINGS SECTION PART 2 - MATERIALS All materials shall conform to the applicable section of these specifications. PART 3 - GENERAL 3.1. Work shall be performed as per details supplied in the construction plans. The Contractor shall complete all work in public streets in a reasonable period of time so as not to cause prolonged disruption of services or traffic. Scheduling of work will be at the Contractor's discretion to best utilize men, materials and time; such scheduling shall be coordinated with the Engineer. The Contractor shall also serve 24 hours notice to those residents whose service will be disrupted. END OF SECTION /13/2012

175 SECTION MANHOLE ABANDONMENT OR MANHOLE REMOVAL PART 1 - GENERAL 1.1. DESCRIPTION The work performed under this section of the specifications for manhole abandonment and backfill shall consist of removing the top cone section of each manhole to an elevation as shown on the plans, plugging the in and out inverts of the pipe, backfilling the remaining manhole with selected backfill, and pouring a watertight concrete cap over the top. For manhole removal it shall consist of removing the manhole, plugging the in and out inverts of the pipe, and backfilling the hole with select backfill. Removal of a manhole to facilitate installation of a new manhole will not require plugging of the inverts or backfilling MEASUREMENT AND PAYMENT Existing manhole abandonment and backfilling shall be measured per each, complete in place, including all materials, labor, equipment, and incidentals necessary to complete this item. The payment will be at the Total Unit Price as shown in the bid proposal for the applicable bid item. Existing manhole removal shall be measured per each, complete in place, including all materials, labor, equipment, and incidentals necessary to complete this item. The payment will be at the Total Unit Price as shown in the bid proposal for the applicable bid item RELATED ITEMS DESCRIBED ELSEWHERE TRENCHING, EMBEDMENT AND BACKFILLING SECTION PART 2 - MATERIALS 2.1. SELECTED BACKFILL The selected backfill for in and above the manhole shall be material from the trench excavation whose characteristics comply with the following requirements: 1) Plasticity Index range from ) Mechanically compacted in 6" to 8" lifts 3) Compacted to 90% of standard proctor density except where noted on the trench backfill details to be 95% standard proctor density. Plugs shall be of the type, size, and material as recommended by the pipe manufacturer for the size line indicated on the plans /2012

176 The concrete cap which will seal the manholes shall be 8" thick, 3000 lb. concrete, and watertight. PART 3 - CONSTRUCTION 3.1. Existing manhole abandonment shall take place after the new wastewater system has been completed, tested and approved by the engineer. 3.2 BACKFILLING After the riser of the manhole has been removed, the in and out inverts shall be plugged using the appropriate size plug. The manhole shall then be backfilled using selected materials as described in section (Part 2.1). The backfill material shall be compacted in 6" to 8" lifts to 90% standard proctor density to within 4" from the top of the manhole. No water jetting shall be permitted. The concrete cap will then be poured to a thickness of 8". While being poured, the concrete will be rodded around the sides of the manhole so all voids will be filled completely. After the concrete has cured, the remaining hole shall be filled with selected backfill material to the existing ground elevation. The backfill will be compacted as shown on the plans according to the appropriate trench backfill detail. No water jetting shall be permitted. END OF SECTION /2012

177 SECTION MANHOLE TESTING PART 1 - GENERAL 1.1. DESCRIPTION The work performed under this section shall include all work and materials required for water tight integrity testing of new and rehabilitated manholes. The Contractor shall be responsible for the furnishing of all labor, supervision, material, and equipment required for the completion of manhole testing in accordance with these specifications MEASUREMENT AND PAYMENT No separate measurement or payment will be associated with wastewater manhole testing. The cost of manhole testing shall be considered subsidiary to the bid item that it is a part. PART 2 - MATERIALS 2.1. GENERAL A. As approved by the Engineer. PART 3 - CONSTRUCTION 3.1. GENERAL A. Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. B. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. C. The test required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any rehabilitated manholes that are observed to be leaking shall be subject to additional repairs at the Contractors expense /13/12

178 3.2. INFILTRATION TESTING A. All rehabilitated manholes shall be vacuum tested by the Contractor in the presence of the Engineer for sources of infiltration. Testing will be made during high groundwater conditions, wherever possible. All testing shall be performed in the presence of the Engineer. B. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop-connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporally plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond dropconnections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer s recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test times. If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. TABLE I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1 Hg (10 Hg - 9 Hg) (MIN:SEC) HEIGHT OF M.H. (DEPTH IN FT.) 48 M.H. 60 M.H. 72 M.H :40 :50 1:00 22 :44 :55 1:06 24 :48 1:00 1:12 26 :52 1:05 1:18 28 :56 1:10 1: :00 1:15 1:30 ADDITIONAL 2 DEPTHS-ADD FOR EACH 2 :04 :05 : /13/12

179 C. Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9 inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs at no additional compensation. The manhole shall then be retested as described above until a successful test is made INFLOW TESTING A. All rehabilitated manholes shall be dye water tested. Manholes shall be dye water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. B. Manholes observed to be actively leaking will have failed the test and will not be acceptable. Manholes failing the test will require addition rehabilitation by the Contractor at no additional compensation. The manhole shall then be retested as described above until a successful test is made. END OF SECTION /13/12

180 SECTION CLEANING AND TELEVISION INSPECTION OF EXISTING WASTEWATER MAINS PART 1 GENERAL 1.1 DESCRIPTION The work to be performed under this section shall consist of providing all labor, material, equipment and incidentals necessary to cleaning and closed circuit television monitoring operations, providing inspection reports, and all associated work for the sizes and lengths of wastewater mains as designated by the Engineer and in accordance with the requirements of this specification. 1.2 MEASUREMENT & PAYMENT Cleaning of existing wastewater mains shall be measured per linear foot of pipe as measured from center of manhole to center of manhole. Payment for cleaning of existing wastewater mains shall be at the Total Unit Price as shown in the proposal for the specified size of wastewater main. Root cutting shall be measured per linear foot of pipe. Payment for root cutting shall be at the Total Unit Price as shown in the proposal for the specified size of wastewater main. Cutting of protruding taps or other obstructions in the wastewater main shall be measured and paid per each at the Total Unit Price as shown in the proposal. Television inspection of existing wastewater mains shall be measured per linear foot of pipe as measured from center of manhole to center of manhole. Payment for Television inspection of existing wastewater mains shall be at the Total Unit Price as shown in the proposal for the specified size of wastewater main. Inspection reversal shall be measured and paid per each at the Total Unit Price as shown in the proposal. A reversal is defined as any situation during the inspection that prevents the inspection camera from passing such as protruding service connections, off sets, severe roots, etc. Inspection of manholes shall be measured and paid per each at the Total Unit Price as shown in the proposal. PART 2 PRODUCTS 2.1 GENERAL The Contractor shall submit a list of all Contractors equipment that will be used on the job before commencement of work /26/2013

181 2.2 CLEANING EQUIPMENT A. The Contractor shall provide all equipment necessary for proper cleaning of the wastewater main in the sizes indicated prior to television inspection, if required. The cleaning equipment will be truck mounted combination water jet/vacuum unit(s) with a water jet minimum performance of 80 gallons per minute at 2,000 psi. The unit(s) will be equipped with a minimum of 800 of 1 internal diameter sewer cleaning hose with working pressure ratings to match the rating of the water pressure. Nozzles used in the cleaning process will accommodate the full flow rating of water jet and will be of proper choice for cleaning application, including rotating nozzle for grease removal. Vacuum system performance will be at least 4,000 CFM and 16 Hg vacuum pressure to ensure all debris can be efficiently removed from the sewer without a worker entering the manhole. B. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. C. All equipment, devices and tools required for this contract shall be owned (or leased) and operated by the Contractor. 2.3 TELEVISION EQUIPMENT A. The television camera used for the inspection shall be specifically designed and constructed for such inspection and shall provide a color picture with adjustable iris focus and using current stat-of-the-art technology. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe acceptable to the City of Irving and such that the video can be Pipe Assessment & Certification Program (PAACP) classified by a city employee. The camera shall be operative in 100 percent humidity conditions and shall have a minimum of 600 lines resolution. The camera will have pan and tilt capabilities that allow close up and right-angled inspections in order to clearly view defects and determine the condition of all laterals and cleanout connections. The camera will be equipped with at least 1,500 linear feet of video cable. A tractor drive will be available to transport the video camera for inspecting dead end wastewater mains and other situations where manhole access at both ends of the sewer may not be available. Footage distance measured by video system will be accurate within 1% and will be used to determine footages for reporting and payment. B. Video inspection and reporting software will be NASSCO approved software. The color video recording will be done on a new CD or DVD ROM and a paper report will also be provided that is generated by the video inspection software /26/2013

182 on which there shall be at a minimum the name of the street in the description section of the paper report. The video recording will include on-screen observation identifications that label continuous footages, defects, pipe diameter, direction of flow, direction of viewing, manhole and street reference locations. Video files must be formatted in mpeg, mpegii, or mpeg4 format. The written report will be a mirror image of all observations and information recorded. A computer, integrated with the video inspection equipment, will be used to eliminate errors from separate processes. Printed reports must have color true-to-scale drawings of all sewer defects and observation locations. These drawings will be computer generated with the use of the video inspection reporting system software. PART 3 EXECUTION 3.1 GENERAL The Engineer will provide maps or prints for wastewater mains to be cleaned and inspected. The Engineer and Contractor will establish a schedule and sequence of work that identifies the project itinerary that is mutually beneficial to both parties within the performance period. The Contractor will work in a continuous fashion once the project is started and reasonable allowances, as mutually agreed upon by both the Engineer and the Contractor, for weather and other occurrences outside of either party s control will be reason to deviate from the schedule and/or extend the performance period. 3.1 CLEANING OPERATION A. Existing flows shall not be interrupted for periods longer than one hour unless otherwise permitted by the Engineer. Sewage diverted during cleaning operations shall be returned to the wastewater system and not discharged into the streams or storm drain system. Cleaning of these wastewater mains may be by means of hydraulic high pressure jetting or other equipment as needed. B. Jet machines may be refilled from fire hydrants in a manner acceptable to the Owner. The Contractor is responsible for any adverse impact on the water distribution system resulting from his filling operations. A water meter and a backwater prevention valve is required on Contractor s equipment during filling operations. C. Cleaning shall be performed within 48 hours before closed circuit television inspection. D. Unless other methods are approved by the City of Irving, hydraulic cleaning shall be performed for all wastewater mains to be inspected /26/2013

183 E. Remove all sludge, dirt, sand, grease, roots, rocks, gravel and other material from the pipe during cleaning operations and collect and remove resulting debris from the downstream manhole of the sewer section being cleaned. Passing material from sewer to sewer section will not be permitted. An approved dam or weir shall be constructed as necessary in the downstream manhole in such manner that debris and solids will be trapped and retained. The sewer will be cleaned leaving no more debris than 5% of the pipe diameter. This does not include the removal of hard deposits such as minerals and cast iron scale. F. Multiple passes with the water jet will be made to flush the debris to the manhole where the jet/vac unit is positioned. Wastewater mains will be cleaned by introducing the water jet into the sewer line facing against the sewer flow and retrieving the water jet under pressure with the sewer flow. G. Trimming of protruding taps or other obstructions will only be done if they prevent the ability to inspect the entire line segment. H. A hand held control gun will be used to thoroughly clean manholes from grade level. I. A written report recording observation date will be included with the sewer cleaning project. The report will include the following information: Location, manhole number(city facility ID) from and to, type of sewer, size of sewer, length of sewer section cleaned, condition of sewer, and observation of type of debris noticed from manhole. The condition level will classify the severity of the observation noticed. A numbering system of 0 through 4 will be used with 0 being trace amounts of debris to 4 being severe amounts of debris. Each condition level will also be color-coded and each row entry will be colored accordingly to make the sewer cleaning report easy to read and interpret. A legend will also be included with the report that describes in detail examples of each level of classification. 3.2 DISPOSAL OF DEBRIS A. Under no circumstances shall sewage or solids be dumped onto the ground surface, street or into ditches, catch basins or storm drains. B. All solids or semisolids resulting from the operations shall be removed from the site by the Contractor unless authorized or directed otherwise by the City of Irving. Trucks hauling solids or semisolids from the site shall be watertight so that no leakage or spillage will occur. C. Disposal at a site approved by the City of Irving may be required, and if so, the Contractor will be advised. 3.3 INTERNAL TELEVISION INSPECTION /26/2013

184 A. The inspection shall be done one sewer section at a time. The section being inspected shall be isolated from the remainder of the sewer in a manner approved by the City. Such methods may include plugging all upstream flow, and/or by-passing the flow from the section. Plugs shall be secure to remain in place and operations conducted to prevent backflow into buildings. B. Video inspection shall be performed by a certified NASSCO Pipeline Assessment and Certification Program (PACP) trained operator. C. The camera shall be moved through the line in either direction at a uniformly slow rate (maximum 30 feet/minute), stopping at all defects to allow adequate evaluation by the City of Irving. In addition, the camera shall be stopped at each service connection and lateral. The rotating head shall be adjusted to adequately determine the condition of the pipe and whether the line is plugged or active. D. If progress of the television camera is impeded or stopped by roots or other debris, the camera shall be removed and the sewer line shall be re-cleaned at no additional cost to the City of Irving. After cleaning, the camera shall then be reinserted at the other manhole of the sewer reach and the television inspection resumed. E. When obstructions are encountered that cannot be removed in accordance with paragraph D above, the Contractor shall withdraw the equipment and report the obstruction to the Engineer before a repair is made and the remainder of the line inspected. All obstruction removals shall be authorized by the Engineer. F. Cost related to difficulties encountered during internal inspection will not be measured for payment nor constitute additional cost to the contract price, but will be considered as incidental to the contract. Cost for excavation to retrieve cleaning and internal inspection equipment shall be the responsibility of the Contractor. The City of Irving shall not be liable for any cost relative to retrieving the Contractor s equipment from the wastewater system. G. Telephones, portable radio, CB, walkie-talkies, or other electronic means of communication must be set up where voice or manual communication is not feasible. The Contractor shall provide facilities for the purpose of viewing the monitor while the inspection is in progress. H. The Contractor will perform a reversal and access the opposite manhole of the inspection segment and finish inspecting the remaining portion of the segment in the opposite direction anytime a reversal condition is encountered /26/2013

185 3.4 RECORD LOGS A. Measurement for location of defects in sewer main shall be at the ground level by means of a meter device. Marking on cable or the like which requires interpolation for depth of manhole will not be allowed. Measurement meters shall be accurate to 1%. A measurement target in front of the television camera shall be used as an exact measurement reference point, and the meter reading shall show this exact location of the measurement reference point. If a buried manhole is encountered during the internal TV inspection, the footage will be reset to zero and that segment shall be treated as a new line segment. The Engineer shall instruct the Contractor on the numbering procedure for this new manhole. B. The Contractor shall furnish all computer equipment, CDs or DVD ROMs for recording and equipment. In the course of inspection, all sewer sections will be videoed in their entirety. C. Audio reporting will be avoided to prevent inconsistent operator subjectivity. All observations will be chosen from a standard table of descriptions incorporated in the video reporting software. The same defect and observation description tables will be used on all future project reports. All observations and defects will be recorded in paper reports and video media. D. The Contractor will provide a printed legend of defect classifications that identifies a color-coded rating system for defect observations and their severity. The legend of defect classifications will be attached to each and every written report for easy evaluation. The severity of each defect or observation must be recorded and rated according to the legend of classification published by the Contractor. Upon the Engineer s request, the Contractor will provide statistical analysis reports generated by the reporting software. The reports will be a condensed summary of various levels of defects as requested by the Engineer. E. The video will be reviewed by the City of Irving for focus, lighting, clarity of view and technical quality. The Contractor shall maintain sharp focus, proper lighting and clear, distortion-free viewing during the camera operations. The Contractor shall maintain plugging and eliminate steam in the line for the duration of the inspection. Failure to maintain these conditions will result in rejection of the video by the City of Irving. Any sewer line whose video is not acceptable to the City of Irving will be re-televised at no expense to the City. F. All sags in line segments shall be documented and brought to the attention of the City Engineer. G. For each manhole inspected, one computer generated report sheet will be provided and attached in sequence with the pipeline video inspection report, including the following information recorded: identification number, date, name of city, street location, manhole type, depth from frame to invert, frame opening /26/2013

