73
Exhibit 3 Denton Municipal Electric City of Denton, Texas TECHNICAL SPECIFICATION Water and Sanitary Sewer Improvements – Phase 2 for the Denton Energy Center IFB# 6503 PROJECT SUMMARY Denton Municipal Electric (City of Denton, Texas) is seeking bids for construction of the Water and Sanitary Sewer Improvements – Phase 2 for the Denton Energy Center. This specification provides the information necessary to allow prospective Contractors to prepare bids for complete construction of this project as described in the drawings and this specification. The Contractor shall provide all equipment, materials and labor necessary to complete the work described in a manner satisfactory to the City. The contract for complete construction of the Water and Sanitary Sewer Improvements – Phase 2 for the Denton Energy Center will be awarded to one Contractor. Any drawing errors discovered shall be promptly reported to DME for resolution. The construction work required for this IFB shall be as described in the plans and specifications. As an introduction and summary, the typical components of the work for the public improvements are: Water and Sanitary Sewer: The Contractor shall perform 12 inch, 16 inch, and 20 inch water line improvements including constructing the new water lines, 24 inch steel casing by bore, 36 inch steel casing by bore, 36 inch steel casing by open trench, 12 inch water carrier line, 20 inch water carrier line, valves, fire hydrant, rock excavation, and connecting to the existing water line as well as all other work to complete the project. The Contractor shall also perform 6 inch sanitary sewer service, 8 inch, and 10 inch gravity sanitary sewer line improvements including constructing the new sewer lines, 18 inch steel casing by open trench, manholes, cleanouts,

PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

  • Upload
    phungtu

  • View
    214

  • Download
    1

Embed Size (px)

Citation preview

Page 1: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Exhibit 3Denton Municipal Electric

City of Denton, Texas

TECHNICAL SPECIFICATIONWater and Sanitary Sewer Improvements – Phase 2 for the Denton Energy Center

IFB# 6503

PROJECT SUMMARYDenton Municipal Electric (City of Denton, Texas) is seeking bids for construction of the Water and Sanitary Sewer Improvements – Phase 2 for the Denton Energy Center. This specification provides the information necessary to allow prospective Contractors to prepare bids for complete construction of this project as described in the drawings and this specification. The Contractor shall provide all equipment, materials and labor necessary to complete the work described in a manner satisfactory to the City.

The contract for complete construction of the Water and Sanitary Sewer Improvements – Phase 2 for the Denton Energy Center will be awarded to one Contractor.

Any drawing errors discovered shall be promptly reported to DME for resolution.

The construction work required for this IFB shall be as described in the plans and specifications. As an introduction and summary, the typical components of the work for the public improvements are:

Water and Sanitary Sewer:

The Contractor shall perform 12 inch, 16 inch, and 20 inch water line improvements including constructing the new water lines, 24 inch steel casing by bore, 36 inch steel casing by bore, 36 inch steel casing by open trench, 12 inch water carrier line, 20 inch water carrier line, valves, fire hydrant, rock excavation, and connecting to the existing water line as well as all other work to complete the project. The Contractor shall also perform 6 inch sanitary sewer service, 8 inch, and 10 inch gravity sanitary sewer line improvements including constructing the new sewer lines, 18 inch steel casing by open trench, manholes, cleanouts, rock excavation as well as all other work to complete the project. There is a IFB ALTERNATE included in the project for a portion of the work. The IFB ALTERNATE provides an alternate pipe size for a portion of the water line improvements. The IFB ALTERNATE pipe is 16 inch ductile iron pipe for the portion of the 20 inch ductile iron water line improvements shown on the drawings, including associated fitting, valve, and casing sizes. Both the Base Bid and the ALTERNATIVE BID will be evaluated during the award process.

Other Improvements associated with the work:

The Contractor shall perform the other associated work such as general site preparation, traffic control, barricades, barriers, and warning signs, temporary erosion control, and surface restoration.

Page 2: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Coordination with the Denton Energy Center Contractor:

The Contractor shall coordinate his work with the Denton Energy Center contractor so that the Energy Center work is not impeded by the water and sanitary sewer improvement work. While performing work adjacent to the Energy Center, the contractor shall follow the safety protocols established by the Energy Center contractor. The contractor shall attend a safety training meeting with the Energy Center contractor, who will provide the Contractor with the safety protocols.

Construction Safety within Airport Property

A portion of the sanitary sewer line improvements are within the Denton Enterprise Airport. The Contractor shall adhere to the Construction Safety Plan for work within the Denton Enterprise Airport. The Construction Safety Plan is included as a separate document.

Specific Schedule of Work

The Contractor shall follow the specific schedule of work as outlined below:

1) Upon Notice to Proceed the Contractor shall have the 12 inch water line -2 work completed within 30 calendar days for the portion of the 12 inch water line-2 from station 25+00 to the connection to existing at approximate station 36+09 including disinfection and testing.

2) Upon Notice to Proceed the Contractor shall begin the sanitary sewer line work in addition to the 12 inch water line-2 work noted above. This includes the portion of sanitary sewer line work within the Denton Enterprise Airport. The sanitary sewer line work shall begin with the sanitary sewer line improvements within the Denton Enterprise Airport. The sewer line work within the Denton Enterprise Airport shall be completed within 21 calendar days after the Notice to Proceed. Unless additional work crews are utilized for the remaining water line work, both the entire sanitary sewer line work and the above noted 12 inch water line-2 work shall be completed prior to performing the remainder of the water line improvements.

Technical questions, drawings, and transmittals shall be directed to:

Mr. Robin Harris P.E.

Teague Nall & Perkins 1517 Centre Place Drive, Suite 320Denton, TX 76205 Phone: (940) 383-4177Fax: (940) 383-8026

[email protected]

IFB # 6503 – EXHIBIT 3 Page 2 of 46

Page 3: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

PROJECT LOCATION

The Denton Energy Center is located on the south side of Jim Christal Road west of Masch Branch Road. A general location map is shown on the drawings.

I. GENERAL REQUIREMENTS OF THE CONTRACTORA. Site Conditions

The Contractor shall be responsible for visiting the site and properly accounting for site and excavation conditions in bid prices. Unexpected conditions in excavation will not be considered basis for a cost adjustment. Any known underground utilities will be shown on plans; however, there are no guarantees as to what may be discovered during excavation. The Contractor remains under the obligation to obtain underground utility locations prior to any excavation.