186 dimension, condition of lid, condition of lid frame, condition of neck, condition of duct, condition of invert, and whether or not infiltration is visible. A computer generated drawing will be on the same report sheet that illustrates the size and location of each pipe exit and entrance. A spreadsheet on the same report sheet will list all information included in the drawing and the direction of flow entering and exiting the manhole, and the type of all pipe and all pipe sizes that are connected to the manhole. H. The inspection report will also be recorded on a new CD or DVD ROM. The CD or DVD ROM will have read only software that will facilitate viewing and printing additional copy of the inspection report and digital photographs. The CD or DVD ROM will also include full digital video or video clips of all high-level defects that can be replayed on a computer. The CD or DVD ROM will be compatible with Microsoft Windows XP. All CD or DVD ROMs of the video inspection and report will be identified by computer generated labels and will include The City of Irving, date and the location of the sewer segment(s) SAFETY A. The Contractor will obey all OSHA regulations, with special attention to strictly adhering to Confined Space Entry standard CFR , in the event that any manholes or other potentially threatening confined spaces are entered by the Contractor s employees. The Contractor s employees will be 10 hour OSHA trained and certified. B. The Contractor will have a comprehensive written Safety Policy. All Contractors employees will be trained in accordance to the Contractor s Safety Policy. The Engineer may require the Contractor to submit their employee safety training and safety policy prior to the start of work. END OF SECTION /26/2013

187 SECTION WASTEWATER LINE ABANDONMENT PART 1 - GENERAL 1.1. DESCRIPTION The work performed under this section of the specifications shall consist of the furnishing of all necessary materials and personnel to accomplish the filling or injecting of sand or injection of grout or equal material into an existing wastewater line that is to be abandoned as shown on the plans, directed by the engineer, and specified herein MEASUREMENT AND PAYMENT Filling of the existing wastewater line to be abandoned shall be measured per linear foot of pipe and paid for at the Total Unit Price as shown in the proposal. All additional necessary operations such as providing additional access to assure complete filling or installation of plugs shall be considered subsidiary to that price. PART 2 - MATERIALS 2.1. FILL MATERIAL The fill material shall consist of a clear sand free of clays. As a substitute the fill material can consist of two (2) sacks of cement per cubic yard of sand or standard grout PLUGS The plugs on the ends of the wastewater line to be abandoned shall be substantial enough to assure no leakage and leeching of the fill material from the ends of the line. PART 3 - CONSTRUCTION 3.1. The existing wastewater line to be abandoned can be accessed either from existing manholes or from additional holes provided in the existing line. The wastewater line shall be totally filled, as much as possible with no voids remaining. No leakage at plugs shall be present. All additional holes for access shall be patched. END OF SECTION /12

188 SECTION MOBILIZATION PART 1 - GENERAL 1.1. DESCRIPTION The work under this section of the specifications shall include the establishment of offices and other facilities on the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the contract. The cost of all bonds and insurance for the project will also be considered part of this specification MEASUREMENT AND PAYMENT Mobilization will be measured as a lump sum item as the work progresses. Partial payments for mobilization shall be paid for at the Total Unit Price as shown in the bid proposal with the regular monthly estimates as follows: The adjusted contract amount for construction items as used below is defined as the total contract amount less the lump sum bid for Mobilization. A. When 1% and less than 5% of the adjusted contract amount for construction items is completed, 50% of the mobilization lump sum bid or 5% of the total contract amount, whichever is less, will be paid. B. When 5% and less than 10% of the adjusted contract amount for construction items is completed, 75% of the mobilization lump sum bid or 10% of the total contract amount, whichever is less, will be paid. Previous payments under this section will be deducted from this amount. C. When 10% or more of the adjusted contract amount for construction items is completed, 90% of the mobilization lump sum bid or 10% of the total contract amount, whichever is less, will be paid. Previous payments under this section will be deducted from this amount. D. Payment for the remainder of the lump sum bid for Mobilization will be made on the final estimate. END OF SECTION /07/96

189 SECTION CLEARING AND GRUBBING PART 1 - GENERAL 1.1. DESCRIPTION The work under this section of the specifications includes all labor, equipment and materials necessary for the removal and disposal of trees, stumps, brush, roots, vegetation, logs, rubbish and other objectional matter MEASUREMENT AND PAYMENT No separate payment will be made for any items of work, materials, parts, equipment, supplies, or related items required to perform and complete the requirements of this section. The cost of all such items shall be included in the bid items of which it is a part. PART 2 - EXECUTION 2.1. PERFORMANCE A. Unless otherwise directed by the Engineer, all trees and shrubs within the limits of the rights-of-way and easements which are not specifically shown for removal on the plans, and ALL trees and shrubs outside the limits of the rights-of-way shall be considered designated for preservation. Those trees and shrubs not designated for preservation will be so marked prior to construction. B. The rights-of-way and easements shall be cleared of stumps, brush, logs, rubbish, trees and shrubs, except such trees and shrubs and certain areas designated by the Engineer for preservation. Those trees, shrubs, and other landscape features specifically designated by the Engineer for preservation shall be carefully protected from abuse, marring or damage during construction operations. Continual parking and/or servicing of equipment under the branches of trees designated for preservation shall not be permitted. Trees and shrubs designated for preservation that must be pruned shall be trimmed as directed and exposed cuts over two (2) inches in diameter shall be treated with an approved asphaltic material. END OF SECTION /91

190 PART 1 - GENERAL 1.1. DESCRIPTION SECTION TRENCHING, EMBEDMENT AND BACKFILLING The work as specified in this section includes trench excavation to proper grade, embedment of pipe, and required trench backfilling as shown on the plans, directed by the engineer, and specified herein MEASUREMENT AND PAYMENT Trenching, embedment and backfilling shall be measured by the linear foot, complete in place, in accordance to the lines and grades as shown on the plans or directed by the engineer. Payment for trenching, embedment and backfilling shall be paid for at the total unit price as shown in the proposal for the applicable item DEFINITIONS A. "Trenching, Embedment and Backfilling" under (IMPROVED AREAS) shall be defined as those areas beneath streets, driveways and 2' either side of the driveway or as directed by the engineer or as shown on the plans and shall conform to the respective trench details. B. "Trenching, Embedment and Backfilling" under (UNIMPROVED AREAS) shall be defined as those areas not influenced by vehicular traffic, and shall conform to respective trench details. These areas are generally defined as the "Parkway" which is the area between the back of curb and the property line RELATED WORK DESCRIBED ELSEWHERE TRENCH SAFETY - SHEETING AND SHORING SECTION TEMPORARY RIDING SURFACE FOR UTILITY CUTS SECTION PART 2 - MATERIALS 2.1. NATIVE TRENCH BACKFILL/EMBEDMENT Native trench backfill shall be material from the trench whose characteristics comply with the following requirements: /21/2014

191 A. From excavation in silty, loamy or sandy soils, with or without gravel particles all materials will be acceptable EXCEPT: 1. Debris resulting from grubbing operations 2. Frozen chunks of earth 3. Rocks larger than 3 inches in maximum dimension for trenches 4 feet wide or less and 4. Rocks larger than 6 inches in maximum dimension for trenches greater than 4 feet B. From excavation in clay or gumbo soil, all materials shall be acceptable EXCEPT: 1. Those listed in paragraph A above 2. Firm lumps larger than 6 inches in maximum dimensions 2.2. SAND FOR TRENCH BACKFILL/EMBEDMENT Sand shall consist of clean, hard durable, uncoated grains, free from lumps and organic material. All particles must pass a No. 8 sieve CRUSHED STONE FOR TRENCH BACKFILL/EMBEDMENT (A) The aggregates shall consist of durable particles of crushed stone; free from frozen material or injurious amounts of salt, alkali, vegetable matter or other material either free or as adherent coating; and its quality shall be reasonably uniform throughout. It shall have a wear of not more than 40 percent when tested in accordance with Texas SDHPT Test Method Tex-410-A. (B) When tested by standard laboratory methods, crushed rock embedment for each gradation shall meet the following requirements for percentage by weight as stated in the Texas State Department of Highways and Public Transportation Standard Specifications for Construction of Highways, Streets and Bridges. Standard Crushed Rock-Aggregate Grade 4 Percent Retained on 1-1/2 inch sieve 0% Retained on 1 inch sieve 0-5% Retained on ½ inch sieve 40-75% Retained on No. 4 sieve % Retained on No. 8 sieve % /21/2014

192 Fine Crushed Rock-Aggregate Grade 8 Retained on ½ inch sieve 0% Retained on 3/8 inch sieve 0-5% Retained on No. 4 sieve 35-60% Retained on No. 8 sieve % 2.4. GRANULAR MATERIAL FOR TRENCH BACKFILL/EMBEDMENT Granular material shall be free flowing, such as sand or hydraulically graded crushed stone fines, or mixed sand and gravel, or sandy loam. The material shall be free from lumps, stones over two inches in diameter, clay and organic matter SELECT MATERIAL FOR TRENCH BACKFILL/EMBEDMENT Select material shall be gravel, fine rock cuttings, sand, sandy loam or loam free from excessive clay. Rock cuttings shall have no dimension greater than two inches. PART 3 - EXECUTION 3.1. TRENCHING Trench sides shall be cut as nearly vertical as possible to the width range "Bd" indicated on the Trench Detail as part of this bid item. The contractor is required to sheet, shore, or lay back the trench slopes as specified in Section The additional excavation and backfilling for laying back trench slopes will be subsidiary to the Trench Safety-Sheeting and Shoring bid item. Where trenches are more than the maximum trench width "Bd", provisions shall be made to protect the pipe from collapse. The bottom of the trench shall be excavated no lower than necessary to provide for embedment material below the pipe. Where excavation is made lower than is necessary, the fill back to grade shall be at the contractor's expense. The entire area in the bottom of all excavation shall be firm, stable and of uniform density as nearly as practicable. Unless necessary, materials shall not be disturbed below grade. However, any soft disintegrated or other unsuitable materials shall be removed to a depth below grade, as directed by the engineer. Materials thus removed shall be replaced with suitable materials thoroughly compacted in place to the finished grade elevation in a manner satisfactory to the engineer. Materials shall be finished off smooth, true to grade and line EMBEDMENT Embedment shall be as specified on the plans and shall be placed as directed by the Engineer /21/2014

193 3.3. BACKFILL A. Unimproved Areas (Parkways, Beneath Sidewalks) In unimproved areas the backfill material shall be as specified on the plans, placed in 6 lifts mechanically compacted to 95% Standard Proctor density to a maximum of 12 inches above the top of the pipe for PVC pipe and 6 above the top of the pipe for RCP and RCCP pipe. Native material may be placed from this point to the top of the trench. Native material may be use for the entire depth of the trench and embedment for utility conduits, gas mains and water services less than 4. Water jetting shall not be permitted except as noted on the plans. All native backfill shall be placed in lifts no greater than 10 and mechanically compacted to 95% Standard Proctor density. Under sidewalk sections, the native backfill material shall be mechanically compacted to 95% Standard Proctor in 10 lifts with a 2" layer of cushion sand as a leveling coarse for the sidewalk installation. The surface over all trenches shall be reshaped and smoothed to a condition equal to the original contour, as directed by the engineer, with a suitable fine graded material. B. Improved Areas (Beneath Streets, Driveway, and 2' Either Side of the Drive) The embedment, pipe cover material, pavement and driveway replacement shall conform to the applicable Trench Detail. Native backfill material shall be placed in 6" lifts and mechanically compacted to 97% Standard Proctor density at +3% optimum moisture, except the top 8" which shall consist of flexbase and shall be compacted to 95% Modified Proctor density at +2% optimum moisture. No water jetting shall be permitted. A temporary riding surface is required until the pavement is repaired, see section 1.4 of this specification. C. Mechanical Compaction All mechanical compaction shall be done with approved compacting equipment. Mechanical compaction by the use of a backhoe or excavator bucket shall not be allowed unless otherwise approved in writing by the Engineer. END OF SECTION /21/2014

194 SECTION PIPE BORING, JACKING AND TUNNELING PART 1 - GENERAL 1.1. DESCRIPTION This item shall govern for the furnishing and installation of pipe by the methods of boring, jacking, or tunneling as shown on the plans and as specified herein ALLOWABLE TOLERANCE Lateral or vertical variation in the final position of the pipe from the line and grade established by the Engineer will be permitted only to the extent of 1 inch in 100 feet, provided that such variation shall be regular and only in one direction and that the final grade of flow line shall be in the direction indicated on the plans SUBMITTAL The Contractor shall furnish for the Engineer's approval, a plan showing his proposed method of handling, including the design for the jacking head, jacking support or back stop, arrangement and position of jacks, pipe guides, etc., complete in assembled position. When the water, sanitary or storm sewer pipe is required to be installed under highways, railroad tracks, etc., the Contractor shall furnish type of "Encasement Pipe", "Pipe Spacers" and the method of installation for approval by the Engineer. The approval of this plan by the Engineer will not relieve the Contractor from his responsibility to obtain the specified results MEASUREMENT AND PAYMENT A. Boring, jacking or tunneling pipe will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the total unit price bid per linear foot for Boring, Jacking or Tunneling Pipe, of the type, size, and class specified on the plans, which price shall be full compensation for furnishing all materials, linear materials required for tunnel operations, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material. The contract total unit price shall be the total compensation for furnishing and placing all materials including encasement pipe, concrete embedment or grout backfill, concrete, clay or brick plugs, and for all labor, equipment and materials as required to complete the installation /5/2013

195 PART 2 - PRODUCTS 2.1. MATERIALS The encasement pipe nominal diameter shall be as indicated on the bid proposal and shown on the plans. Casing pipe must be steel and the wall thickness must conform to E-80 loading for casing pipe shown in the tables as included in the AREMA manual Chapter 1, Part 5 for Pipeline Crossings. The casing pipe shall be coated inside and outside with 10 mils. of coal tar epoxy. Wall thickness designations for coated steel casing pipe for E-80 loading are: Nominal Diameter, (Inches) Min. Thickness, (Inches) 14 and Under and and , 40 and and and and The "carrier pipe" to place within the "encasement pipe", or bore, shall be as shown on the plans and described elsewhere in these specifications /5/2013

196 Pipe spacers shall be used for support of the carrier pipe to prevent the installed pipeline from resting on the bells in the encasement pipe. Products not shown on the "Approved Products Listing", Section 01005, must be submitted to the Engineer for approval. PART 3 - EXECUTION 3.1. GENERAL Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities by jacking or boring methods, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, as directed by the Engineer, until such time as the backfill has been completed and then shall be removed from the site PITS AND TRENCHES A. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner satisfactory to the Engineer to prevent earth from caving in. B. The location of the pit shall meet the approval of the Engineer. C. The pits or trenches excavated to facilitate jacking operations shall be backfilled immediately after the jacking of the pipe has been completed BORING A. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2 inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jettings will not be permitted /5/2013

197 Directional boring for polyvinyl chloride water mains shall be permitted with written approval from the Engineer. Directional boring for sanitary sewer services is not allowed. B. In inconsiderate soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from line and grade shall be as specified under Paragraph 1.2. The size of the hole shall not exceed the outside diameter of the pipe to be installed more than one (1) inch. Overcutting in excess of one inch shall be remedied by pressure grouting the entire length of the installation. D. Polyvinyl Chloride pipes with a diameter of twelve (12) inches or greater shall be pressure grouted the entire length of the installation TUNNELING A. Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer, would make the use of tunneling more satisfactory than jacking or boring, or where called for on the plans, a tunneling method may be used. B. The lining of the tunnel shall be of steel of sufficient strength to support the overburden. The Contractor shall submit his proposed liner method to the Engineer for approval. Approval by the Engineer shall not relieve the Contractor of the Responsibility for the adequacy of the liner method. C. The space between the liner plate and the limits of excavation shall be pressuregrouted or mud-jacked. D. Access holes for placing concrete shall be spaced at maximum intervals of 10 feet /5/2013

198 3.6. ENCASEMENT PIPE A. The encasement pipe shall be installed as outlined in paragraph 3.2., 3.3. and 3.5. The water, sanitary or storm sewer pipe located within the encasement pipe shall be supported by "pipe spacers" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. Pipe "spacers" or "bands" shall be installed at intervals as recommended by the manufacturer. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. Where backfilling is required, the space in the casing under and around the pipe (3/4 of the distance to the casing top) should be filled with sand or other approved backfill material. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. Closure of the casing after the pipe has been installed shall be by construction of a concrete or brick and mortar bulkhead at the ends of the casing to keep the backfill out, or as shown otherwise on the plans. END OF SECTION /5/2013

199 SECTION ENCASEMENT PIPE PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section shall include the furnishing and installation of encasement pipe by open cut as shown on the plans and as specified herein SUBMITTAL When the water or sanitary sewer pipe is required to be installed under future highways, the Contractor shall furnish type of "Encasement Pipe", "Pipe Spacers" and the method of installation for approval by the Engineer MEASUREMENT AND PAYMENT A. Encasement pipe will be measured by the linear foot, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The water or sanitary sewer pipe to be installed will be paid as a seperate item as will the trenching, embedment and backfilling. The work performed and materials furnished as prescribed by this item will be paid for at the Total Unit Price per linear foot for the type, size, and class specified on the plans. PART 2 - PRODUCTS 2.1. MATERIALS The encasement pipe nominal diameter shall be as indicated on the bid proposal and shown on the plans. Casing pipe must be steel and the wall thickness must comform to E-80 loading for casing pipe shown in the tables as included in the AREMA manual Chapter 1, Part 5 for Pipeline Crossings. The casing pipe shall be coated inside and outside with 10 mils. of coal tar epoxy /18/2013

200 Wall thickness designations for coated steel casing pipe for E-80 loading are: Nominal Diameter, (Inches) Min. Thickness, (Inches) 14 and Under and and , 40 and and and and The "carrier pipe" to place within the "encasement pipe", or bore, shall be as shown on the plans and described elsewhere in these specifications. Pipe spacers shall be used for support of the carrier pipe to prevent the installed pipeline from resting on the bells in the encasement pipe. Products not shown on the "Approved Products Listing", Section 01005, must be submitted to the Engineer for approval /18/2013

201 PART 3 - EXECUTION 3.1. GENERAL The encasement pipe shall be placed by open cut as specified on the plans under future roadway sections. Encasement pipe shall be placed per detail showing class "I" backfill on the plans ENCASEMENT PIPE The encasement pipe shall be installed as outlined in paragraph 3.1. The water or sanitary sewer pipe located within the encasement pipe shall be supported by "pipe spacers" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. Pipe "spacers" or "bands" shall be installed at intervals as recommended by the manufacturer. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. Closure of the casing after the pipe has been installed shall be by construction of a concrete or brick and mortar bulkhead at the ends of the casing to keep the backfill out, or as shown otherwise on the plans. END OF SECTION /18/2013

202 SECTION UTILITY MARKINGS PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes the furnishing and installation of all utility markings on curbs or edge of pavement as shown in the details or required by the engineer MEASUREMENT AND PAYMENT Installation of utility markings shall be measured and paid for per each at the total unit price as shown in the bid proposal. Payment shall include all paint, cutting equipment, materials and labor necessary to make utility markings on curbs or the edge of pavement. PART 2 MATERIALS & EQUIPTMENT 2.1. CUTTING DEVICES The equipment used to make ¼ deep cuts into the curbs or edge of pavement shall be approved by the Engineer. PART 3 - EXECUTION 3.1. The Contractor shall make ¼ deep cuts into curbs as shown on the details to mark all new and existing valves and manholes or as directed by the Engineer. The Contractor shall make ¼ deep cuts into the edge of pavement of noncurbed streets to mark all new and existing valves and manholes that are located outside of the existing pavement. END OF SECTION /14/2012

203 PART 1 - GENERAL 1.1. DESCRIPTION SECTION TRENCH SAFETY - SHEETING AND SHORING The work as specified in this section includes the providing of shoring, sheeting, trench shield, and/or laid back slopes to meet the trench safety requirements of the Occupational Safety and Health Administration, as required for this project and specified herein MEASUREMENT AND PAYMENT The measurement and payment shall be full compensation for all materials, equipment, fabrication, and incidental work to complete this item complete in place as shown on the plans, specified herein, or as directed by the Engineer. The separate pay item for trench safety shall be based on the linear feet of trench excavated. All excavated trenches shall be provided with trench safety measures, as may be deemed necessary to provide adequate safety and protection of employees, regardless of the depth of the trench. The separate pay item for special shoring requirements, if any, shall be based on the square feet of shoring used. PAYMENT for all trenching and shoring requirements applicable to this protection shall be paid for at the total unit price shown in the bid proposal DEFINITIONS (a) "Accepted engineering requirements (or practices)" - Those requirements or practices which are compatible with standards required by a registered architect, a registered professional engineer, or other duly licensed or recognized authority. (b) "Angle of repose" - The greatest angle above the horizontal plane at which a material will lie without sliding. (c) "Bank" - A mass of soil rising above a digging level. (d) "Belled excavation" - A part of a shaft or footing excavation, usually near the bottom and bell-shaped, i.e., an enlargement of the cross section above. (e) "Braces (trench)" - The horizontal members of the shoring system whose ends bear against the uprights or stringers. (f) "Excavation" - Any manmade cavity or depression in the earth's surface, including its sides, walls, or faces, formed by earth removal and producing unsupported earth conditions by reason of the excavation. If installed forms or /2010

204 similar structures reduce the depth-to-width relationship, an excavation may become a trench. (g) "Faces" - See paragraph (k) of this section. (h) "Hard compact soil" - All earth materials not classified as running or unstable. (i) "Kickouts" - Accidental release or failure of a shore or brace. (j) "Sheet pile" - A pile, or sheeting, that may form one of a continuous interlocking line, or a row of timber, concrete, or steel piles, driven in close contact to provide a tight wall to resist the lateral pressure of water, adjacent earth, or other materials. (k) "Sides," Walls", or Faces" - The vertical or inclined earth surfaces formed as a result of excavation work. (l) "Slope" - The angle with the horizontal at which a particular earth material will stand indefinitely without movement. (m) "Stringers" (wales) - The horizontal members of a shoring system whose sides bear against the uprights or earth. (n) "Trench" - a narrow excavation made below the surface of the ground. In general, the depth is greater than the width. but the width of a trench is not greater than 15 feet. (o) "Trench jack" - Screw or hydraulic type jacks used as cross bracing in a trench shoring system. (p) "Trench shield" - A shoring system composed of steel plates and bracing, welded or bolted together, which support the walls of a trench from the ground level to the trench bottom and which can be moved along as work progresses. (q) "Unstable soil" - Earth material, other than running, that because of its nature or the influence of related conditions, cannot be depended upon to remain in place without extra support, such as would be furnished by a system of shoring. (r) "Uprights" - The vertical members of a shoring system. (s) "Wales" - See paragraph (m) of this section. (t) "Walls" - See paragraph (k) of this section RELATED WORK DESCRIBED ELSEWHERE TRENCHING, EMBEDMENT AND BACKFILLING SECTION PAVING AND SURFACING SECTION /2010

205 PART 2 - MATERIALS AND EXECUTION 2.1. GENERAL PROTECTION REQUIREMENTS (a) Walkways, runways, and sidewalks shall be kept clear of excavated material or other obstructions and no sidewalks or pavement shall be undermined. (b) If planks are used for raised walkways, runways, or sidewalks, they shall be laid parallel to the length of the walk and fastened together against displacement. (c) Planks shall be uniform in thickness and all exposed ends shall be provided with beveled cleats to prevent ripping. (d) Raised walkways, runways, and sidewalks shall be provided with plank steps on strong stringers. Ramps, used in lieu of steps, shall be provided with cleats to insure a safe walking surface. (e) All employees shall be protected with personal protective equipment for the protection of the head, eyes, respiratory organs, hands, feet, and other parts of the body. (f) Employees exposed to vehicular traffic shall be provided with and shall be instructed to wear warning vests marked with or made of reflectorized or high visibility material. (g) Employees subjected to hazardous dusts, gases, fumes, mists, or atmospheres deficient in oxygen, shall be protected with approved respiratory protection. (h) No person shall be permitted under loads handled by power shovels, derricks, or hoists. To avoid any spillage employees shall be required to stand away from any vehicle being loaded. (i) Daily inspections of excavations shall be made by a competent person. If evidence of possible cave-ins or slides is apparent, all work in the excavation shall cease until the necessary precautions have been taken to safeguard the employees SPECIFIC EXCAVATION REQUIREMENTS (a) Prior to opening an excavation, effort shall be made to determine whether underground installations, i.e., sewer, telephone, water, fuel, electric lines, etc., will be encountered, and if so, where such underground installations are located. When the excavation approaches the estimated location of such an installation, the exact location shall be determined and when it is uncovered, proper supports shall be provided for the existing installation. Utility companies shall be contacted and advised of proposed work prior to the start of actual excavation /2010

206 (b) Trees, boulders, and other surface encumbrances, located so as to create a hazard to employees involved in excavation work or in the vicinity thereof at any time during operations, shall be removed or made safe before excavating is begun. (c) The walls and faces of all excavations in which employees are exposed to danger from moving ground shall be guarded by a shoring system, sloping of the ground, or some other equivalent means. (d) Excavations shall be inspected by a competent person after every rainstorm or other hazard-increasing occurrence, and the protection against slides and caveins shall be increased if necessary. (e) The determination of the angle of repose and design of the supporting system shall be based on careful evaluation of pertinent factors such as: Depth of cut; possible variation in water content of the material while the excavation is open; anticipated changes in materials from exposure to air, sun, water, or freezing; loading imposed by structures, equipment, overlying material, or stored material; and vibration from equipment, traffic, or other sources. (f) Supporting systems, i.e., piling, cribbing, shoring, etc., shall be designed by a qualified person and meet accepted engineering requirements, When tie rods are used to restrain the top of sheeting or other retaining systems, the rods shall be securely anchored well back of the angle of repose. When tight sheeting or sheet piling is used, full loading due to ground water table shall be assumed, unless prevented by weep holes or drains or other means. Additional stringers, ties, and bracing shall be provided to allow for any necessary temporary removal of individual supports. (g) All slopes shall be excavated to at least the angle of repose except for areas where solid rock allows for line drilling or presplitting. (h) The angle of repose shall be flattened when an excavation has water conditions, silty materials, loose boulders, and areas where erosion, deep frost action, and slide planes appear. (i) (1) In excavations which employees may be required to enter, excavated or other material shall be effectively stored and retained at least two (2) feet or more from the edge of the excavation. (2) As an alternative to the clearance prescribed in subparagraph (1) of this paragraph, the employer may use effective barriers or other effective retaining devices in lieu thereof in order to prevent excavated or other materials from falling into the excavation. (j) Sides, slopes, and faces of all excavations shall meet accepted engineering requirements by scaling, benching, barricading, rock bolting, wire meshing, or /2010

207 other equally effective means. Special attention shall be given to slopes which may be adversely affected by weather or moisture content. (k) Support systems shall be planned and designed by a qualified person when excavation is in excess of 20 feet in depth, adjacent to structures or improvements, or subject to vibration or ground water. (l) Materials used for sheeting, sheet piling, cribbing, bracing, shoring, and underpinning shall be in good serviceable condition, and timbers shall be sound, free from large or loose knots, and of proper dimensions. (m) Special precautions shall be taken in sloping or shoring the sides of excavations adjacent to a previously backfilled excavation or a fill, particularly when the separation is less than the depth of the excavation. Particular attention also shall be paid to joints and seams of material comprising a face and the slope of such seams and joints. (n) Except in hard rock, excavations below the level of the base of footing of any foundation or retaining wall shall not be permitted, unless the wall is underpinned and all other precautions taken to insure the stability of the adjacent walls for the protection of employees involved in excavation work or in the vicinity thereof. (o) If the stability of adjoining buildings or walls is endangered by excavations, shoring, bracing, or underpinning shall be provided as necessary to insure their safety. Such shoring, bracing, or underpinning shall be inspected daily or more often, as conditions warrant, by a competent person and the protection effectively maintained. (p) Diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering an excavation and to provide adequate drainage of the area adjacent to the excavation. Water shall not be allowed to accumulate in an excavation. (q) If it is necessary to place or operate power shovels, derricks, trucks, materials, or other heavy objects on a level above and near an excavation, the side of the excavation shall be sheet-piles, shored, and braced as necessary to resist the extra pressure due to such superimposed loads. (r) When mobile equipment is utilized or allowed adjacent to excavations, substantial stop logs or barricades shall be installed. If possible, the grade should be away from the excavation. (s) Adequate barrier physical protection shall be provided at all remotely located excavations. All wells, pits, shafts, etc., shall be barricaded or covered. Upon completion of exploration and similar operations, temporary wells, pits, shafts, etc., shall be backfilled /2010

208 (t) If possible, dust conditions shall be kept to a minimum by the use of water, salt, calcium chloride, oil, or other means. (u) In locations where oxygen deficiency or gaseous conditions are possible, air in the excavation shall be tested. Controls shall be established to assure acceptable atmospheric conditions. When flammable gases are present, adequate ventilation shall be provided or sources of ignition shall be eliminated. Attended emergency rescue equipment, such as breathing apparatus, a safety harness and line, basket stretcher, etc., shall be readily available where adverse atmospheric conditions may exist or develop in an excavation. (v) Where employees or equipment are required or permitted to cross over excavations, walkways or bridges with standard guardrails shall be provided. (w) Where ramps are used for employees or equipment, they shall be designed and constructed by qualified persons in accordance with accepted engineering requirements. (x) All ladders used on excavation operations shall be in good serviceable condition and shall extend from trench bottom to top and be placed so as to provide safe entrance and exit to trench SPECIFIC TRENCH REQUIREMENTS (a) Banks more than 5 feet high shall be shored, laid back to a stable slope, or some other equivalent means of protection shall be provided where employees may be exposed to moving ground or cave-ins. Refer to Table P-1 as a guide in sloping of banks. Trenches less than 5 feet in depth shall also be effectively protected when examination of the ground indicates hazardous ground movement may be expected. The Contractor shall be responsible for selection of the method utilized for trench protection. (Figures 1,2,3 at the end of this section show examples of trench protection). (b) Sides of trenches in unstable or soft material, 5 feet or more in depth, shall be shored, sheeted, braced, sloped, or otherwise supported by means of sufficient strength to protect the employees working within them. See Tables P-1, P-2 at the end of this section. (c) Sides of trenches in hard or compact soil, including embankments, shall be shored or otherwise supported when the trench is more than 5 feet in depth and 8 feet or more in length. In lieu of shoring, the sides of the trench above the 5- foot level may be sloped to preclude collapse, but shall not be steeper than a 1- foot rise to each 1/2-foot horizontal. When the outside diameter of a pipe is greater than 6 feet, a bench of 4-foot minimum shall be provided at the toe of the sloped portion. (d) Materials used for sheeting and sheet piling, bracing, shoring, underpinning, shall be in good serviceable condition, and timbers used shall be sound and free /2010

209 from large or loose knots, and shall be designed and installed so as to be effective to the bottom of the excavation. (e) Additional precautions by way of shoring and bracing shall be taken to prevent slides or cave-ins when excavations or trenches are made in locations adjacent to backfilled excavations, or where excavations are subjected to vibrations from railroad or highway traffic, the operation of machinery, or any other source. (f) Employees entering bell-bottom pier holes shall be protected by the installation of a removable-type casing of sufficient strength to resist shifting of the surrounding earth. Such temporary protection shall be provided for the full depth of that part of each pier hole which is above the bell. A lifeline, suitable for instant rescue and securely fastened to a shoulder harness, shall be worn by each employee entering the shafts. This lifeline shall be individually manned and separate from any line used to remove materials excavated from the bell footing. (g) (1) Minimum requirements for trench timbering shall be in accordance with Table P-2. (2) Braces and diagonal shores in a wood shoring system shall not be subject to compressive stress in excess of values given by the following formula: S= L D Maximum ratio L = 50 D Where; L = Length, unsupported, in inches. D = Least side of the timber in inches. S = Allowable stress in pounds per square inch of cross-section (h) When employees are required to be in trenches 4 feet deep or more, an adequate means of exit, such as a ladder or steps shall be provided and located so as to require no more than 25 feet of lateral travel. (i) Bracing or shoring of trenches shall be carried along with the excavation. (j) Cross braces or trench jacks shall be placed in true horizontal position, be spaced vertically, and be secured to prevent sliding, falling, or kickouts. (k) Portable trench boxes or sliding trench shields may be used for the protection of personnel in lieu of a shoring system or sloping. Where such trench boxes or shields are used, they shall be designed, constructed, and maintained in a manner which will provide protection equal to or greater than the sheeting or shoring required for the trench /2010

210 (l) Backfilling and removal of trench supports shall progress together from the bottom of the trench. Jacks or braces shall be released slowly and, in unstable soil, ropes shall be used to pull out the jacks or braces from above after employees have cleared the trench. END OF SECTION /2010

211 SECTION CONCRETE PAVERS FOR CROSSWALKS PART 1 - GENERAL 1.1. SCOPE OF PROJECT A. Provide all materials and labor to install solid concrete interlocking paving stones at crosswalk locations as indicated on the drawings. B. CONFORMITY - Conform to the requirements of the general conditions of the contract. C. QUALIFYING STATEMENT - The paving stone contractor or installer must have successfully completed a minimum of five (5) installations of interlocking concrete paving stones. D. WORK INCLUDED: 1. Supply, place sand laying course. 2. Supply, place and install interlocking concrete paving stones in quality, shape, thickness and color as specified. 3. Supply and place all accessory items as required by the contract PRODUCT HANDLING A. Paving stones shall be delivered and unloaded at the job site on pallets and bound in such matter that no damage occurs to the product during handling, hauling and unloading MEASUREMENT AND PAYMENT The installation of concrete pavers including the sand laying course shall be measured per square yard complete in place and will be paid at the Total Unit Price shown in the bid proposal RELATED WORK DESCRIBED ELSEWHERE REINFORCED CONCRETE STREET PAVEMENT SECTION PART 2 - MATERIALS 2.1. SOLID CONCRETE INTERLOCKING PAVING STONES: ASTM DESIGNATION C A. For the Las Colinas area, the paving stone's color and pattern shall be: charcoal color Appian Stone random mosaic pattern interior with a light /11/10