B. Work Required Near Energized Lines

Denton Municipal Electric is a municipally owned electric utility whose business purpose is to transmit, distribute, and sell electricity. The work identified in this IFB is intended to provide facilities that will form part of the infrastructure necessary for operation of the electric utility. No work is required on energized lines for this project; however the Contractor is hereby notified that there may be energized electric power lines on or near the work areas on any given site. Work may be required above energized underground distribution conductors. Appropriate precautions are required to prevent tools or equipment being placed or operated closer than ten (10) feet from any distribution voltage overhead power line or closer than twenty (20) feet from any transmission voltage overhead power line. The Contractor shall consult with DME for appropriate instructions on working near underground conductors. The Contractor shall be responsible for compliance with all OSHA requirements related to the work.

C. Locations of Facilities, Surveying, and Staking

Water and sanitary sewer improvement lines and grades shall be as shown on the drawings, City standard drawings, applicable NCTCOG drawings and the specification for the project. The City will provide surveying control on or near the site, which will include a benchmark. The Contractor shall provide horizontal and vertical staking of the water and sewer line improvements. The Contractor shall be responsible for protection of these references. Should the Contractor’s activities result in damage to the benchmark the City will have the reference replaced at the expense of the Contractor and at no expense to the City. Should the Contractor require re-staking of water and/ or sewer line improvements due to the Contractor damaging these references the Contractor shall have the references re-stake at no expense to the City. The Contractor will be fully responsible for obtaining locates for utilities for the project. Refer to “Locating

IFB # 6503 – EXHIBIT 3 Page 3 of 46

Page 4: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Underground Utilities” within this section. The following staking shall be provided by the contractor for the water and sanitary sewer improvements:

Water Lines

1. Grade and Alignment stakes shall be provided at 50' intervals.2. Valves, bends, fire hydrants, tees, casing pipes, and all other appurtenances to the line

shall be staked before construction in that area proceeds. The Contractor shall consult with the Inspector before work begins to establish the appurtenances that will need to be staked.

Sanitary Sewer Lines

3. Grade and Alignment stakes shall be provided at 50' intervals.4. Manholes and casing pipes shall be staked before construction in that area proceeds.

The Contractor shall consult with the Inspector before work begins to establish the appurtenances that will need to be staked.

D. Standard of Work and Codes and StandardsAll work shall be done in a thorough and workmanlike manner in accordance with the plans, specifications, and construction drawings.

E. Drawings and Other DocumentsAll drawings, maps, and other documents pertaining to projects or otherwise provided pursuant to the IFB or referenced herein shall be considered a part of this specification.

F. Safety Requirements

The City considers safety to be the highest core value and priority. The goal is for zero incidents or injuries. The same goal is expected of Contractors and subcontractors throughout the project. In submitting an IFB, the Contractor is agreeing to pursue the work with the highest degree of regard for all aspects of safety in the prosecution of the project. The Contractor further agrees that the City, or any designated employee or representative of the City, has the right to stop work at any time that it is believed that there is, or could be, a compromise to safety; and, that in the case of such a work stoppage, the Contractor will not be allowed to continue the work until the compromise to safety is resolved to the satisfaction of the City. Any work stoppage for reasons of safety will not be considered as basis for a claim for additional funds.

1. The work shall be performed in accordance with all applicable federal, state, and local safety regulations and in accordance with all City safety policies. The Contractor shall comply with all reasonable safety requirements by the City.

2. The Contractor shall be responsible for the observance of proper safety practices and the avoidance of unnecessary damage to property by all personnel engaged in the work.

3. The Contractor shall take all steps necessary to prevent damage to or interference with existing power lines, communication facilities, roadways, railroads, waterways,

IFB # 6503 – EXHIBIT 3 Page 4 of 46

Page 5: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

buried cables, pipelines, fences and other facilities adjacent to or crossing the project right-of-way.

4. Neither the professional activities of the Engineer, nor the presence of the Engineer and/or City or the Engineer’s and /or City’s employees and sub-consultants at the construction site, shall relieve the general Contractor and any other entity of their obligations, duties, and responsibilities including, but not limited to, construction means, methods, sequences techniques, or procedures necessary for performing, superintending, or coordinating all portions of the work of construction in accordance with the contract documents and any health or safety precautions required by any regulatory agencies. The Contractor agrees that he is solely responsible for job-site safety, and warrants that this shall be made evident in the City’s agreement with the Contractor. The Contractor also agrees that the City, the Engineer and the Engineer’s consultants shall be indemnified and shall be insured under the Contractor’s general liability insurance policy.

5. The Contractor shall be responsible for citations and fines imposed on the Contractor from all sources.

6. The Contractor shall ensure that proper personal protective equipment (PPE) is in use at all times by all employees on site. As a minimum, this shall consist of hard hats safety glasses, leather work boots, and appropriate work cloths.

7. The City reserves the right to conduct random safety inspections.

8. Timeliness of injury notification – Injuries, accidents, near misses, and damage to equipment shall be reported to the City immediately after occurrence. The Contractor shall conduct an investigation and provide a written report to the City within 48 hours of any of the above types of incidents.

9. Return to work procedure – When an employee of the Contractor is injured and the injury requires off-site medical attention, it is required that the employee have a return to work authorization signed by a licensed medical provider stating that the employee is cleared to return to work with or without limitations. The Contractor may also be required to complete a root cause analysis that clearly defines the cause of the incident and the methods that will be instituted for prevention of recurrence. The City reserves the right to require that this root cause analysis be completed before resuming the work.

G. Locating Underground Utilities

As required by State law, the Contractor is responsible for obtaining all required locates for underground facilities prior to any excavation. Should non-located, or incorrectly located, underground utilities or other structures be encountered during excavation, the Contractor shall consult with the City immediately to determine a course of action. The Contractor shall cooperate with all parties in resolving any problems discovered and in keeping any utilities services in operation to the greatest extent reasonable while alternative solutions are implemented. The Contractor shall be responsible for repair of

IFB # 6503 – EXHIBIT 3 Page 5 of 46

Page 6: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

damaged underground facilities where the Contractor has failed to obtain proper locates prior to excavation. Any repairs required shall be done to the satisfaction of the City.

H. Material Sampling and Testing

See General Provisions for Material Sampling and Testing Requirements.

I. Work Staging Areas

The Contractor shall coordinate with the City for staging locations on the City property. If the Contractor must use private land for staging or other construction purposes, the Contractor shall make all necessary arrangements with the landowner and shall pay all rental or other costs. The City will not be liable for any damage, theft or vandalism that occurs to the Contractor’s equipment on the site.

Any land, whether belonging to the City of Denton or to a private landowner, used for staging or other construction purposes shall be thoroughly cleaned after use and restored to a smooth surface free of ruts and reseeded if appropriate.

J. Security

The City will not be liable for any damage, theft or vandalism that occurs to the Contractor’s equipment and/or materials on the substation site or any staging site.

K. Errors and Omissions by the ContractorNo payment shall be made to the Contractor for materials or labor required to correct errors or omissions on the part of the Contractor. Payment shall not be made for work found not to be in accordance with the plans and specifications.

L. Storm Water Pollution Prevention Plan Compliance

If the Contractor will be disturbing 1 acre or more of land during the course of constructing the improvements for the project, a SWPPP will be required. The SWPPP shall be included with the Temporary Erosion and Sedimentation Controls. The Contractor shall comply with all requirements contained in the SWPPP throughout the project and shall maintain all silt fences and drainage restrictions placed for the plan. If adjacent land is used for a staging area, appropriate features of the SWPPP shall apply to use of that land as well. The Contractor shall provide a copy of the SWPPP to the City prior to commencing construction.

M.Water Used For Construction

Water used for any uses including sprinkling, testing, and flushing of pipelines, or any other purpose incidental to this project, will be the responsibility of the Contractor. The Contractor may obtain the water from any source, including the City of Denton. In the event that the Contractor obtains the water from the City, the Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in such a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. The Contractor shall make

IFB # 6503 – EXHIBIT 3 Page 6 of 46

Page 7: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

arrangements with the City to provide the water required and the Contractor shall pay for the water at the prevailing rate.

N. Site Waste and Spoil Management and Cleanup

During the course of the project, from beginning to end, the Contractor shall maintain a continuous waste management and cleanup program. All waste material shall be contained or stockpiled daily before leaving the site. Any kind of waste, whether generated by the project or by employees of the Contractor, shall be contained daily in a dumpster or other container and removed from the site at least weekly. This type of waste shall not be left or allowed to accumulate outside the waste container beyond the end of the day. Pallets may be stacked for later removal unless they are damaged or intended for waste. With the exception of any unused material provided by the City remaining after completion of construction, all trash or unusable debris generated by the Contractor shall be disposed of in a manner suitable to the City and at the cost of the Contractor. Unless directed otherwise by the City, the Contractor shall dispose of excess spoil from site work.

The project will not be considered complete until the requirements of this section are complete.

Failure to comply with the requirements of this section at the end of the day will result in a mandatory work stoppage on the following day until the cleanup is completed.

Exceptions will be granted when weather makes cleanup problematic. The City must approve exceptions in advance.

O. Protection to Persons and Property

1. The Contractor shall at all times take all reasonable precautions for the safety of employees on the work and of the public, and shall comply with all applicable provisions of federal, state, and municipal safety laws and building and construction codes, as well as the safety rules and regulations of the City. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America unless such instructions are incompatible with federal, state or municipal laws or regulations.

2. The following provisions shall not limit the generality of the above requirements:a. The Contractor shall at no time and under no circumstances cause or permit any

employee of the Contractor to perform any work upon energized lines, or upon poles carrying energized lines.

b. The Contractor shall limit the movement of its crews and equipment so as to cause as little damage as possible to access ways and areas adjacent to the project site and shall endeavor to avoid marring the lands. All fences, which are necessarily opened or moved during the construction of the project, shall be replaced in as good condition as they were found. Except for access by public roads, the Contractor shall confine all activities to land owned by the City of Denton that are part of the project site or access easements thereto. Damage to

IFB # 6503 – EXHIBIT 3 Page 7 of 46

Page 8: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

adjacent properties shall be the responsibility of the Contractor. The Contractor shall be monetarily responsible to the Landowner for any damages to adjacent property or associated livestock. The City will settle damages with the Landowner and deduct such settlement from any funds due the Contractor if the Contractor does not settle damages with the Landowner within thirty (30) days after such damages occurred and became known to the Landowner, City, or Contractor.

c. The project, from the commencement of work to completion, or to such earlier date or dates when the City may take possession and control in whole or in part as hereinafter provided, shall be under the charge and control of the Contractor and during such period of control by the Contractor all risks in connection with the construction of the project and the materials to be used therein shall be borne by the Contractor. The Contractor shall make good and fully repair all injuries and damages to the project or any portion thereof under the control of the Contractor by reason of any act of God or other casualty or cause whether or not the same shall have occurred by reason of the Contractor's negligence. The Contractor shall hold the City harmless from any and all claims for injuries to persons or for damage to property happening by reason of any negligence on the part of the Contractor or any of the Contractor's agents or employees during the control by the Contractor of the project or any part thereof.

d. The Contractor shall remove any and all excess or unusable rock, debris, underbrush and other useless material from the site of the project as rapidly as practicable as the work progresses.

e. Upon violation by the Contractor of any of the provisions of this section, after written notice of such violation given to the Contractor by the City, the Contractor shall immediately correct such violation. Upon failure of the Contractor to do so, the City may correct such violation at the Contractor's expense: Provided, however, that the City may, if it deems it necessary or advisable, correct such violation at the Contractor's expense without such prior notice to the Contractor.

f. The Contractor shall submit to the City monthly reports in duplicate of all accidents, giving such data as the City may prescribe.

P. Non-assignment of Contractor

The Contractor shall perform directly, and without subcontracting, not less than ninety percent (90%) of the construction of the project, to be calculated on the basis of the total contract price. An exception to this requirement will be the steel casing by open trench and by bore. The Contractor shall not assign the contract effected by an acceptance of this IFB or any interest in any funds that may be due or become due hereunder or enter into any contract with any person, firm or corporation for the performance of the Contractor's obligations hereunder or any part thereof, without the approval in writing of the City and of the Surety and Sureties on any bond furnished by the Contractor for the faithful performance of the Contractor's obligations hereunder. If the Contractor, with consent of the City, and any Surety or Sureties on the Contractor's bond or bonds, shall enter into a subcontract with any subcontractor for the performance of any part of this contract, the Contractor shall be as fully responsible to the City for the acts and

IFB # 6503 – EXHIBIT 3 Page 8 of 46

Page 9: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

omissions of such subcontractor and of persons employed by such subcontractor as the Contractor would be for its own acts and omissions and those of persons directly employed by it.