212 brown color Holland Stone I (4-1/8 x8-5/16 x2-3/8 ) border as manufactured by Pavestone Company or approved equal. B. For the remaining areas of Irving, the paving stone s color and pattern shall be: Antique Red Holland 98 (4 x8 x3-3/8 ) interior with a Charcoal color City Stone I (6 x12 x3-3/8 ) as manufactured by Pavestone Company or approved equal CEMENTIOUS MATERIALS A. Portland Cement shall conform to ASTM Specifications C AGGREGATES A. Aggregates shall conform to ASTM Specifications C-33 for normal Weight Concrete Aggregate (no expandable or lightweight aggregates) except that grading requirements shall not necessarily apply OTHER CONSTITUENTS A. Coloring pigments, air-intraining agents, integral water repellents, finely ground silica, etc., shall conform to ASTM standards where applicable, or shall be previously established as suitable for use in concrete PHYSICAL REQUIREMENTS A. Compressive Strength - At the time of delivery to the work site, the average compressive strength shall not be less than 8,000 psi with no individual unit strength less than 7,200 psi, with testing procedures in accordance with ASTM Standard C-140. B. Absorption - The average absorption shall not be greater than 5% with no individual unit absorption greater than 7%. C. Proven Field Performance - Satisfying field performance is indicated when units similar in composition, and made with the same manufacturing equipment as those to be supplied to the purchaser, do not exhibit objectionable deterioration after at least one (1) year VISUAL INSPECTION A. All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or performance of the construction. Minor cracks incidental to the usual methods of handling in shipment and delivery, shall not be deemed grounds for rejection /11/10

213 2.7. SAMPLING AND TESTING A. The City of Irving shall be accorded proper facilities to inspect and sample the units at the place of manufacture from lots ready for delivery. B. Sample and test units in accordance with ASTM Method C REJECTION A. In case the shipment fails to conform to the specified requirements, the manufacturer may sort it, and new test units shall be selected at random by the City from the retained lot and tested at the expense of the manufacturer. In case the second set of test units fails to conform to the specified requirements the entire lot shall be rejected EXPENSE OF TESTS A. The expense of inspection and testing shall be borne by the contractor SAND LAYING COURSE A. The sand laying course shall be a well graded clean washed sharp sand with 100% passing a 3/8" sieve size and a maximum of 3% passing a No. 200 sieve size, this is commonly known as manufactured concrete sand, limestone screening or similar. DO NOT USE MASON SAND. PART 3 - EXECUTION 3.1. PREPARATION OF THE CONCRETE SLEEPER SLAB A. A reinforced concrete slab and stablized subgrade shall be installed with the same thickness as the adjacent pavement or as shown on the plans. B. The top of the reincorced concrete slab shall be 4-1/4 below the final grade of the top of the crosswalk pavers CONSTRUCTION OF THE SAND LAYING COURSE A. The finished reinforced concrete sleeper slab shall be approved before the placement of the sand laying course. B. The uncompacted sand laying course shall be spread evenly over the area to be paved and then screeded to a level that will produce 1-1/8" thickness when the paving stones have been placed and vibrated. C. Once screened and leveled to the desired elevation, this sand laying course shall not be disturbed in any way LAYING OF CONCRETE PAVING STONES /11/10

214 A. The paving stones shall be laid in a herringbone pattern. B. The paving stones shall be laid in such a manner that the desired pattern is maintained and the joints between the stones are as tight as possible. For maximum interlock it is recommended that joints between stones do not exceed 1/8" (3 mm). C. String lines should be used to hold all pattern lines true. D. The gaps at the edge of the paver surface shall be filled with standard edge stone or with stones cut to fit. Cutting shall be accomplished to leave a clean edge to the traffic surface using a double headed breaker or a masonry saw. However, when cutting precision designed areas, a masonry saw is recommended. Whenever possible, no cuts should result with a paver less than 1/3 of original dimension. E. Paving stones shall be vibrated into the sand laying course using a vibrator capable of 3,000 to 5,000 pounds compaction course with the surface clean and joints open. F. After vibration, clean masonry type sand and containing at least 30% of 1/8" (3 mm) particles shall be spread over the paving stone surface, allowed to dry, and vibrated into joints with additional vibrator passes and brushing so as to completely fill joints G. Surplus material shall then be swept from the surface or left on surface during construction time to insure complete filling of joints during initial use. H. Upon completion of work covered in this Section, the Contractor shall clean up all work areas by removing all debris, surplus material and equipment from the site. END OF SECTION /11/10

215 SECTION ADA TRUNCATED PAVERS (WHEELCHAIR RAMPS) PART 1 - GENERAL 1.01 SECTION INCLUDES A. Provide all materials and labor to install solid interlocking paving stones as indicated on the drawings. B. CONFORMITY - Conform to the requirements of the general conditions of the contract. C. QUALIFYING STATEMENT - The paving stone contractor or installer must have successfully completed a minimum of five (5) installations of interlocking concrete paving stones. D. WORK INCLUDED: 1. Supply, place and finish concrete wheelchair ramp. 2. Supply and place sand laying course. 3. Supply and install interlocking paving stones in quality, shape, thickness and color as specified. 4. Supply and place all accessory items as required by the contract PRODUCT HANDLING A. Paving stones shall be delivered and unloaded at job site on pallets and bound in such a manner that no damage occurs to the product during handling, hauling and unloading MEASUREMENT AND PAYMENT The installation of concrete pavers including the sand laying course shall be subsidiary to the wheelchair ramp bid item complete in place. PART 2 - MATERIALS 2.01 SOLID INTERLOCKING PAVING STONES: ASTM DESIGNATION C902 A. Brick pavers shall be 8 x 4 x 2-3/8 Dark Grey in color meeting ADA Section Pavers shall have detectable warning that consist of raised truncated domes with a diameter of 0.9 in. A height of nominal 0.2 in. and a center to center spacing of nominal 2.35 in. B. Paving stones shall be:vacuum Dry-Pressed, Bevel-Edge, Kiln Fired Paver, as manufactured by Pavestone Co.(817) , or approved equal /16/2009

216 2.02 PHYSICAL REQUIREMENTS A. Compressive Strength - At the time of delivery to the work site, the average compressive strength shall not be less than 8,000 psi with no individual unit strength less than 7,200 psi, with testing procedures in accordance with ASTM Standard C-140. B. Absorption - The average absorption shall not be greater than 5% with no individual unit absorption greater than 7% C. Proven Field Performance - Satisfying field performance is indicated when units similar in composition, and made with the same manufacturing equipment as those to be supplied to the purchaser, do not exhibit objectionable deterioration after at least one (1) year VISUAL INSPECTION A. All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or performance of the construction SAMPLING AND TESTING A. The City of Irving shall be accorded proper facilities to inspect and sample the units at the place of delivery prior to unloading, with the authority to reject if unacceptable REJECTION A. In case the shipment fails to conform to the specified requirements, the manufacturer shall reship at its own expense BEDDING AND JOINT SAND The type of sand used for bedding and joints is often called sand that is suitable for the manufacturing of concrete. Sands vary regionally. Screening and stone dust can be unevenly graded and have an excess amount of material passing the No. 200 (75 Hm) sieve. Bedding sands with these characteristics should not be used. Contact paver contractors local to the project and confirm sand(s) successfully used in previous similar applications. Limestone sand should not be used for bedding sand. A. Bedding and joint sand shall be clean, non-plastic, free from deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. The bedding and joint sand shall be as hard as practically available. B. The bedding and joint sand shall conform to the grading requirements of ASTM C 33 as shown in Table /16/2009

217 2.07 EDGE RESTRAINT Table 1 Grading Requirements for Bedding Sand ASTM C 33 Sieve Size Percent Passing 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95 to 100 No. 8 (2.36 mm) 85 to 100 No. 16 (1.18 mm) 50 to 85 No. 30 (600 µm) 25 to 60 No. 50 (300 µm) 10 to 30 No. 100 (150 µm) 2 to 10 A. All edges of the installed paving stone shall be restrained as required inside the ramp area by the concrete ramp itself. PART 3 - EXECUTION 3.01 CONSTRUCTION OF THE SAND LAYING COURSE A. The uncompacted sand laying course shall be spread evenly over the area to be paved and then screeded to a level that will produce 1" thickness when the paving stones have been placed and vibrated. Final elevation of paving stones shall be slightly higher than adjacent curb, or other paving, to allow for any minor settling that may occur within the base. B. Once screeded and leveled to the desired elevation, this sand laying course shall not be disturbed in any way LAYING OF PAVING STONES A. The paving stones shall be laid in a herringbone pattern with paving stone edges parallel to the sides of the ramp block out. B. The paving stones shall be laid in such a manner that the desired pattern is maintained and the joints between the stones are as tight as possible. For maximum interlock it is recommended that joints between stones do not exceed 1/8" (3mm). C. String lines should be used to hold all pattern lines true. D. The gaps at the edge of the paver surface shall be filled with stones cut to fit. Cutting shall be accomplished to leave a clean edge to the traffic surface using a masonry saw. Whenever possible, no cuts should result with a paver less than 1/3 of original dimension /16/2009

218 E. Paving stones shall be vibrated into the sand laying course using a plate tamper capable of 3,000 to 5,000 pounds compaction course with the surface clean and joints open. Caution shall be taken so as not to crack any stones. Stones which split during vibrating shall be removed and replaced. F. After vibration, joint sand shall be spread over the paving stone surface, allowed to dry, and vibrated into joints with additional vibrator passes and brushing so as to completely fill joints. G. Surplus material shall then be swept from the surface or left on surface during construction time to insure complete filling of joints during initial use. H. Upon completion of work covered in the Section, the Contractor shall clean up all work areas by removing all debris, surplus material and equipment from the site. END OF SECTION /16/2009

219 SECTION FLEXIBLE BASE AND SUBGRADE MATERIAL PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes all labor, materials and equipment necessary for the placement and compaction of a subgrade foundation course, per TxDOT item 247, of Type A Grade 1 crusher-run broken stone or Type D Grade 1 crushed concrete to the lines and grades indicated on the plans MEASUREMENT AND PAYMENT Flexible base subgrade shall be measured by square yard, complete in place, in accordance to the lines and grades as shown on the plans or as directed by the engineer. Payment will be made for the Total Unit Price per square yard of desired thickness as shown in the bid proposal for the applicable item RELATED WORK DESCRIBED ELSEWHERE SUBGRADE PREPARATION SECTION PART 2 - PRODUCTS 2.1. MATERIALS When properly slaked and tested by standard Texas Highway Department laboratory methods, the flexible base material shall meet the following requirements: Retained on 1-3/4" sieve 0 % Retained on 1" sieve 5 % to 25 % Retained on 1/2" sieve 30 % to 50 % Retained on No. 4 sieve 45 % to 65 % Retained on No. 40 sieve70 % to 80 % Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when prepared in accordance with Test Method Tex-101-E procedure: The liquid limit shall not exceed 40 The plasticity index shall not exceed 10 The material shall have a Wet Ball Mill Value not exceeding 40 when tested in accordance with Texas Highway Department Standard laboratory test Tex-116-E. Unless otherwise shown on plans the increase in soil binder resulting from this test shall not exceed /21/2014

220 2.2. TOLERANCES The limits establishing reasonably close conformity with the specified gradation and plasticity index are defined by the following: 1. The Engineer may accept the material, providing not more than 2 out of 10 consecutive gradation tests performed are outside the specified limit on any individual or combination of sieves by no more than 5% and where no two consecutive tests are outside the specified limit. 2. The Engineer may accept the material providing not more than 2 out of 10 consecutive plasticity index samples tested are outside the specified limit by no more than 2 points and where no two consecutive tests are outside the specified limit. PART 3 - EXECUTION Immediately before placing the flexible base material, the subgrade shall be checked as to conformity with grades and section. The flexible base material deposited upon the subgrade shall be spread and shaped the same day unless otherwise directed by the Engineer in writing. In the event inclement weather or other unforeseen circumstances render impractical the spreading of the material during the first 24-hour period, the material shall be scarified and spread as directed by the Engineer. The material shall be sprinkled, if directed, and shall then be bladed, dragged and shaped to conform to typical sections as shown on the plans. All areas and "nests" of segregated coarse or fine material shall be corrected or removed and replaced with well graded material, as directed by the Engineer. If additional binder is considered desirable or necessary after the material is spread and shaped, it shall be furnished and applied in the amount directed by the Engineer. Such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, brooming or by other approved methods. The full depth of flexible base shall be compacted in thin lifts(maximum of 3 inch lifts) to +2% above optimum to a minimum of 95% Modified Proctor Density(ASTM D1557) and must remain firm and stable under construction equipment. After each section of flex base is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Throughout this entire operation the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. In that area on which pavement is to be placed, any deviation in excess of 1/4 inch in cross section and in a length of 10 feet measured /21/2014

221 longitudinally shall be corrected immediately by scarifying the areas affected, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. Should the base course, due to any reason or cause, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted and refinished at the sole expense of the Contractor. END OF SECTION /21/2014

222 SECTION STORM WATER CURB OPENING PART 1 - GENERAL 1.1. DESCRIPTION The work under this section of the specifications includes all labor, equipment, and materials necessary to install storm water curb openings as shown on the plans and as specified herein MEASUREMENT AND PAYMENT Storm water curb openings shall be measured and paid for per each and shall include the installation of all pipe necessary within the right-of-way with a 3 or 4 clean out and box set just behind the right-of-way line. The price shall also include any necessary dowels and any needed concrete encasement around the pipe that may be required under the sidewalk. The removal of and replacement of any necessary curb or sidewalk shall be paid for as a separate pay item RELATED WORK DESCRIBED ELSEWHERE CONCRETE SIDEWALK, CURB AND GUTTER SECTION PART 2 - PRODUCTS 2.1. MATERIALS CURB OPENING Neenah R-3262 Storm Water Curb Opening or approved equal. PIPE 3 or 4 schedule 40 PVC pipe. PART 3 - EXECUTION 3.1. GENERAL 1. Contractor shall remove and replace one 5 section of sidewalk. 2. If the pipe coming from the private property is larger than 4 in diameter, a manifold will be used so that only 3 or 4 pipes will be brought to and through the sidewalk and curb. 3. If the thickness of the sidewalk is less than 3 over the pipe, the contractor shall concrete encase the pipe /13/2004

223 4. If the grade of the pipe through the right-of-way is insufficient, the sidewalk can be reduced to a thickness of 2 over the pipe. Reinforcement shall be #3 rebar on 8 1/2 centers each way with dowels into the existing sidewalk. 5. The Contractor shall install a 2 sand cushion for embedment under the pipe. 6. The Contractor shall install a 3 or 4 clean out with box and screw on lid immediately behind the property line. 7. The Contractor shall make a dummy joint in the sidewalk at the centerline of the drain pipe(s) END OF SECTION /13/2004

224 PART 1 - GENERAL 1.1. DESCRIPTION SECTION HOT MIX ASPHALTIC CONCRETE PAVEMENT The work as specified in this section includes all labor, materials, and equipment necessary to install, construct, repair, replace and or resurfacing of Hot Mix Asphaltic Concrete as shown on the plans, directed by the Engineer, and specified herein MEASUREMENT AND PAYMENT A. HOT MIX ASPHALTIC CONCRETE PAVEMENT The 4-1/2" (Type "B") Hot Mix Asphaltic Concrete, Coarse Graded Binder Course shall be measured per square yard, complete in place, as indicated in the bid proposal and shown on the drawings. Payment shall be at the Total Unit Price shown in the bid proposal for Type "B" Hot Mix Asphaltic Concrete Street and Driveway Repair. The 1-1/2" (Type "D") Hot Mix Asphaltic Concrete, Fine Graded Surface Course shall be measured per square yard, complete in place, as indicated in the bid proposal and shown on the drawings. Payment shall be at the Total Unit Price shown in the bid proposal for Type "D" Hot Mix Asphaltic Concrete Street and Driveway Repair. B. TACK COAT AND PRIME COAT The asphaltic materials for tack coat and prime coat shall be considered subsidiary to the cost of paving and shall be included in the Total Unit Price shown in the bid proposal for the applicable bid item RELATED WORK DESCRIBED ELSEWHERE SUBGRADE PREPARATION SECTION PART 2 - MATERIALS A. All materials for Hot Mix Asphaltic Concrete Paving shall conform the requirements of item 340, "Dense-Graded Hot-Mix Asphalt (Method)" of the 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, adopted by the Texas Department of Transportation on June 1, /14