Q. Restoration and Cleanup

The Contractor shall maintain a continuous cleanup program throughout construction both with regard to refuse and the surface condition of the site. All refuse, either project related or that generated by the Contractor’s personnel, shall be properly disposed of or placed by the end of each workday. The Contractor shall keep the surface of the site in a reasonably graded state with ruts repaired, spoil from excavation stockpiled or used were additional fill is needed, and excavations for removal of trees or other underground structures, whether natural or manmade shall be refilled and restored to a safe condition immediately upon completion of the removal and, in no case, left open beyond the end of the work day. Excess excavated or other removed material may be temporarily stockpiled in a common location on site to accumulate amounts that will allow truckload disposal to be efficient. The City reserves the right to specify when removals are made.

R. Special Requirements

1. City of Denton Requirements -- The Contractor shall comply with all City of Denton construction, traffic control, and other regulatory or rule requirements. Silt fences are required to be maintained. The Contractor shall install silt fences and other erosion control measures as required by the Temporary Erosion and Sedimentation Controls, and the Storm Water Pollution Prevention Plan (SWPPP), if a SWPPP is required. The Contractor shall comply with the requirements contained in the SWPPP and any amendments made thereto.

2. Vehicle Inspection -- Each vehicle that is to be used on the project may be inspected by the City at any time for excessive oil leaks. If significant oil leaks are found, the Contractor shall fix them before putting the equipment on any site. The Contractor shall be responsible to keep all his equipment maintained in such a manner to prevent oil leaks on the City's properties.

II. CONSTRUCTIONA. Time and Manner of Construction

1. The Contractor agrees to commence construction on the site on a date to be determined (hereinafter called the "Commencement Date"). The Contractor further agrees to prosecute diligently and to complete construction in strict accordance with the plans, specifications, and construction drawings within the time frame determined for the project at the time the purchase order is issued.

2. The time for completion of construction is critical. It is not anticipated that there will be any reason for an extension of the time required to complete the project. Extensions of time for completion will be considered only as a last resort and only for causes that are beyond the control and without the fault of the Contractor, including acts of God, fires, floods, inability to obtain materials, and acts or omissions of the City with respect to matters for which the City is solely responsible.

IFB # 6503 – EXHIBIT 3 Page 9 of 46

Page 10: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Provided, however, that no such extension of time for completion shall be granted the Contractor unless within five (5) days after the happening of any event relied upon by the Contractor for such an extension, Contractor shall have made a request therefor in writing to the City, and provided further that no delay in such time of completion or in the progress of the work which results from any of the above causes except acts or omissions of the City, shall result in any liability on the part of the City.

3. The Contractor shall submit a construction plan that includes the intended sequence and intended schedule for construction as soon as practical after the Notice of Award or purchase order is given for the project. The City shall have approval authority for the construction plan.

4. The City may from time to time during the progress of the construction of the project make such changes, additions to or subtractions from the plans, specifications, construction drawings, list of materials and sequence of construction provided for in the previous paragraph as conditions may warrant. If any change in the construction shall require an extension of time, a reasonable extension will be granted if the Contractor shall make a written request to the City within five (5) days after any such change is made. If the cost to the Contractor for construction of the project shall be materially increased by any such change or addition, the City shall pay the Contractor for the reasonable cost thereof in accordance with a construction contract amendment signed by the City and the Contractor, but no claim for additional compensation for any such change or addition will be considered unless the Contractor shall have made a written request and obtained approval therefore to the City prior to the commencement of work in connection with such change or addition. Such request must demonstrate to the satisfaction of the City the reasons for the cost change. Substitution of material of similar types shall not be considered as justification for a change in the project construction cost.

B. Environmental Protection

The Contractor shall perform work in such a manner as to maximize preservation of beauty, conservation of natural resources, and minimize marring and scarring of the landscape and silting of streams. The Contractor shall not deposit trash in streams or waterways, and shall not deposit herbicides or other chemicals or their containers in or near streams, waterways or pastures. The Contractor shall follow, under the general direction of the City and/or Engineer, the criteria relating to environmental protection as specified herein by the City and/or Engineer.

C. Contractor’s Resources

The Contractor agrees that in the event this proposal is accepted, he will make available for use in connection with the proposed construction all necessary resources to prosecute the project within the expected time. This shall include, as a minimum, tools, equipment, and qualified superintendents, foremen, technicians, and other labor resources.

D. Support System Inspector

IFB # 6503 – EXHIBIT 3 Page 10 of 46

Page 11: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

All contractors involved in excavations as defined in the most current OSHA Occupational Safety and Health Standards for excavations must submit a notarized affidavit prior to award of the IFB showing the name of the Support System Inspector. The affidavit must include a statement that the named individual is a competent person as defined in the OSHA regulations related to excavations. In order to be a “competent person,” one must have had specific training in, and be knowledgeable about soil analysis, the use of protective systems, and the OSHA regulations on excavations.

E. Supervision and Inspection

1. The Contractor shall cause the construction work on the project to receive constant supervision by a competent and qualified superintendent employed by the Contractor (hereinafter called the "Superintendent") who shall be present at all times during working hours where construction is being carried on. The worksite shall have continuous English speaking supervision. The Contractor shall also employ, in connection with the construction of the project, capable, experienced and reliable foremen and such skilled workmen as may be required for the various classes of work to be performed. Directions and instructions given to the Superintendent by the City shall be binding upon the Contractor.

2. The City reserves the right to observe, directly or through an independent engineering or testing firm, the activities of the Contractor and to require changes to procedures that, in the City’s or his representative’s opinion, do not meet the requirements or intents of this specification.

3. The Contractor shall plan and coordinate the work with the City such that notice and opportunity is afforded for inspection.

4. The City reserves the right to require the removal from the project of any employee of the Contractor if in the judgment of the City such removal shall be necessary in order to protect the interest of the City. The City, Engineer or the Supervisor has the right to suspend the work wholly if the Contractor or any of the Contractor's employees are being abusive or in any way trying to intimidate the City, Engineer or the Supervisor. If work is suspended due to this provision, there will be a meeting with the following entities represented to resolve and correct any problems: the Supervisor, the Engineer, the Contractor and the Contractor’s Surety. The Contractor shall not be compensated monetarily or by extension of completion date if the work on the project is suspended due to this provision. The City, Engineer or the Supervisor, if any, shall have the right to require the Contractor to increase the number of its employees and to increase or change the number or kind of tools and equipment if at any time the progress of the work shall be unsatisfactory to the City; but the failure of the City to give any such directions shall not relieve the Contractor of its obligations to complete the work within the time and in the manner specified in this proposal.

5. The manner of construction of the project, and all materials and equipment used therein, shall be subject to the inspection, tests and approval of the City and/or Engineer and the Contractor shall furnish all information required by the City and/or Engineer concerning the nature or source of any materials incorporated or to be incorporated in the project. The City and/or Engineer shall have the right to inspect all payrolls, invoices of materials, and other data and records of the Contractor and

IFB # 6503 – EXHIBIT 3 Page 11 of 46

Page 12: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

of any subcontractor, relevant to the construction of the project. The Contractor shall provide all reasonable facilities necessary for such inspection and tests and shall maintain an office at the site of the project, with telephone service where obtainable (mobile phone acceptable). The Contractor shall have an authorized agent accompany the City and/or Engineer when final inspection is made and, if requested by the City, when any other inspection is made.

6. In the event that the City or the Engineer shall determine that the construction contains or may contain defects, it shall be the duty of the Contractor and the Contractor's surety or sureties to have an inspection made by an Engineer approved by the City, for the purpose of determining the exact nature, extent and location of such defects.

7. The Engineer may recommend to the City that the Contractor suspend the work wholly or in part for such period or periods as the Engineer may deem necessary due to unsuitable weather or such other conditions as are considered unfavorable for the satisfactory prosecution of the work, excessive easement damage, or because of the failure of the Contractor to comply with any of the provisions of the specification: Provided, however, that the Contractor shall not suspend work pursuant to this provision without verbal authority from the City to do so. If verbal instruction is given, it shall be verified within twenty-four hours by written notification from the City. The time of completion herein above set forth shall be increased by the number of days of any such suspension, except when suspension is due to the failure of the Contractor to comply with any of the provisions of this contract. In the event that work is suspended by the Contractor with the consent of the City, the Contractor before resuming work shall give the City at least twenty-four (24) hour notice.

F. Defective Materials and Workmanship

1. The acceptance by the City or the Engineer of any materials equipment (including City-furnished materials) or any workmanship shall not preclude the subsequent rejection thereof if such materials, equipment, or workmanship shall be found defective after delivery or installation, and any such materials, equipment or workmanship found defective before final acceptance of the construction shall be replaced or remedied, as the case may be, by and at the expense of the Contractor. Any such condemned material or equipment shall be immediately removed from the site of the Project by the Contractor at the Contractor's expense. The Contractor shall immediately notify the City, Engineer, or Supervisor of any damage that is caused to any City furnished materials due to accident or negligence. If the City deems it necessary, the damaged material shall be replaced by the Contractor at Contractor’s expense. The Contractor shall not be entitled to any payment hereunder so long as any defective materials, equipment or workmanship in respect to the Project, of which the Contractor shall have had notice, shall not have been replaced or remedied, as the case may be.

2. Notwithstanding any certificate which may have been given by the City or the Engineer, if any materials, equipment (except City-furnished materials) or any workmanship which does not comply with the requirements of this specification shall be discovered within two (2) year after completion of construction of the project, the Contractor shall replace such defective materials or equipment or remedy

IFB # 6503 – EXHIBIT 3 Page 12 of 46

Page 13: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

any such defective workmanship within thirty (30) days after notice in writing of the existence thereof shall have been given by the City. In the event of failure by the Contractor to do the requested correction, the City may replace such defective materials or equipment or remedy such defective workmanship, as the case may be, and in such event the Contractor shall pay to the City the cost and expense thereof.

III. ENVIRONMENTAL CONTROLSIn an effort to protect the environment, to minimize damage claims against the Contractor and the City, every person working on this project needs to understand and follow the guidelines set out below. The construction contract requires that the Contractor perform the work "in such manner as to minimize marring and scarring of the landscape and silting of streams". The Engineer’s and City’s personnel will also be subject to these requirements. The following requirements shall be followed wherever applicable, except where local regulations or Landowner requirements are more stringent, in which case the more stringent requirements shall govern.

A. Hunting

There will be no hunting by the Contractor, his employees, or guests, on the project site, or on the privately owned lands which this line traverses. No firearms are to be carried by personnel engaged in the construction of this project.

B. Fires

Open fires of any type shall not be permitted on project site, or on adjacent property. All grass fires that start in the vicinity where the Contractor is working shall be the responsibility of the Contractor and all damage payments to the Landowner and Tenant or governmental agency shall be made by the Contractor.

C. Contamination

Crankcase oil, hydraulic oil, gasoline, etc., shall never be dumped into streams or onto the ground, but must be removed from the project for proper disposal. All used cans, boxes, packages and litter of all types shall be removed from the site immediately after use and shall never be allowed to be scattered by wind or to cause a fire hazard.

D. Excavation

Any and all excess earth, rock, debris, underbrush and all other useless material shall be removed by the Contractor from the site of the project as rapidly as possible as the work progresses.

E. Open Holes

No holes shall be left open or unfilled overnight.

IFB # 6503 – EXHIBIT 3 Page 13 of 46

Page 14: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

F. Markers

No section corner markers, property corner or corner post shall be disturbed in any way. If the placement of a structure is set too close to the marker or corner, the Contractor shall contact the City and/or Engineer to resolve the problem.

G. Roads

The Right of Way shall be used by the Contractor between public roads for the travel of the Contractor's vehicles. An exception to this requirement is granted to the Contractor in those specific circumstances stated on the plan and profile sheets or addendum, that existing roads may be used. If the Contractor desires to use other existing trails or roads through private property, he will obtain written permission from the Landowner with a copy thereof provided to the Engineer and City for their files before the trail or road is used by the Contractor.

H. Fences

The Contractor shall protect all fences on or adjacent to the City’s property, unless they are designated for removal.