225 B. PRIME COAT The asphaltic material for Prime Coat shall be of type and grade as shown on the plans or as directed by the Engineer. C. TACK COAT The asphaltic material for Tack Coat shall be of type and grade as shown on the plans or as directed by the Engineer. PART 3 - EQUIPMENT A. All equipment necessary for the construction of the Hot Mix Asphaltic Concrete Pavement shall be on the project and shall be approved by the Engineer as to condition before the Contractor shall be permitted to begin construction operations on which the equipment is to be used. B. SPREADING AND FINISHING MACHINE The spreading and finishing machine shall be of a type approved by the Engineer and capable of producing a surface that shall meet the requirements of the typical cross section and surface test. For 30 foot face-to-face and 36 foot face-to-face residential streets, the spreading and finishing machine shall be wide enough to overlay the entire width in no more than two passes. The Operating Weight of the machine, as stated in the manufacturer s specifications, shall be at least 43,000 pounds. Any machine that is not capable of operating at this weight with a full hopper will not be approved. C. ROLLERS All roller equipment shall be of a type approved by the Engineer and shall be so constructed as to operate in both a forward and reverse direction with suitable provisions for moistening the surface of the rollers while operating. All equipment shall be maintained in good repair and operating condition. PART 3 - EXECUTION A. GENERAL The prime coat and tack coat shall not be placed when the air temperature is below 50 degrees Fahrenheit and is falling, but may be placed when the air temperature is 40 degree Fahrenheit and is rising, the temperature being taken in the shade and away from artificial heat; with the provisions that the asphaltic mixture shall be placed only when the humidity, general weather conditions and temperature and moisture condition of the base, in the opinion of the Engineer, are suitable /14

226 B. PRIME COAT The surface shall be cleaned by sweeping or other approved methods. The asphaltic material shall then be applied to the cleaned base at the approximate rate of two-tenths (0.2) to one-half (0.5) gallons per square yard of surface area. The application shall be made with an approved type of self- propelled pressure distributor so constructed and operated as to distribute the material evenly and smoothly in the quantity specifies or directed. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor; and for determining the rate at which it is applied; and for securing uniformity at the junction of the two distributor loads. No traffic, hauling or placing of subsequent curses shall be permitted over the freshly applied prime coat until authorized by the Engineer. The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. WARNING TO CONTRACTORS: Attention is called to the fact that these materials are highly flammable. The utmost care shall be taken to prevent open flames from coming in contact with the asphaltic material or the gases of same. The Contractor shall be responsible for any fires or accidents which may result from heating the asphaltic materials. C. TACK COAT The tack coat shall consist of an application of the asphaltic material indicated; and shall be at the rate specified on the plans or as directed by the Engineer, but not to exceed one-tenth (0.1) gallons per square yard of surface area. The surfaces of curbs, gutters, vertical faces of existing pavement and all structures in actual contact with asphaltic mixes shall be painted with a thin, complete coating of asphaltic material to provide a closely bonded, watertight joint. D. BASE AND SURFACE COARSES The compacted thickness of the base and surface curses shall be at the thicknesses as shown on the plans. The asphaltic mixtures shall be at a temperature between 225 and 350 degrees Fahrenheit when dumped from the mixture. The mixture when dumped from the mixer shall not vary from the selected temperatures by more than 30 degrees Fahrenheit. In small areas, which are inaccessible to the spreading and finishing machine, hand spreading may be authorized by the Engineer, provided an acceptable surface can be obtained /14

227 E. COMPACTION Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the surface coarse, overlapped on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. Rolling with the pneumatic tire roller shall be done as approved by the Engineer. Rolling shall continue until no further compression can be obtained and all roller marks are eliminated. The motion of the rollers shall be slow enough at all times to avoid displacement of the asphaltic surface material. If displacement should occur, it shall be corrected at once by the use of rakes and fresh asphaltic mixtures where required. The roller shall not be allowed to stand on the surface coarse when it has not been fully compacted and allowed to cool. To prevent adhesion of the surface coarse to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water shall not be permitted. All necessary precautions shall be taken to prevent the dripping of gasoline, oil, grease or other foreign matter on the surface coarse while rollers are in motion or standing. In areas where the surface cannot be compacted with the rollers, hand tamps, lightly oiled, shall be used to secure the required compaction. F. TESTING The finished surface of the pavement after compaction shall be smooth and true to the established line, grade and cross section. When tested with a 10 foot straightedge placed parallel to the center of the roadway, the finished surface shall have no deviation in excess of 1/8th inch per foot from the nearest point of contact. The maximum ordinate measured from the face of the straightedge shall not exceed 1/4 inch at any point. Any point in the pavement surface not meeting these requirements shall be immediately removed and replaced. Grinding of the asphalt surface shall not be permitted.. Upon completion of the work and before final acceptance and payment shall be made, pavement thickness test shall be made by the Engineer or his authorized representative unless otherwise specified in the special provisions or the plans. The number and location of tests shall be at the discretion of the Engineer. In the event of a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. The costs for the additional coring shall be at the same rate charged by commercial laboratories. The contractor will immediately remove and replace pavement that is deficient in thickness at no cost to the City of Irving. END OF SECTION /14

228 SECTION PAVEMENT REPAIR PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes all labor, materials, and equipment necessary to install, construct, repair, replace, and/or resurface paving sections and driveways removed in association with construction. Such paving and surfacing shall be per applicable detail and shall match adjacent surfaces with respect to materials, finished elevations and grades, and depth of pavement as shown on the plans or as directed by the Engineer MEASUREMENT AND PAYMENT All concrete pavement and driveways shall be measured per square yard complete in place and shall be paid for at the total unit price shown in the proposal for the applicable bid item. All asphalt pavement shall be measured per square yard complete in place and concrete pavement repairs with asphalt overlay shall be measured per square yard complete in place and shall be paid for at the total unit price shown in the proposal for the applicable bid item. Measurement and payment for paving and surfacing shall be limited up to the maximum trench width plus 2 (two) feet. Additional pavement repair due to trench safety provisions shall be considered subsidiary to the Trench Safety - Sheeting and Shoring bid item RELATED WORK DESCRIBED ELSEWHERE TRENCHING, EMBEDMENT, BACKFILLING SECTION TRENCH SAFETY - SHEETING AND SHORING SECTION PART 2 - PRODUCTS 2.1. MATERIALS All materials for concrete pavement and driveway repairs shall conform to the requirements of Item 360, "Concrete Pavement "Class A" Concrete" of the 2004 Standard Specifications for the Construction and Maintenance of Highways, Streets and Bridges, as adopted by the Texas Department of Transportation on June 1, Materials for asphalt pavement repairs shall conform to Item 340, "Hot Mix Asphaltic Concrete (Class "A")" /21/2014

229 Materials for hot mix-cold laid asphaltic concrete pavement shall conform to Item 350, Class "A", fine graded surface course type "FF". Hand finished concrete shall have a minimum 6 sacks of Portland Cement per cubic yard. PART 3 - EXECUTION 3.1. GENERAL All materials for pavement and driveway repairs and replacement shall be placed per applicable paving or trench detail, at the same depth of the existing pavement or as directed by the Engineer. The bedding and base for the concrete and asphalt pavement shall be installed in accordance with the applicable Standard Trench Backfill Detail and/or Standard Paving Detail. As directed by the Engineer, a temporary riding surface for pavement crossing shall be per the Hot Mix-Cold Laid Asphaltic Concrete Pavement for Temporary Pavement Repair detail. This shall be within 24 hours of the pavement crossing if required. (A NO PAY ITEM.) The sections of existing pavement to be removed adjacent to the pavement to remain, shall be sawed a minimum depth of two inches along neat lines as shown on the drawings or as established by the Engineer. Pavement which is to remain and is damaged by these operations shall be replaced at the Contractor's entire expense REINFORCED CONCRETE PAVMENT The existing pavement shall be sawed in accordance with these specifications and removed to a line 12 inches back of the firm banks of the trench. The concrete replacement shall be reinforced with like-size bars as the existing pavement, #3 minimum, lapping 30 diameters on splices; and spaced on a minimum of 24-inch centers each way. The replacement concrete shall match the thickness of the existing concrete pavement. The new concrete pavement shall be protected from vehicular traffic for a minimum of seven days or until a minimum flexural strength of 500 psi is obtained or until a compressive strength of 3,000 psi is obtained. The concrete shall be Class A unless specified otherwise by the Engineer. If the limiting trench width occurs within three feet of an expansion joint, construction joint or dummy joint, the Engineer may order the pavement removed and replaced to the existing joint and shall be paid as additional concrete pavement repair /21/2014

230 3.3. CONCRETE PAVEMENT WITH ASPHALT OVERLAY The existing pavement shall be removed to a neat line at least 12 inches back of the firm banks of the trench. The concrete replacement shall be reinforced with like-size bars as the existing pavement, #3 minimum, lapping 30 diameters on splices; and spaced on a minimum of 24-inch centers each way. The replacement concrete shall match the thickness of the existing concrete pavement. The final 2 inches over the concrete shall be asphaltic concrete as shown in the details ASPHALTIC CONCRETE PAVEMENT Unless otherwise specified, the pavement shall be replaced with six inches of compacted flexible base and a surface treatment as shown on the details. The first 4 inches shall be type B HMAC coarse graded binder course and the top 2 inches shall be type D HMAC fine graded surface course TESTING The finished surface of the pavement shall be smooth and true to the existing grade of the street. When tested with a 10 foot straightedge placed parallel to the center of the roadway, the finished surface shall have no deviation in excess of 1/8th inch per foot from the nearest point of contact. The maximum ordinate measured from the face of the straightedge shall not exceed 1/4 inch at any point. Any point in the pavement surface not meeting these requirements shall be immediately corrected. END OF SECTION /21/2014

231 PART 1 - GENERAL 1.1. DESCRIPTION SECTION REINFORCED CONCRETE DRIVEWAY APPROACHES The work under this section of the specifications includes all labor, equipment, and materials necessary to remove, install, construct, repair, and replace reinforced concrete driveway approaches to the finish grades and elevations, and depths as shown on the plans and as specified herein MEASUREMENT AND PAYMENT All reinforced concrete driveway approaches shall be measured per square yard complete in place and shall be paid for at the total unit price shown in the proposal. The fade out curb and reinforcing steel are included in the bid price RELATED WORK DESCRIBED ELSEWHERE TRENCHING, EMBEDMENT, BACKFILLING SECTION PART 2 - PRODUCTS 2.1. MATERIALS All materials for reinforced concrete driveway approaches shall conform to the requirements of Item 360, "Concrete Pavement "Class A" Concrete" of the 2004 Standard Specifications for the Construction and Maintenance of Highways, Streets and Bridges, as adopted by the Texas Department of Transportation on June 1, Hand finished concrete shall have a minimum 6 sacks of Portland Cement per cubic yard. PART 3 - EXECUTION 3.1. GENERAL All materials for reinforced concrete driveway approach removal, repair, and replacement shall be placed per applicable paving or trench detail, at the same depth of the existing driveway approach or as directed by the Engineer. The bedding and base shall be installed in accordance with the applicable Standard Trench Backfill Detail and/or Standard Paving Detail /2014

232 3.2. LIMITS The driveway approach will extend into the pavement section twenty four (24) inches from the back of curb. The driveway approach will extend along the pavement section from where the curb returns meet the curb running parallel to the pavement centerline. The driveway approach will end at the Right-of-Way line unless specified otherwise on the plans. END OF SECTION /2014

233 PART 1 - GENERAL 1.1. DESCRIPTION SECTION MILLING OF EXISTING ASPHALT PAVEMENT This item shall include the milling of existing asphalt pavement, asphalt stabilized base, or other non-portland cement concrete base to depths indicated in the bid proposal at the locations shown on the plans or as directed by the Engineer. The item shall also include removal, and disposal or salvage/stockpiling of the milled materials at the locations designated by the Engineer. When shown on the plans, the salvaged asphaltic concrete pavement and/or stabilized base, including any accompanying surface treatment, plant mix seal and microsurfacing, may be allowed or required for use in other construction items of this project MEASUREMENT AND PAYMENT Payment for asphalt milling shall be made at the Total Unit Price per square yard as shown in the proposal for the applicable bid item. The price shall include full compensation for removal of all materials to the depth shown, minimizing the dust escaping to the atmosphere, loading, hauling, unloading and satisfactorily storing or disposing of the material, and for all labor, tools, equipment, manipulation, temporary pavement markings and incidentals to complete the work RELATED WORK DESCRIBED ELSEWHERE HOT MIX ASPHALTIC CONCRETE PAVEMENT SECTION PAVEMENT REPAIR SECTION UTILITY ADJUSTMENTS SECTION PART 2 - EQUIPMENT The equipment for removing the pavement surface shall be a power operated milling machine or grinder with a minimum 2 feet cutting width. For detail work and cutting widths less than 2 feet, equipment with less than 2 feet cutting width shall be allowed. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The equipment shall be capable of removing in one pass, asphaltic concrete pavement of a thickness of 1 inch and any required thickness less than 1 inch in a minimum 3 foot width. Machines capabie of removing, in one pass, a depth greater than 1 inch will be permitted. The grade reference used by the Contractor may be of any type approved by the Engineer or designated representative. Control points, if required by the plans, shall be set at intervals not to exceed 50 feet. The Contractor shall set the grade reference from the control points. The grade /4/2009

234 reference shall have sufficient support so that the maximum deflection shall not exceed 1/16 inches between supports. The machine shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion, thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. The machine shall be equipped with means to control dust created by the cutting action. Adequate backup equipment (mechanical street sweepers, loaders, water truck, sprayers, brooms etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from the street surface daily. Stockpiling of milled material will not be permitted on the project site. Various machines may be required to make trial runs to demonstrate the capabilities of that machine and to determine the acceptability of that machine to the Engineer or designated representative. Any machine that is incapable, in the opinion of the Engineer or designated representative, of meeting these requirements will not be permitted. PART 3 - EXECUTION A. GENERAL The pavement surface shall be removed for the length, depth and width as shown on the plans, and to the lines and grades established by the Engineer. The milled surface shall provide a satisfactory riding surface free from gouges, continuous longitudinal grooves, ridges, oil film and other imperfections of workmanship and shall have a uniform textured appearance. When an existing asphaltic concrete pavement overlay is to be removed from an underlying Portland cement concrete pavement, all of the asphaltic concrete pavement shall be removed, leaving a uniform surface of Portland cement concrete, unless otherwise directed by the Engineer. B. SURFACE MILLING Surface milling shall be taken to a minimum depth of 2 inches or deeper as may be dictated by delamination of asphalt layers during the milling operation, to a depth of 1 inch below the lip gutter transitioning to the existing surface in 3 feet or as indicated on the plans for resurfacing operations. The pavement surface shall be removed to the appropriate milling depths around all castings within the area to be milled. When milling is used for leveling without the addition of asphalt, the milled surface shall be free of ridges deeper than 3/16 inches. Pavement, which is adjacent to steep curbs, inlets, manholes or other obstructions and that is not removed by the milling machine, shall be removed by other methods acceptable to the Engineeror. The pavement and curb surfaces shall be swept with a street sweeper or other sweeping equipment approved by /4/2009

235 the Engineer or designated representative to remove all debris leaving a clean and presentable condition. C. EDGE MILLING Edge milling at the gutter lip shall be taken to a minimum depth of 1/4 inch less than the overlay thickness and shall transition to the existing surface in a minimum of 6 feet. D. SPOT MILLING Milling for spot repairs shall be completed in successive passes to the depth specified. Ramping for spot repairs shall be minimized. Transition milling required at the beginning and ending of the overlay shall be taken to a minimum depth of the overlay thickness and transition to the existing surface for the length specified in the plans or by the Engineer. E. MISCELLANEOUS Unless otherwise specified, the milling material shall remain the property of the Contractor. Temporary stockpiling shall not be permitted on site. Temporary pavement markings shall be the responsibility of the Contractor. END OF SECTION /4/2009

236 SECTION HOT MIX ASPHALT OVERLAY PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section includes all labor, materials, and equipment necessary to install, construct, repair, replace and or resurfacing of Hot Mix Asphaltic Concrete Overlay as shown on the plans, directed by the Engineer, and specified herein MEASUREMENT AND PAYMENT A. HOT MIX ASPHALTIC CONCRETE OVERLAY The (Type "D") Hot Mix Asphaltic Concrete, Fine Graded Surface Course shall be measured per square yard, complete in place, as indicated in the bid proposal and shown on the drawings. Payment shall be at the Total Unit Price shown in the bid proposal for the applicable bid item. B. LEVELING COURSE The (Type "D") Hot Mix Asphaltic Concrete, Fine Graded Leveling Course shall be measured per ton, complete in place, as indicated in the bid proposal and shown on the drawings. Payment shall be at the Total Unit Price shown in the bid proposal for the applicable bid item. C. TACK COAT AND PRIME COAT The asphaltic materials for tack coat and prime coat shall be considered subsidiary to the cost of the overlay or leveling course and shall be included in the Total Unit Price shown in the bid proposal for the applicable bid item. PART 2 - MATERIALS A. All materials for Hot Mix Asphaltic Concrete Paving shall conform the requirements of item 340, "Dense-Graded Hot-Mix Asphalt (Method)" of the 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, adopted by the Texas Department of Transportation on June 1, /10/14