I. Gates

Gates shall be used for all ingress and egress. Gates shall be closed and locked in accordance with the City’s instruction during the course of the project.

J. Domestic or Ranch Animals

Should any Contractor related activity cause injury to any domestic or ranch animal, the Contractor shall immediately notify the Owner of the animal and medical help for the animal should be obtained, if required. All claims need to be settled with the Owner of the animal immediately and a report given to the City.

K. Notification

The Contractor shall notify the project Observer and Denton Municipal Electric dispatcher each working day concerning the planned location of each Contractor crew on the project. The City may require other notifications to meet operational and safety requirements.

L. Firearms

There shall be absolutely no firearms carried by any individual or in any vehicle on any City of Denton work site or parked on adjacent property.

IV. ACCESS

A. Ingress and Egress

IFB # 6503 – EXHIBIT 3 Page 14 of 46

Page 15: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

1. The activities of the Contractor are to be restricted to the City’s property, authorized temporary construction easements, and/or permanent easements. The property is described on the plans. The Contractor is responsible for assuring that the property boundaries are known and that activities are confined to the property and easements.

2. The Contractor shall repair any damage to ingress and egress routes caused by the Contractor’s activities. The project will not be considered complete until such repairs are made.

B. Temporary Access Improvements.

Access improvement or other temporary access measures may, or may not, be required for any site.

V. SPECIAL CONTRACT REQUIREMENTS AND PRICE ITEM DEFINITIONS

A. Special Contract Requirements

1. The October 2004 edition of the North Central Texas Council of Governments Standard Specifications for Public works Construction will be utilized as a basis for both general and technical procedures to include types of materials and construction procedures used in the City of Denton. The following specifications and definitions are intended to (1) highlight requirements in the NCTCOG found on most projects in the City of Denton, (2) make specific requirements for materials or procedures where the NCTCOG gives options, (3) specify provisions for deviation from the NCTCOG, and (4) define the pricing items listed in Exhibit 1 Pricing Sheet. The following specifications are also numbered in accordance with the NCTCOG to aid in locating more specific requirements.

Conflicts sometimes arise when City of Denton provisions conflict with either the plans for the project or the North Central Texas Council of Governments specifications. The following order of precedence shall generally be followed in case of conflicts; however, the City Engineer shall make the final determination:

1. City of Denton construction plans2. City of Denton project specifications3. NCTCOG Standard Specifications

2. Manufacture Information

The Contractor shall email copies of information to the City from all manufacturers for materials and equipment to be used on the project. This information shall include:

(A) Product specifications sufficient to allow the City to determine whether the materials and equipment conform to the design concepts and project specifications.

IFB # 6503 – EXHIBIT 3 Page 15 of 46

Page 16: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

(B) Information on all warranties provided by the manufacturer.

All submittals shall be stamped by the manufacturer indicating that the manufacturer has checked the submittal for compliance with the specifications and City of Denton Material Check List. Unstamped or certified submittals shall be returned to the manufacturer unprocessed.Submittals shall be provided to the City prior to the preconstruction meeting. A preconstruction meeting will not be scheduled until all submittals have been approved by the City. No Construction will be allowed until a preconstruction meeting has been held.

3. Conflicts in Documentation

In the event that conflicts are discovered between this Technical Specification and the IFB instructions, the more restrictive statements shall apply.

4. Complete And Functional Construction with New Material

It is the intent of this specification to require water and sanitary sewer improvement work that provide new complete and functional systems interconnected with the existing associated systems. IFB pricing shall reflect this requirement. It is not possible to specify or describe every detail of work required to complete a project of this nature or to predict problems that might be encountered. The successful Contractor will be required to provide all labor, equipment, tools, specified material, and incidental items necessary to undertake the construction and complete the project, as described herein, resulting in fully prepared and functional systems that perform to their intended purposes. Minor omissions from the specification or drawings shall not relieve the Contractor from the obligation to provide the completed project that is fully functional as intended by the City. Failure of this specification to describe each detail or incidental item necessary for a complete and functional project shall not entitle the Contractor to additional charges. Examples of items that will not be considered as basis for claims for additional cost are, but shall not be limited to, minor relocations, minor changes in the grade of water and/or sewer lines, differences in the actual surface of the site from that shown on the drawings, reasonable weather delays, site cleanup, etc. Further, all work shall be performed and completed in a thorough and

IFB # 6503 – EXHIBIT 3 Page 16 of 46

Page 17: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

workmanlike manner and shall follow the best modern recognized practices, notwithstanding any omissions from this specification.

5. Price Calculation for Evaluation

The price to be used in evaluating the IFBs will be constructed by applying the unit price to the quantities shown on the IFB pricing sheet to arrive at a total price for the project.

B. Price Items

Payment sections of the specifications include all material, labor, and equipment necessary to complete the project.

General:

Item 103.3 Mobilization / Demobilization

General: This item includes mobilization cost such as site equipment and personal mobilization, up front coordination and other activities to prepare for the start of work. This item also governs the demobilization for the project including record drawings, general site final clean up, equipment and personal departure from the site, and other project closing activities.

NCTCOG Reference: Item 103.3, 107.24, 107.25, 107.26

Payment: Payment shall be at the contract lump sum price for Mobilization/ Demobilization. The combination of mobilization/demobilization will be paid once only at the initial time equipment and personnel are brought to the site. Mobilization will not be paid for replacements of equipment whether due to maintenance needs or for other reasons. Demobilization will not be paid at the final time equipment and personnel are removed from the site and all required demobilization items are satisfactorily provided. Item 103.3 Payment and Performance Bonds

General: This item shall be used to separate the bonds as specified in the contract documents into a separate IFB item. Include all bonds with their related costs in this item except for bid Bond.

NCTCOG Reference: Item 103.3

Payment: Payment shall be lump sum for all bonds provided for in the bid.

Item 203.3 General Site Preparation

This item is covered by City of Denton Amendments to NCTCOG Specifications Item 203.3 General Site Preparation.

IFB # 6503 – EXHIBIT 3 Page 17 of 46

Page 18: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Item 801 Traffic Control, Barricades, Barriers, and Warning Signs

This item is covered by City of Denton Amendments to NCTCOG Specifications Item 801 Barricades, Detours, and Warning Signs.

Item 201 Temporary Erosion Control

This item is covered by City of Denton Amendments to NCTCOG Specifications Item 201 Temporary Erosion Control.

Item 107.25 Disposal of Materials

Vegetative material removed as a result of work operations shall be transported off-site and deposited at a legal site in accordance with all applicable Federal, state, and local laws and regulations. Removed vegetation will not be allowed to remain in piles or mounds on the easement or surrounding property.

NCTCOG Reference: Item 107.25

Payment: No separate payment shall be made for disposal of vegetative materials. The disposal of vegetative materials shall be considered a subsidiary cost of General Site Preparation (Item 203.3)

Item 107.19.3 Trench Safety

General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item 107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction. The City will not review the submittal; it is simply a confirmation that the Contractor has prepared a trench safety plan as required by state and Federal law. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of NCTCOG Item 107.19.3.2. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. The Contractor accepts sole responsibility for compliance with all applicable safety requirements.

NCTCOG Reference: Item 107.19.3

Payment: Payment for this item shall be at the contract unit price per linear foot of excavation protection measures utilized for sanitary sewer lines and water lines separately.

WATER:

Item 501.7 16” and 20” R.J.D.I. Water Lines

IFB # 6503 – EXHIBIT 3 Page 18 of 46

Page 19: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

General: This item is covered by pertinent sections of the City of Denton Amendments to NCTCOG Specifications Item 501.7 Ductile Iron Pressure Pipe, Pipe Manufacture’s requirements and guidelines, City of Denton Standard Drawings, and this section. Waterlines shall be constructed according to NCTCOG Item 504 and 506 except as modified herein.

Joints: The ductile iron pipe shall be Class 52 Ductile Iron pipe and shall be push-on joint type. The pipe shall be restrained using approved mechanical restraint devices.

Restraints: Mechanical joint restraint products shall conform to the sizing requirements of AWWA C-110 for pipe diameter of 16” and larger or AWWA C-153 ductile iron fittings for pipe diameters 4”-12”. The products shall conform to the material provisions of NCTCOG Item 502.4.2.1.

Wrap: The ductile iron pressure pipe and fittings shall be wrapped in two layers of polyethylene encasement prior to installation. The inner encasement shall be 8 mil LLD polyethylene and the outer encasement shall be 4 mil cross linked polyethylene.

NCTCOG Reference: Item 504, 506.

Payment: Payment for this item shall be at the contract unit price per linear foot of restrained joint water main pipe installed. Unit price shall include pipe, encasements, fittings, installation, backfill, testing and disinfection, and temporary pavement repair if required. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 501.7 12”, 16” and 20” R.J.D.I. Water Carrier Pipe

This item is covered by pertinent sections of the City of Denton Amendments to NCTCOG Specifications Item 501.7 Ductile Iron Pressure Pipe, Pipe Manufacture’s requirements and guidelines, City of Denton Standard Drawings, City of Denton Amendments to NCTCOG Specification Item 503.2 Tunnel/Casing Pipe Spacers and Item 503.3 Boring and Tunneling, and this section.

Joints: The ductile iron pressure pipe shall be push-on joint with locking segments and a retainer weldment on the spigot end.

Wrap: The ductile iron pressure pipe and fittings shall be wrapped in two layers of polyethylene encasement prior to installation of casing spacers and prior to installation into the steel casing pipe. The inner encasement shall be 8 mil LLD polyethylene and the outer encasement shall be 4 mil cross linked polyethylene.

Approved Pipe material: American Ductile Iron Flex-Ring Joint pipe, or approved equal. Pipe class shall be special pipe class 52.

IFB # 6503 – EXHIBIT 3 Page 19 of 46

Page 20: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Payment: Payment for this item shall be at the contract unit price per linear foot of restrained joint water carrier pipe installed. Unit price shall include casing spacers, fittings, wrap, additional trench excavation for installation, installation of casing end seals, backfill, and testing and disinfection. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 501.14 6” and 12” C900 DR 14 PVC Water

This item is covered by City of Denton Amendments to NCTCOG Specifications Item 501.14 Polyvinyl Chloride (PVC) Water Pipe. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 501.7 16” and 20” C151 DIP CL 52

This item is covered by the City of Denton Amendments to NCTCOG Specifications Item 501.7 Ductile Iron Pressure Pipe. Pipe class shall be special pipe class 52. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 501.7.4 – Ductile Iron Fittings

General: This item shall govern the material requirements of ductile iron fittings and necessary mechanical joint restraints for use in water supply in accordance with City of Denton Amendments to NCTCOG Specifications Items 501.7.4. Installation of ductile iron fittings is described under the ductile iron and PVC pipe installation specifications. All fittings shall utilize mechanical joint restraints. All fittings shall include concrete thrust blocking for the full design thrust. For 16” and 20” water mains, additionally the water main shall be restrained at the ductile iron fittings for full design thrust requirement. The Contractor shall provide lay schedules developed by the pipe manufacture showing the required pipe restraint at fittings and the necessary design calculations for full thrust design. The lay schedule from the pipe manufacturer shall be a part of the shop drawing submittal.

Material: 16” and 20” ductile iron fittings shall be long body. Smaller size fittings shall be short body.

Wrap: The ductile iron fittings shall be wrapped in two layers of polyethylene encasement. The inner encasement shall be 8 mil LLD polyethylene and the outer encasement shall be 4 mil cross linked polyethylene.

Restraints: Mechanical joint restraint products shall conform to the sizing requirements of AWWA C-110 for pipe diameter of 16” and larger or AWWA C-153 ductile iron

IFB # 6503 – EXHIBIT 3 Page 20 of 46

Page 21: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

fittings for pipe diameters 4”-12”. The products shall conform to the material provisions of NCTCOG Item 502.4.2.1. The mechanical joint restraint provided shall correspond to the appropriate pipe or fitting material.

Installation: Installation of the mechanical joint restraint shall follow the manufacturer’s guidelines and the standard specifications for the corresponding pipe installation type.

Payment: There is no separate payment for ductile iron fittings. It is considered a subsidiary cost of the pipe installation IFB item.

Item 502.4.2 Mechanical Joint Restraint

General: This item governs the requirements of mechanical joint restraint products for use with PVC or ductile iron pressure pipe and fittings.

Submittals: Submittals shall demonstrate that the mechanical joint restraints meet all of the required standards of this item.