237 B. PRIME COAT The asphaltic material for Prime Coat shall be of type and grade as shown on the plans or as directed by the Engineer. C. TACK COAT The asphaltic material for Tack Coat shall be of type and grade as shown on the plans or as directed by the Engineer. PART 3 - EQUIPMENT A. All equipment necessary for the construction of the Hot Mix Asphaltic Concrete Pavement shall be on the project and shall be approved by the Engineer as to condition before the Contractor shall be permitted to begin construction operations on which the equipment is to be used. B. SPREADING AND FINISHING MACHINE The spreading and finishing machine shall be of a type approved by the Engineer and capable of producing a surface that shall meet the requirements of the typical cross section and surface test. For 30 foot face-to-face and 36 foot face-to-face residential streets, the spreading and finishing machine shall be wide enough to overlay the entire width in no more than two passes. The Operating Weight of the machine, as stated in the manufacturer s specifications, shall be at least 43,000 pounds. Any machine that is not capable of operating at this weight with a full hopper will not be approved. C. ROLLERS All roller equipment shall be of a type approved by the Engineer and shall be so constructed as to operate in both a forward and reverse direction with suitable provisions for moistening the surface of the rollers while operating. All equipment shall be maintained in good repair and operating condition. PART 3 - EXECUTION A. GENERAL The prime coat and tack coat shall not be placed when the air temperature is below 50 degrees Fahrenheit and is falling, but may be placed when the air temperature is 40 degree Fahrenheit and is rising, the temperature being taken in the shade and away from artificial heat; with the provisions that the asphaltic mixture shall be placed only when the humidity, general weather conditions and temperature and moisture condition of the base, in the opinion of the Engineer, are suitable /10/14

238 B. PRIME COAT The surface shall be cleaned by sweeping or other approved methods. The asphaltic material shall then be applied to the cleaned base at the approximate rate of two-tenths (0.2) to one-half (0.5) gallons per square yard of surface area. The application shall be made with an approved type of self- propelled pressure distributor so constructed and operated as to distribute the material evenly and smoothly in the quantity specifies or directed. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor; and for determining the rate at which it is applied; and for securing uniformity at the junction of the two distributor loads. No traffic, hauling or placing of subsequent curses shall be permitted over the freshly applied prime coat until authorized by the Engineer. The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. WARNING TO CONTRACTORS: Attention is called to the fact that these materials are highly flammable. The utmost care shall be taken to prevent open flames from coming in contact with the asphaltic material or the gases of same. The Contractor shall be responsible for any fires or accidents which may result from heating the asphaltic materials. C. TACK COAT The tack coat shall consist of an application of the asphaltic material indicated; and shall be at the rate specified on the plans or as directed by the Engineer, but not to exceed one-tenth (0.1) gallons per square yard of surface area. The surfaces of curbs, gutters, vertical faces of existing pavement and all structures in actual contact with asphaltic mixes shall be painted with a thin, complete coating of asphaltic material to provide a closely bonded, watertight joint. D. LEVELING AND SURFACE COURSE Any low areas or areas of transition shall be filled with a leveling course to bring the sections to be overlaid to a satisfactory condition before the final surface course is applied,. The compacted thickness of the surface course shall be per bid item. The asphaltic mixtures shall be at a temperature between 225 and 350 degrees Fahrenheit when dumped from the mixture. The mixture when dumped from the mixer shall not vary from the selected temperatures by more than 30 degrees Fahrenheit /10/14

239 In small areas, which are inaccessible to the spreading and finishing machine, hand spreading may be authorized by the Engineer, provided an acceptable surface can be obtained. E. COMPACTION Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the surface course, overlapped on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. Rolling with the pneumatic tire roller shall be done as approved by the Engineer. Rolling shall continue until no further compression can be obtained and all roller marks are eliminated. The motion of the rollers shall be slow enough at all times to avoid displacement of the asphaltic surface material. If displacement should occur, it shall be corrected at once by the use of rakes and fresh asphaltic mixtures where required. The roller shall not be allowed to stand on the surface course when it has not been fully compacted and allowed to cool. To prevent adhesion of the surface course to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water shall not be permitted. All necessary precautions shall be taken to prevent the dripping of gasoline, oil, grease or other foreign matter on the surface course while rollers are in motion or standing. In areas where the surface cannot be compacted with the rollers, hand tamps, lightly oiled, shall be used to secure the required compaction. F. TESTING The finished surface of the pavement after compaction shall be smooth and true to the established line, grade and cross section. When tested with a 10 foot straightedge placed parallel to the center of the roadway, the finished surface shall have no deviation in excess of 1/8th inch per foot from the nearest point of contact. The maximum ordinate measured from the face of the straightedge shall not exceed 1/4 inch at any point. Any point in the pavement surface not meeting these requirements shall be immediately removed and replaced. Grinding of the asphalt surface shall not be permitted. Upon completion of the work and before final acceptance and payment shall be made, pavement thickness test shall be made by the Engineer or his authorized representative unless otherwise specified in the special provisions or the plans. The number and location of tests shall be at the discretion of the Engineer. In the event of a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. The costs for the additional coring shall be at the same rate charged by commercial laboratories. The contractor will immediately remove and replace pavement that is deficient in thickness at no cost to the City of Irving /10/14

240 END OF SECTION /10/14

241 SECTION REMOVE AND REPLACE FENCE PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section of shall consist of removing and replacing wooden and chain link fencing associated with the construction of this project MEASUREMENT AND PAYMENT The existing fence replacement shall be measured by the linear foot and will be paid for at the Total Unit Price shown in the bid proposal for the specified item. The price shall include all materials, labor, equipment, temporary fencing, and incidentals necessary for the removal and replacement of existing fencing. PART 2 - MATERIALS 2.1. CHAIN LINK FENCING The base metal of the fabric shall be a good commercial quality of steel wire. The wire shall be woven throughout in the form of approximately uniform square mesh, having parallel sides and horizontal and vertical diagonals. The top and bottom shall be knuckled. The entire fabric shall be zinc coated in accordance with ASTM Designation A 392. Posts and rails may be hot rolled or formed, tubular in cross section and shall be steel in accordance with strength requirements of ASTM F WOOD FENCING Fencing material will be pine, fur, or cedar to match existing fence type. All wood to be Grade 1, relatively free of warps and knots. Prefabricated fencing sections will not be allowed. Posts may be hot rolled or formed, tubular in cross section and shall be steel in accordance with strength requirements of ASTM F PART 3 - EXECUTION Fencing is to be removed as required for construction. Temporary fencing will be required for those yards with animals, pools, children, or as required by the Engineer to maintain public safety. New material shall be used for the replacement fencing unless otherwise instructed by the Engineer. All new fence posts are to be placed two feet into the ground and anchored with concrete. Fence rails and slats are to be nailed and not stapled. END OF SECTION /15/2013

242 PART 1 - GENERAL 1.1. DESCRIPTION SECTION CONCRETE SIDEWALKS, CURB AND GUTTER The work to be performed under this section of specifications shall consist of providing all labor, equipment, materials and incidentals necessary to install complete in place reinforced and non-reinforced concrete sidewalks, concrete curb and gutter, and integral curb as shown on the plans, directed by the Engineer and specified herein MEASUREMENT AND PAYMENT A. SIDEWALKS The removal and replacement of concrete sidewalks as required shall be measured by the square yard, complete in place, and shall be paid for at the Total Unit Price shown in the bid proposal for the applicable bid item. B. CONCRETE CURB AND GUTTER AND INTEGRAL CURB The removal and replacement of concrete curb and gutter, and concrete integral curb shall be measured by the linear foot, complete in place and paid for at the Total Unit Price shown in the bid proposal for the applicable bid item. C. Measurement and payment for the items listed in this section shall be limited to the maximum trench width plus two (2) feet, as shown on the trench backfill detail sheet, for the specified size pipe installed RELATED WORK DESCRIBED ELSEWHERE TRENCHING, EMBEDMENT AND BACKFILLING SECTION PAVEMENT REPAIR SECTION WHEEL CHAIR RAMPS SECTION RETAINING WALLS SECTION PART 2 - PRODUCTS 2.1. MATERIALS The concrete for this section shall be Class "A" as defined in Item 421, HYDRAULIC CEMENT CONCRETE, of the 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, adopted by the Texas Department of Transportation on June 1, /21/2010

243 2.2. REINFORCING STEEL Reinforcing steel shall conform to the requirements as set forth in Item 360, CONCRETE PAVEMENT, of the 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, adopted by the Texas Department of Transportation on June 1, 2004, and the spacing shall be as shown on the standard details and on the plans. PART 3 - EXECUTION 3.1. GENERAL All concrete removal shall be "saw cut" along a neat and uniform lines where shown on the plans, standard detail sheets, or directed by the Engineer. The subgrade or foundation material shall be excavated and shaped to the required lines, grades, and cross sections as shown on the plans or directed by the Engineer. If the subgrade or foundation material is dry, it shall be sprinkled lightly immediately before the concrete is poured. No concrete shall be poured until the subgrade has been prepared as outlined in Section SUBGRADE PREPERATION and has been accepted by the Engineer CONCRETE INTEGRAL CURB Concrete integral curb shall be constructed along the edge of the pavement section as an integral part of the slab, of the same type of concrete, and to the dimensions as shown on the plans, detail sheets and directed by the Engineer. The concrete for the integral curb shall not be poured more than thirty (30) minutes after the concrete for the slab CONCRETE CURB AND GUTTER Outside forms shall be of wood or metal, straight, free of warp, of a depth equal to the required lines and grade established on the plans, of a section satisfactory to the Engineer, and maintained during the depositing of concrete. Inside forms for the curb shall be of approved materials, rigidly attached to the outside forms, and be such design as to provide the required curb. Reinforcing steel shall be place in the position as shown or indicated on the plans. Care shall be exercised to keep all steel in it's proper location. Concrete for the curb and gutter section shall be mixed in a manner satisfactory to the Engineer. The concrete shall be poured in sections of the length indicated on the plans. Each section shall be separated by a pre-molded expansion joint of board joint of cross-section and thickness as indicated on the plans. After the concrete has been poured, it shall be struck off with a mule which will leave the concrete one half (1/2) inch shy of finished grade. Before the concrete has reached its initial set, grout or mortar shall be placed on the curb and gutter and /21/2010

244 struck off to the finished graded and cross-section as shown on the plans. The grout shall consist of one part Portland Cement to three parts fine aggregate. Before the grout reaches its finial set, it shall be smoothed with a wooden float or trowel, properly edged on the face of the gutter, and back of curb. A grooving tool shall then be used to divide the curb into uniform section lengths as shown on the plans. The surface shall then be brushed to a smooth and uniform finish. The completed concrete curb and gutter shall be cured in accordance with the requirements of Section REINFORCED CONCRETE STREET PAVEMENT of these specifications. The concrete curb and gutter shall be backfilled to the full height of the back of curb, tamped, and sloped as shown on the plans or directed by the Engineer CONCRETE SIDEWALKS This Item shall be with reinforcing steel, composed of four (4) inch thickness of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer, and the details shown on the plans. The subgrade shall be excavated and shaped to line, grade and cross section and if considered necessary in the opinion of the Engineer, hand tamped and sprinkled. The subgrade shall be moist at the time the concrete is placed. Trench backfill replacement shall conform to Trench Backfill Detail "Class G" for all utilities to be place under future sidewalks. Beneath sidewalk sections the native backfill shall be mechanically compacted to 90% standard proctor with a 2 inch layer of cushion sand for a sidewalk base. (No water jetting shall be permitted beneath sidewalk sections). Backfill is defined as "unimproved" under sidewalk sections. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of the concrete. Sidewalks shall be constructed in sections of the lengths shown on the plans. The different sections shall be separated by a pre-molded or board joint of the thickness shown on the plans, placed vertically and at right angles to the longitudinal axis of the sidewalk. Where the sidewalk abuts a curb or retaining wall, approved expansion material shall be placed along their entire abutment length. Similar expansion material shall be placed around all obstructions protruding through sidewalks. All concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depths specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be /21/2010

245 floated and then the surface shall be brush finished to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on the plans. Sidewalks shall be marked into separate sections each five (5) feet in length, by the use of approved jointing tools. When completed, the sidewalks shall be cured in accordance with the requirements as specified in Section REINFORCED CONCRETE STREET PAVEMENT of these specifications. Wheel chair ramps shall be constructed at all street intersections as shown on the plans REINFORCED CONCRETE SIDEWALKS ADJACENT TO RETAINING WALLS Reinforced concrete sidewalks shall be constructed in conjunction with Section REINFORCED CONCRETE RETAINING WALLS as shown on the plans. Construction shall be the same as in Item 3.4. of this item with the reinforcing steel spaced as shown on the plans, or as directed by the Engineer. END OF SECTION /21/2010

246 SECTION TEMPORARY RIDING SURFACE FOR UTILITY CUTS PART 1 - GENERAL 1.1. DESCRIPTION The work to be performed under this section of the specifications shall consist of placing hot mixed asphaltic concrete with flexbase in driveway approaches and streets for temporary pavement repairs where shown on the plans or as directed by the Engineer MEASUREMENT AND PAYMENT No measurement or payment shall be made for work performed or materials used under this section of the specifications. All materials and labor associated with this section shall be considered subsidiary to Section "Trenching, Embedment and Backfilling" RELATED WORK DESCRIBED ELSEWHERE TRENCHING, EMBEDMENT AND BACKFILLING SECTION FLEXIBLE BASE AND SUBGRADE MATERIAL SECTION PART 3 - EXECUTION Hot mixed asphaltic concrete shall be placed in areas directed by the Engineer with four (4) inches of compacted flexible base and two (2) inches of HMAC. END OF SECTION /30/2003

247 PART 1 - GENERAL 1.1. DESCRIPTION SECTION ASPHALT AND CONCRETE DRIVEWAY REPAIR The work performed under this section of the specifications shall consist of furnishing all labor, equipment, and materials necessary to remove and replace either asphalt or reinforced concrete driveways, complete in place, as shown on the plans, specified herein, or directed by the Engineer MEASUREMENT AND PAYMENT Reinforced concrete driveway repair shall be measured by the square yard, complete in place, and shall be paid for at the Total Unit Price shown in the proposal for the applicable bid item. Asphalt driveway repair shall be measured by the square yard complete in place, and shall be paid for at the Total Unit Price shown in the proposal for the applicable bid item RELATED WORK DESCRIBED ELSEWHERE PAVEMENT REPAIR SECTION TRENCHING, EMBEDMENT AND BACKFILLING SECTION PART 2 - MATERIALS 2.1. ASPHALT DRIVEWAYS The asphalt pavement shall consist of two (2) courses. The base course, on leveling up course, shall be type "B" asphalt and the surface course shall be type "D" asphalt pavement, both as described in the "City of Irving Standard Specifications for Grading and Paving" item number VII as established by Ordinance No and all amending ordinances REINFORCED CONCRETE DRIVEWAYS Concrete for driveway repair used in this section shall conform to the requirements as specified in item number IX of the "City of Irving Standard Specifications for Grading and Paving" as established by Ordinance No and all amending ordinances. Reinforcing steel is required for driveways and shall conform to the requirements as specified in the plans /91

248 PART 3 - CONSTRUCTION 3.1. The subgrade shall be excavated and shaped to line, grade and cross section and if considered necessary in the opinion of the Engineer hand tamped and sprinkled. The subgrade shall be moist at the time the concrete is placed Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete The reinforcing steel shall be placed in position as shown on the plans. Care shall be exercised to keep all steel in its proper locations Where driveways abut a curb or retaining wall, approved expansion material shall be placed along their entire length. Similar expansion material shall be placed around all obstructions protruding through driveways Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on the plans When completed, driveways shall be cured in accordance with the requirements of Section REINFORCED CONCRETE STREET PAVEMENT of these specifications. END OF SECTION /91

249 SECTION WHEELCHAIR RAMP AND CURB RAMP PART 1 - GENERAL 1.1. DESCRIPTION The work to be performed under this section of the specifications shall consist of furnishing all materials, labor and all incidental work required to construct reinforced concrete wheel chair ramps and reinforced concrete curb ramps as shown on the plans, directed by the Engineer and specified herein MEASUREMENT AND PAYMENT The installation of reinforced concrete wheel chair ramps and curb ramps shall be measured per each and shall be paid for at the total unit price shown in the bid proposal for the specified item. The bid price shown shall be full compensation for all materials, equipment, labor and incidental work, including but not limited to saw cutting, dyed or stained (not painted) grooves, installation of ADA truncated domes, removal of existing sidewalk, excavation, backfilling, adjacent curb and gutter, and reinforcing steel RELATED WORK DESCRIBED ELSEWHERE CONCRETE SIDEWALKS, CURB & GUTTER SECTION PAVEMENT REPAIR SECTION ADA TRUNCATED PAVERS SECTION PART 2 - MATERIALS 2.1. The concrete for this section shall be Class "A" as defined in Item 421, HYDRAULIC CEMENT CONCRETE, of the 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, adopted by the Texas Department of Transportation on June 1, Reinforcing steel shall be #3 bars on 18" centers each way " x 1/2" diameter asphalt coated dowels with 5" x 13/16" dowel sleeve shall be installed every 16" along the entire perimeter between the sidewalk and the wheel chair ramp/curb ramp Redwood expansion board shall also be installed along the entire perimeter between the sidewalk and the wheel chair ramp/curb ramp ADA TRUNCATED DOMES A. SOLID INTERLOCKING PAVING STONES (A.S.T.M. C-902) /1/2011

250 Brick pavers shall be 8 x 4 x 2-3/8, color per the appropriate detail, meeting ADA Section Pavers shall have detectable warning that consists of raised truncated domes with a diameter of 0.9 in. A height of nominal 0.2 and a center to center spacing of nominal Paving stones shall be vacuum dry-pressed, bevel-edge, kiln fired pavers, as manufactured by Pavestone Co.(817) , or approved equal. B. CAST IN PLACE TILES Truncated dome tiles shall be an epoxy polymer composition incorporating 4 layers of continuous strand fiberglass sheets with strands in an isotropic orientation and 1 layer of continuous strand fiberglass sheet with interwoven strands (woven roving). Product to incorporate ultra violet stabilized coating employing aluminum oxide particles in the truncated domes for slip and wear resistance. The tile shall incorporate an in-line pattern of truncated domes measuring nominal 0.2 height, 0.9 base diameter, and 0.45 top diameter, spaced center-to-center Armor Tile to be imprinted on face of tile as manufactured by Engineered Plastics Inc., Tel: , or approved equal. C. PHYSICAL REQUIREMENTS 1. All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or performance of the construction. 2. Compressive Strength - At the time of delivery to the work site, the average compressive strength shall not be less than 8,000 psi with no individual unit strength less than 7,200 psi, with testing procedures in accordance with ASTM Standard C Absorption - The average absorption shall not be greater than 5% with no individual unit absorption greater than 7% Surface of concrete (with grooves) shall be dyed with a charcoal gray color. LITHOCHROME Color Hardener or approved equal should be used to ¼ depth in the ramp and landing as shown on detail sheet. PART 3 - EXECUTION 3.1. DESCRIPTION Reinforced concrete wheel chair ramps shall be constructed at all intersections as shown on the plans, or as directed by the Engineer. Reinforced concrete curb ramps shall be constructed at all curbed driveways or alley approaches as shown on the plans, or as directed by the Engineer /1/2011

251 3.2. EXECUTION A. The sections of existing curb and gutter to be removed adjacent to the wheel chair ramp or curb ramp shall be sawed a minimum depth of two inches along neat lines as shown on the drawings or as established by the Engineer. Pavement which is to remain and is damaged by these operations shall be replaced at the Contractor's entire expense. B. Wheel chair ramps and curb ramps shall be constructed on a minimum 2" sand cushion. C. The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with Item 420, CONCRETE STRUCTURES, as specified in the 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, adopted by the Texas Department of Transportation on June 1, D. All reinforced concrete wheel chair ramps and curb ramps shall match adjacent surfaces with respect to materials, finished elevations, grades and depth as shown on the plans or as directed by the Engineer. E. The Contractor shall install a minimum 15" lap between reinforcing steel in street and reinforcing steel in wheel chair ramp/curb ramp. F. Depth and spacing of grooves shall be per appropriate detail. G. Concrete Mix Design: The concrete should contain a minimum of 5 ½ sacks (517 lb) of cement per cubic yard of concrete. All fine and coarse aggregates must be nonreactive (free of deleterious particles). The water content should be the minimum amount practical, and the slump should not exceed four (4 ) inches. H. Size and location of ADA truncated domes shall be per the appropriate detail. I. Installation of Solid Interlocking Paving Stones: 1. Edge Restraints: All edges of the installed truncated domes shall be restrained as required inside the ramp area by the concrete ramp itself. 2. Sand Laying Course: The uncompacted sand laying course shall be spread evenly over the area to be paved and then screeded to a level that will produce 1" thickness when the paving stones have been placed and vibrated. Final elevation of paving stones shall be slightly higher than adjacent curb, or other paving, to allow for any minor settling that may occur within the base. Once screeded and leveled to the desired elevation, this sand laying course shall not be disturbed in any way. 3. Sand /1/2011

252 Bedding and joint sand shall be clean, non-plastic, and free from deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. The bedding and joint sand shall be as hard as practically available. The bedding and joint sand shall conform to the grading requirements of A.S.T.M. C 33 as shown in Table 1. Table 1 Grading Requirements for Bedding Sand A.S.T.M. C 33 Sieve Size Percent Passing 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95 to 100 No. 8 (2.36 mm) 85 to 100 No. 16 (1.18 mm) 50 to 85 No. 30 (600 µm) 25 to 60 No. 50 (300 µm) 10 to 30 No. 100 (150 µm) 2 to Laying Of Paving Stones: a.) The paving stones shall be laid with paving stone edges parallel to the sides of the ramp block out. b.) The paving stones shall be laid in such a manner that the desired pattern is maintained and the joints between the stones are as tight as possible. For maximum interlock it is recommended that joints between stones do not exceed 1/8" (3mm). c.) String lines should be used to hold all pattern lines true. d.) The gaps at the edge of the paver surface shall be filled with stones cut to fit. Cutting shall be accomplished to leave a clean edge to the traffic surface using a masonry saw. Whenever possible, no cuts should result with a paver less than 1/3 of original dimension. e.) Paving stones shall be vibrated into the sand laying course using a plate tamper capable of 3,000 to 5,000 pounds compaction course with the surface clean and joints open. Caution shall be taken so as not to crack any stones. Stones which split during vibrating shall be removed and replaced /1/2011

253 f.) After vibration, joint sand shall be spread over the paving stone surface, allowed to dry, and vibrated into joints with additional vibrator passes and brushing so as to completely fill joints. g.) Surplus material shall then be swept from the surface or left on surface during construction time to insure complete filling of joints during initial use. J. Installation of Cast In Place Tiles: Pour and float concrete to required dimensions. Place tile in proper location and working in a grid pattern, tamp the tile into the wet concrete using a rubber mallet and a scrap piece of wood (always avoid striking the tile directly). Continue this process until all of the air has been released, and the tile surface is flush with the surrounding area. K. Application of LITHOCROME Color Hardener (or approved equal): All handling, storing and application methods of this material shall be in strict accordance with the manufacturer s guidelines. Adjacent concrete surfaces should be protected by plastic sheeting during application and finishing of the color hardener. LITHOCROME Color Hardener or approved equivalent should never be applied at a coverage rate of less than 60 pounds (1 bag) per 100 square feet. The color hardener should be applied after the concrete substrate has reached the point where the bleed water disappears and the floating process will not disrupt the level of the surface. Earlier application may reduce durability and require a higher coverage rate. Color hardener should never be used to dry bleed water remaining on the surface. LITHOCHROME Color Hardener should be hand-broadcasted uniformly across the surface by the dry-shake method. The color hardener should normally be applied in two separate broadcasting operations (shakes). Two-thirds of the material should be applied in the first shake with one-third being withheld for the second shake and final touch-up as necessary. After each application, the dry color hardener must be thoroughly and completely worked into the surface by use of wooden hand floats or power troweling machine equipped with float blades (shoes). Long-handled fresnos must not be used. The concrete must not be troweled until after the final application. END OF SECTION /1/2011

254 SECTION BLOCK SODDING PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section shall include furnishing and planting Bermuda grass or St. Augustine grass in the areas between the curbs and walks, or terraces, or embankments or cut slopes, or disturbed areas, or in such areas as designated on the plans and in accordance with the requirements of this specification MEASUREMENT AND PAYMENT Block sodding will be paid for at the total unit price per square yard, complete in place, as provided in the bid proposal. The total unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all material, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the plans and these specifications. PART 2 - MATERIALS Sod shall consist of live and growing Bermuda grass or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant stage of these grasses shall be inspected by the engineer to verify that the grass is alive and acceptable. Bermuda grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavation, hauling, and planting. Sod material shall be kept moist from the time it is dug until placed. When so directed by the engineer, the sod existing at the source shall be watered to the extent required prior to excavation. Sod material shall be planted within three days after it is excavated. PART 3 - CONSTRUCTION After the designated areas have been completed to the lines, grades and crosssections shown on the plans and as provided for in other items of the contract, /30/2014

255 sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Block Sodding Two inches of topsoil(sandy loam) shall be placed at all locations where sod is to be placed as shown on the plans or where directed, and the sod blocks shall be carefully placed on the topsoil. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after it is planted. From April to October, the sod shall be watered at least twice per day for a period no less than 14 days after its placement and a least once per day for a period of no less than 14 days after that. From November to March, the sod shall be watered at least twice per day for a period no less than 14 days after its placement. The Contractor may be required to water more frequently and at such times and in a manner and quantity directed by the Engineer to sustain healthy growth and establishment of the sod. During Irving Stage 3 or 4 Water Rationing, the contractor may not be allowed to obtain water from fire hydrants along the project, but rather be directed to obtain water from specified locations within the City of Irving. Permit will be required to use City of Irving water during stage 2-4 water restrictions and can be found in section TEMPORARY WATER. END OF SECTION /30/2014

256 SECTION GROUND COVER PART 1 GENERAL 1.1 DESCRIPTION The work as specified in this section shall include furnishing and planting ground cover typically to replace existing ground cover destroyed by construction; or other areas as designated on the plans. 1.2 MEASUREMENT AND PAYMENT Ground cover will be paid for at the total unit price per square yard, complete in place, as provided in the bid proposal. The total unit price shall be the total compensation for furnishing and planting all ground cover; for all topsoil, fertilizer, and mulch; for all watering; for disposal of all surplus materials; and for all material, labor, equipment, tools, and incidentals necessary to complete the work, all in accordance with the plans and these specifications. PART 2 MATERIALS 1.1 PLANTS Plants shall be the same species and size, or better, as the original ground cover or as specified on the plans. All planting stock shall be nursery grown in accordance with good horticultural practices. 1.2 SOIL MATERIAL Topsoil; Fertile, friable agricultural soil, typical for locality, capable of sustaining vigorous plant growth, taken from drained site; free of subsoil, clay or impurities, plants, weeds, roots, lumps, stones, stumps, and other noxious materials. 1.3 MULCH AND TOP DRESSING MATERIALS Mulching Material: Shredded, Composted ½ - 1 Max. Size Cypress mulch, shredded, free of grown or germination inhibiting ingredients /18/2002

257 PART 3 EXECUTION 1.1 PREPARATION OF SUBSOIL A. Prepare subsoil to eliminate uneven areas. Maintain profiles and contours. Make changes in grade gradual. Blend slopes into level areas. Feather in grades around existing trees. B. Remove foreign materials, weeds and undesirable plants including their roots. Remove contaminated subsoil. 1.2 PLACING TOPSOIL A. Spread topsoil mix to a minimum depth of 2 inches in groundcover beds, tilled or spaded to 6 depth. Rake smooth. B. Place topsoil during dry weather and on dry unfrozen subgrade. C. Grade topsoil to eliminate rough, low or soft areas, and to ensure positive drainage. 1.3 FERTILIZING A. Fertilizer to be Lesco landscape and ornamental fertilizer , 3 to 4 month slow release, or equal. Apply after initial raking of topsoil. B. Mix thoroughly into upper 2 inches of topsoil at the rate of 1.5 pounds per 100 square feet. C. Lightly water to aid the dissipation of fertilizer. 1.4 PLANTING GROUND COVER A. Spacing: Space plants 6 apart. B. Planting: Dig holes large enough to allow for spreading of roots and backfill with planting soil. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. Water thoroughly after planting, taking care not to cover leaves of plants with wet soil. 1.5 MULCH A. Install mulch over all ground cover areas. Cover shall be continuous to a depth of 1 inch. B. Schedule mulching to take place immediately after planting /18/2002

258 Mulch shall be kept out of the crowns of shrubs and off buildings, sidewalks, light standards, and other structures. Mulch elevation to match adjacent finish grade and paving surface. 1.6 WATERING A. Following the planting of ground cover, each plant shall be immediately and thoroughly watered by means of a hose with a slow stream of running water. B. Apply water in sufficient quantities and as often as seasonal conditions require to keep the ground wet, but not soaking, at all times, well below the root systems of the plants for a period of time not less than 14 days after planting. END OF SECTION /18/2002

259 SECTION EROSION AND SEDIMENTATION CONTROL PART 1 - GENERAL 1.1. DESCRIPTION The work as specified in this section shall include developing a Storm Water Pollution Prevention Plan (SWPPP), posting and maintaining an information sign on the project, and all labor, tools, equipment and incidentals necessary for furnishing, installing, maintaining, and inspecting erosion and sedimentation control devices as required by a Primary Operator in operational control of the day to day operations of construction, as defined by the Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR The City of Irving shall be defined as a Primary Operator in the operational control of the plans and specifications for the project. Information on the TCEQ TPDES General Permit No. TXR can be found at: On this project, "erosion and sedimentation control devices" shall be defined as any approved control measure installed around proposed or existing inlets which are subject to interception of surface water containing sediment from soil erosion and/or sedimentation fencing used to stop construction sedimentation from being washed onto surrounding property and/or into adjacent drainage structures and/or adjacent drainage channels and/or adjacent bodies of water and/or into street right-of-ways MEASUREMENT AND PAYMENT Development of the SWPPP shall be measured and paid per lump sum. Any necessary amendments to the SWPPP during construction will be considered a non-pay item. "Erosion and Sedimentation Control Devices" will be measured and paid for as a lump sum item for all items used. Payment for Erosion and Sedimentation Control shall be made at the Total Price shown in the bid proposal for this item and shall include all labor, equipment and materials necessary for construction, installation, repairs or replacement, periodic removal of accumulated sediment, and removal of control devices upon completion of the project. Payment and maintenance of an information sign on the project shall be measured per each and paid at the Total Unit Price shown in the bid proposal. PART 2 - MATERIALS 2.1. Erosion and sedimentation control devices shall be constructed and maintained in accordance with the details and requirements shown on the plans. The Contractor is expected to use the most current Best Management Practices (BMP) Manual prepared by the North Central Texas Council of Governments (NCTCOG) /21/2014

260 PART 3 - EXECUTION 3.1. GENERAL The Contractor shall provide the Engineer with four bound copies of the SWPPP for projects that will disturb one or more acres of soil. In the SWPPP, the City of Irving shall be defined as a Secondary Operator that only has authority to employ other Operators and approve and disapprove of changes to the plans and specifications. The Contractor shall be defined as having day to day operational control of the construction activities as well as operational control of the plans and specifications. If the total ground cover disturbance is five (5) acres or greater, the SWPPP shall be sealed by a Professional Engineer currently licensed in the state of Texas. A copy of TPDES General Permit No. TXR and this specification shall be included as part of the SWPPP. The Contractor shall also provide, construct and maintain all erosion and sedimentation control devices. Any erosion control devices shown in the plans are only guidelines provided by the Engineer. The Contractor has the ultimate responsibility for the effective control of erosion and sedimentation. The Contractor shall erect and maintain an information sign near the main entrance of the construction site with a copy of the appropriate Construction Site Notice and the TCEQ NOI form if applicable. If the construction project is a linear construction project (e.g. pipeline, road, etc.), the information sign must be placed in a publicly accessible location near where construction is actively underway. The information sign for these linear projects may be relocated, as necessary, along the length of the project. The information sign must be readily available for viewing by the general public, local, state, and federal authorities. The Contractor shall keep a copy of the SWPPP on the construction site at all times. The Contractor shall make inspections weekly AND within 24hrs after each rainfall event greater that one-half inch (0.5 ) and shall promptly repair or replace damaged control devices. Accumulated silt shall be removed when it reaches a depth of six inches (6 ) and disposed of as appropriate for such material. The Contractor shall provide qualified personnel responsible for the inspection of the project. The City shall delegate the authority for the storm water pollution prevention inspection to the Contractor s designated representative. Erosion and sedimentation control devices shall be removed when the construction site has obtained final stabilization in accordance with TPDES General Permit No. TXR Temporary controls may be necessary outside of the right-of-way at locations of material source, storage sites, or other operations contributing to erosion problems. Temporary controls associated with these areas outside of the right-of-way will not be considered a pay item. Any on-site concrete wash out areas must be identified on the erosion control plan and addressed in the SWPPP. In sandy soils with a PI of 20 or less, additional protective measures are to be taken by the Contractor to prevent any leaching of concrete wash out into the ground water. SWPPP must state what measures will be taken to prevent any dewatering activities from polluting storm systems and preventing silt/sediment from entering the storm systems /21/2014

261 When identifying the drainage basin that runoff outfalls to, include the segment identification and its impairment if any. If they are impaired, include how the project could potentially add to the impairments and what measures will be taken to prevent further impairments. Pertinent information can be found at: SMALL CONSTRUCTION ACTIVITY Small construction activity is defined as construction activities that include clearing, grading, and excavating that result in land disturbance of equal to or greater than one (1) acre and less than five (5) acres of land. Small construction activity also includes the disturbance of less than one (1) acre of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than one (1) and less than five (5) acres of land. Copies of the TCEQ Construction Site Notice for projects between 1 and 5 acres are included with this section. The Construction Site Notice shall be submitted to Wayne E. Lee with the City of Irving Capital Improvement Program two days prior to any earth disturbing activities that qualifiy as a small construction activity. After the project has obtained final stabilization in accordance with TPDES General Permit No. TXR150000, a copy of the Construction Site Notice indicating the date of final stabilization shall be submitted to the City of Irving LARGE CONSTRUCTION ACTIVITY Large construction activity is defined as construction activities that include clearing, grading, and excavating that result in land disturbance of equal to or greater than five (5) acres of land. Large construction activity also includes the disturbance of less than five (5) acres of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than five (5) acres of land. Copies of the TCEQ Construction Site Notice for projects equal to or greater than five (5) acres and the TCEQ Notice of Intent (NOI) and Notice of Termination (NOT) are included with this section. These forms are only required if the total ground cover disturbance is five (5) acres or greater. The NOI is sent to the TCEQ and a copy must also be submitted to Wayne E. Lee with the City of Irving Capital Improvement Program seven days prior to any construction. The Construction Site Notice must be posted on the information sign at the project site. The NOT is sent to the TCEQ and a copy shall be submitted to the City of Irving after the project has obtained final stabilization in accordance with TPDES General Permit No. TXR CONSTRUCTION ACTIVITY LESS THAN ONE ACRE Construction activities that result in land disturbance of less than one (1) acres of land will not require an SWPPP or an information sign. However, the contractor shall incorporate appropriate Erosion and Sedimentation BMP s to prevent erosion and sedimentation from entering the storm drainage systems of the City of Irving /21/2014

262 3.5. CONSTRUCTION ACTIVITY ON MULTIPLE SITES Construction activities that contain multiple sites will not need to develop a SWPPP if each individual site does not disturb more than one acre and each site is more than one quarter mile away from each other. However, the contractor shall incorporate appropriate Erosion and Sedimentation BMP s to prevent erosion and sedimentation from entering the storm drainage systems of the City of Irving /21/2014

263 COPIES OF ALL APPLICABLE FORMS SHALL BE SUBMITTED TO: City of Irving CIP Department Wayne E. Lee, P.E. 825 W. Irving Blvd. Irving, TX /21/2014

264 SMALL CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR The following information is posted in compliance with Part I I.E.2. of the TCEQ General Permit Number TXR for discharges of storm water runoff from small construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site s location, estimated start date and projected end date, or date that disturbed soils will be stabilized Location of Storm Water Pollution Prevention Plan: For Small Construction Activities Authorized Under Part II.E.2. (Obtaining Authorization to Discharge) the following certification must be completed: I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.E.2. of TPDES General Permit TXR and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Date Notice Removed MS4 operator notified per Part II.F /21/2014

265 LARGE CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERM I T TXR PRI MARY OPERATOR NOTI CE This notice applies to construction sites operating under Part II.E.3. of the TPDES General Permit Number TXR for discharges of storm water runoff from construction sites equal to or greater than five acres, including the larger common plan of development. The information on this notice is required in Part III.D.2. of the general permit. Additional information regarding the TCEQ storm water permit program may be found on the internet at: Site-Specific TPDES Authorization Number: Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site s location, and estimated start date and projected end date, or date that disturbed soils will be stabilized. Location of Storm Water Pollution Prevention Plan: /21/2014

266 LARGE CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR SECONDARY OPERATOR NOTICE This notice applies to secondary operators of construction sites operating under Part II.E.3. of the TPDES General Permit Number TXR for discharges of storm water runoff from construction sites equal to or greater than five acres, including the larger common plan of development. The information on this notice is required in Part III.D.2. of the general permit. Additional information regarding the TCEQ storm water permit program may be found on the internet at: Site-Specific TPDES Authorization Number: Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site s location, and estimated start date and projected end date, or date that disturbed soils will be stabilized. Location of Storm Water Pollution Prevention Plan (SWP3): For Large Construction Activities Authorized Under Part II.E.3. (Obtaining Authorization to Discharge) the following certification must be completed: I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.E.3. of TPDES General Permit TXR and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Date Notice Removed MS4 operator notified per Part II.F /21/2014

267 /21/2014

268 /21/2014

269 /21/2014

270 /21/2014

271 /21/2014

272 /21/2014

273 /21/2014

274 /21/2014

275 /21/2014

276 /21/2014

277 /21/2014

278 /21/2014

279 /21/2014

280 /21/2014

281 /21/2014

282 /21/2014

283 /21/2014

284 /21/2014

285 /21/2014

286 /21/2014

287 /21/2014

288 /21/2014

289 /21/2014

Rehabilitation of the 2.0 MG Finley EST and 5.0 MG Hackberry No. 4 GST CITY OF IRVING ITB NUMBER 035M-15F PREPARED BY FOR

Rehabilitation of the 2.0 MG Finley EST and 5.0 MG Hackberry No. 4 GST CITY OF IRVING ITB NUMBER 035M-15F PREPARED BY FOR Rehabilitation of the 2.0 MG Finley EST and 5.0 MG Hackberry No. 4 GST CITY OF IRVING ITB NUMBER 035M-15F PREPARED BY Kleinfelder Central, Inc. Texas Registered Engineering Firm No. F-5592 FOR CITY OF

More information

SOLICITATION OVERVIEW

SOLICITATION OVERVIEW MASONRY & STONEWORK DUE: 3/25/16 SOLICITATION OVERVIEW The City of Irving is soliciting bids for: TITLE: Masonry and Stone Work ITB Number: 115D-16F Commodity: 0240 & 0299 Masonry & Stone Work Due Date:

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904) CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged. Inspiration Water & Sewer Adjustments Bid No. 16-217-05-17 Page 3 of 26 Addendum #1, RFB 16-217-05-17, May 13, 2016 be furnished to all bidders as an amendment to the solicitation, if such information

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project RES. NO. PROPOSAL FOR THE COMPLETION OF 2015-28 TO THE SATISFACTION OF THE BUTLER COUNTY COMMISSIONERS AND THE COUNTY ENGINEER: SAID WORK CONSISTING OF TYLERSVILLE ROAD IMPROVEMENTS, PHASE I TO THE COUNTY

More information

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. 531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

2016 CONCRETE REPLACEMENT PROJECT

2016 CONCRETE REPLACEMENT PROJECT CITY OF DELTA, COLORADO CONTRACT DOCUMENTS FOR 2016 CONCRETE REPLACEMENT PROJECT Prepared By: City of Delta 360 Main Street Delta, Colorado 81416 (970) 874-7566 ext 216 CITY OF DELTA PUBLIC WORKS DEPARTMENT

More information

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 APRIL 24, 2017 DERBY DESTINATION DEVELOPMENT PUBLIC PROJECT NO. 1 EAST FREEDOM STREET PUBLIC PROJECT NO. 2 WEST FREEDOM STREET PUBLIC PROJECT NO. 3 WATERLINE IMPROVEMENTS PUBLIC PROJECT NO. 4 SANITARY SEWER IMPROVEMENTS

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

Residential Sewer Backup Prevention Program

Residential Sewer Backup Prevention Program City of Wheaton Residential Sewer Backup Prevention Program Please Note: The City reserves the right to modify the policies, procedures and rules of this program or discontinue the program in its entirety

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original PROJECT BID NO EPWU PEM CONSULTANT SUBMITTED ON / / as a 95% (A) original RESUBMITTED ON / / as a 95% (B) revision 1.0 FRONT COVER 1.1 1.2 1.3 1.4 Title begins with location key words, otherwise with program/project

More information

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan. Addenda - Documents used by the Owner to incorporate interpretations or clarifications, modifications,

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual. January 5, 2005 Traffic Signal Installation NE Lakewood Blvd. and NE Anderson Dr. Bid No. 06-075 ADDENDUM NO. 1 Contract Bidders: Enclosed is Addendum No. 1 to the above reference contract documents. Please

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 Bid #48-15 Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 City of Portsmouth Public Works Department Sewer Inventory INVITATION TO BID Sealed bid proposals,

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 RFP NO. FY13.1142.FSM UTU ABE MALAE Executive Officer Page 1 of

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES

APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES APPLICATION FOR COMBINED HEAT AND POWER INCENTIVES PECO is offering cash incentives for qualified Combined Heat and Power (CHP) technology projects 1 to encourage the development of projects that improve

More information

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703)

Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA Phone (703) Gainesville Technical Center 5399 Wellington Branch Drive Gainesville VA 20155 Phone (703) 754-6750 Work Request # UNDERGROUND DISTRIBUTION FACILITIES AGREEMENT (FOR COMMERCIAL CUSTOMER) Developer/Builder/Owner

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

10:00 AM, Wednesday, April 8, 2015

10:00 AM, Wednesday, April 8, 2015 NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and

More information

Standard Specifications & Details

Standard Specifications & Details Standard Specifications & Details 2013 TABLE OF CONTENTS SECTION 100 INFORMATION FOR BIDDERS SECTION 101 PRINTED PROPOSAL FORMS SECTION 102 VARIATION IN ESTIMATED QUANTITIES SECTION 103 EXAMINATION OF

More information

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT 228 Windham Center Road, Windham, ME 04062 Telephone (207) 892-1800 FAX (207) 892-1805 INSTRUCTIONS, SPECIFICATIONS, AND

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

THIRD STREET WATER MAIN REPLACEMENT PROJECT

THIRD STREET WATER MAIN REPLACEMENT PROJECT MARINA COAST WATER DISTRICT THIRD STREET WATER MAIN REPLACEMENT PROJECT CIP NO. OW-0240 June 2015 00010-1 Third Street Water Main Replacement Project CIP No. OW-0240 Document 00050 Marina Coast Water

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

More information

Table of Contents for Guide Specifications

Table of Contents for Guide Specifications Table of Contents for Guide Specifications 01270A Measurement and Payment 01355A Environmental Protection 01356A Storm Water Pollution Prevention Measures 01421 Basic Storm Water Pollution Prevention Plan

More information

BROKER - CARRIER AGREEMENT

BROKER - CARRIER AGREEMENT Version 7.02 as endorsed by the National Transportation Brokers Association. Membership in the National Transportation Brokers Association is not mandatory for use of this Agreement; however, it is understood

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

INSPECTION AND ACCEPTANCE FOR MAINTENANCE Inspection and Acceptance For Maintenance Page 1 (Last revised 6/29/10) INSPECTION AND ACCEPTANCE FOR MAINTENANCE SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Acceptance Sewer As Built Drwg Example

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID Bid No. 14044 (4 WD LX Honda Pilot or Nissan Xterra X 4x4) Bid Release: February 4, 2014 Bid Questions Deadline: Bid Due Date: February 11, 2014, 2:00pm February 20,

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Date: November 30, 2016

More information

Carbon Forged Steel Fittings

Carbon Forged Steel Fittings BONNEY FORGE SALES CENTER/WAREHOUSE 14496 CROGHAN PIKE P.O. BOX 330 MT. UNION, PA 17066 (814) 542-2545 (800) 345-7546 FAX (814) 542-9977 TELEX 910-240-9091 E-MAIL: bfsales@bonneyforge.com WEB SITE: http://www.bonneyforge.com

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP)

NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) NORTHEAST TEXAS PUBLIC HEALTH DISTRICT (NET HEALTH) REQUEST FOR PROPOSALS (RFP) PROJECT: SERVER REPLACEMENT November 28, 2016 OVERVIEW 1. Project Background and Description The Northeast Texas Public Health

More information

Document Management System Request for Proposals

Document Management System Request for Proposals Document Management System Request for Proposals City of Great Falls PO Box 5021 Great Falls, MT 59403 Contact: Lisa Kunz City Clerk 406-455-8451 lkunz@greatfallsmt.net PROPOSALS DUE: Wednesday AUGUST

More information

Acknowledgement of Aramco Overseas Company BV. Supplier Code of Conduct

Acknowledgement of Aramco Overseas Company BV. Supplier Code of Conduct IMPORTANT DOCUMENT PLEASE RETURN SIGNED ACKNOWLEDGEMENT Acknowledgement of Aramco Overseas Company BV Supplier Code of Conduct (Applicable to Vendors, Manufacturers, Contractors and Sub-Contractors) Aramco

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

HARRIS COUNTY APPRAISAL DISTRICT

HARRIS COUNTY APPRAISAL DISTRICT HARRIS COUNTY APPRAISAL DISTRICT Houston, Texas BID NUMBER 2016-09 CUSTOM PRINTED ENVELOPES FOR THE HARRIS COUNTY APPRAISAL DISTRICT 13013 NORTHWEST FREEWAY HOUSTON, TEXAS 77040 Issued: October 19, 2016

More information

CONSIGNMENT AGREEMENT

CONSIGNMENT AGREEMENT CONSIGNMENT AGREEMENT This Consignment Agreement, hereinafter referred to as this Agreement, states the terms of the parties agreement with respect to personal property, hereinafter referred to as Consigned

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST

More information

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809 Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 PRA Project No. 00-0 SWTC Project No. -0 July 0 00-0 TITLE PAGE 00

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request

More information

CHARLESTON HEAVY LIFT 2, INC.

CHARLESTON HEAVY LIFT 2, INC. CHARLESTON HEAVY LIFT 2, INC. DERRICK BARGE OCEAN RANGER TARIFF NO. 1 Hoisting Rates, Charges, Rules and Conditions Governing Use Of 500-ton Capacity Derrick Barge OCEAN RANGER TARIFF THIS TARIFF IS SUBJECT

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

Energy Auction for the CPV Sentinel Generating Facility

Energy Auction for the CPV Sentinel Generating Facility Energy Auction for the CPV Sentinel Generating Facility Energy Auction Instructions and Terms and Conditions of Participation Updated June 11, 2013 A. GENERAL A.1. Company ( SCE ) seeks to sell, by this

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

TERMS AND CONDITIONS: (Stated in U.S. Dollars):

TERMS AND CONDITIONS: (Stated in U.S. Dollars): TERMS AND CONDITIONS: (Stated in U.S. Dollars): Kim Lighting, (hereinafter Kim ) Kim hereby gives notice of its exception to any different or additional Terms and Conditions other than as stated herein

More information

7. EXCAVATION IN PUBLIC STREETS The E-Permit & U-Permit

7. EXCAVATION IN PUBLIC STREETS The E-Permit & U-Permit 7. EXCAVATION IN PUBLIC STREETS The E-Permit & U-Permit 7.1 E-Permit and U-Permit Permit Description and Purpose The Excavation Permit (E-Permit) and the Utility Permit (U-Permit) are issued to allow construction,

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION

CLARIFICATION, QUESTIONS AND RESPONSES AND DRAWINGS CLARIFICATION Addendum No. 1 Wheeler, Roberts, Moran and Stewart Water Main Replacements PWP Bid No.: WA-2018-029 TMWA Capital Project No.: 10-0001.0048 November 22, 2017 The following information, clarifications, changes

More information

SECTION I: Corrections, Deletions, Revisions to RFP

SECTION I: Corrections, Deletions, Revisions to RFP For which Proposals are scheduled to be received no later than 10 a.m., Central Standard Time on Wednesday, June 21, 2017 (pursuant to the Request of Proposal (RFP): Temporary Staffing Services for 2018

More information

WAREHOUSING STANDARD TRADING CONDITIONS. 1. Definitions Warehouseman means Crossdock Systems.

WAREHOUSING STANDARD TRADING CONDITIONS. 1. Definitions Warehouseman means Crossdock Systems. WAREHOUSING STANDARD TRADING CONDITIONS 1. Definitions Warehouseman means Crossdock Systems. Conditions means the individual terms and conditions within these Standard Trading Conditions. Customer means

More information

INVITATION TO BID ON TOWN PAVING PROJECTS

INVITATION TO BID ON TOWN PAVING PROJECTS INVITATION TO BID ON TOWN PAVING PROJECTS Offers shall be clearly labeled Paving Bid and submitted to: Town of Madison Paving Bid Attn: Tim Curtis, Town Manager 26 Weston Ave Madison, ME 04950 Bid opening:

More information

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details TABLE OF CONTENTS Shipping Information Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details Machine Performance Standards Mailing Equipment Specifications Weighing

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES OCTOBER 09, 2014 EAST BAY REGIONAL PARK DISTRICT Atlas Road Extension Improvements POINT PINOLE REGIONAL SHORELINE PROPOSALS DUE: 2:00PM, NOVEMBER

More information