Material Requirements: The mechanical joint restraint product shall conform to the sizing requirements of AWWA C-110 for pipe diameter of 16” and larger or AWWA C-153 ductile iron fittings for pipe diameters 4”-12”. The product shall conform to the material provisions of NCTCOG Item 502.4.2.1. The mechanical joint restraint provided shall correspond to the appropriate carrier pipe or fitting material.

Installation: Installation of the mechanical joint restraint shall follow the manufacturer’s guidelines and the standard specifications for the corresponding pipe installation type.

Payment: There is no separate payment for mechanical joint restraint installation. It is considered a subsidiary cost of the pipe installation IFB item.

Item 502.6.2 12” , 16”and 20” Gate Valve

This item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.6.2 Resilient Seated Gate Valves.

Materials: In addition to the amendments to NCTCOG, 16” and 20” gate valves shall have 316 stainless steel hardware and bolts. The wedge encapsulation rubber shall be EPDM for all valve sizes. The operating nut shall be 2” square and opens left for all valve sizes.

Item 502.3 Fire Hydrant Assembly

This item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.3 Fire Hydrant Assembly.

Materials: The fire hydrant factory coating shall be gray.

Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place. Unit price shall include excavation, backfill, the fire hydrant,

IFB # 6503 – EXHIBIT 3 Page 21 of 46

Page 22: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

the gate valve, all appurtenances and fittings, and the valve box installation. Payment shall not include fire hydrant water line lead. Payment for fire hydrant water line lead shall be included in the 6” C900 DR 14 PVC Water bid item.

Item 503.3 24” and 36” Steel Casing By Bore

General: This item is covered by City of Denton Amendments to NCTCOG Specifications to Item 503.3 Boring and Tunneling, and City of Denton Standard Drawings.

Material: Material for the casing shall be steel with a minimum yield strength of 35,000 psi with a minimum ½” wall thickness conforming to NCTCOG Item 501.9. The casing pipe shall have a corrosion resistant epoxy-coal tar coating on the exterior and interior of the pipe in accordance with the AWWA C210 standard. Epoxy-coal tar coating shall be Tnemec Tneme-Tar Series 46H-413 or approved equal.

Testing: Field weld joints shall be visually inspected by a certified independent weld inspector for quality of welds in accordance with AWWA C206.

Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, and welding and weld testing required to install the encasement pipe or tunnel. The unit price shall not include rock excavation for the bore pit and receive pit, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 503.3 36” Steel Casing By Open Trench

This item is covered by pertinent sections of the City of Denton Amendments to NCTCOG Specifications Item 503.2 Tunnel/ Casing Pipe Spacers and Item 503.3 Boring and Tunneling, City of Denton Standard Drawings, and this section.

Material: Material for the casing shall be steel with a minimum yield strength of 35,000 psi with a minimum ½” wall thickness conforming to NCTCOG Item 501.9. The casing pipe shall have a corrosion resistant epoxy-coal tar coating on the exterior and interior of the pipe in accordance with the AWWA C210 standard. Epoxy-coal tar coating shall be Tnemec Tneme-Tar Series 46H-413 or approved equal.

IFB # 6503 – EXHIBIT 3 Page 22 of 46

Page 23: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Installation: Casing Pipe by open trench shall be installed at the location and in the quantities indicated on the plans. Casing Pipe by open trench shall be installed to the grade and alignment indicated on the plans. The Casing Pipe shall be welded to the Casing Pipe installed by bore method according to NCTCOG Item 503.3 “Boring and Tunneling”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Open trench at the end of the working day must be plated or barricaded from public access.

Testing: Field weld joints shall be visually inspected by a certified independent weld inspector for quality of welds in accordance with AWWA C206.

Payment: Payment for this item shall be at the contract unit price for each linear foot of Casing Pipe installed by open trench method. Unit price shall include trench excavation, embedment, pipe installation and welding, backfill, weld testing, and surface restoration. The installation of the carrier pipe shall not be included in this IFB item. Casing spacers placement and end seals shall not be included in this IFB item, Casing spacers and end seals shall be subsidiary to the carrier pipe installation cost. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item W01 – Connection to Existing 12” Water Line

General: This item governs the connection to the existing water line by coupling or transition coupling and/or other fittings as required in order to make the connection to the existing water main. Couplings or transitions couplings shall be Romac Industries ductile iron coupling or approved equal. The coupling or transition coupling shall meet AWWA C219 requirements. This item also includes removing existing fittings, thrust blocking, isolating the existing water line, safely handling water within the existing line, installing the necessary couplings and/ or fittings to make the connection, coordinating with the City for re-pressurizing the system and disinfection testing. Refer to the plans for additional requirements for the connection to the existing water main.

NCTCOG Reference: Item 107.25, 203, 501, 502.10, 506

Payment: Payment for this item shall be at the contract unit price per each for connection to existing 12” water main complete, in place and operational.

Item W02 – Connection to Existing 16” Water Line

General: This item governs the connection to the existing water line by tapping sleeve and valve. The tapping sleeve and valve shall be provided and installed by the City and paid for by the contractor. The contractor shall expose the tapping location for the City forces to make the tap. Refer to the plans for additional requirements for the connection to the existing water main.

NCTCOG Reference: Item 107.25, 203, 501, 502.10, 506

IFB # 6503 – EXHIBIT 3 Page 23 of 46

Page 24: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Payment: Payment for this item shall be at the contract unit price per each for connection to existing 16” water main complete, in place and operational.

Item W03 – 4” Service Connection

General: This item governs providing and installing the service connection on a new water main including providing and installing the tapping sleeve and valve, and constructing the water service line to the existing water meter location. Constructing the water service line to the existing meter location includes reducer, fittings, and connection to the HDPE water line at the existing meter. The work shall also include excavation, backfill, disinfection and pressure testing, surface restoration, and all other work to complete the service connection and provide and operable service to the Denton Energy Center.

NCTCOG Reference: Item 107.25, 203, 501, 502.10, 506

Payment: Payment for this item shall be at the contract unit price per each for 4” Service Connection complete, in place and operational.

Item 203.X Rock Excavation

General: This item shall provide for all the labor and equipment necessary to excavate all solid rock to the lines, neat lines and grades shown on the plans and standard details for trench excavation. Rock excavation shall not include gravel, cemented gravel, cobble, hardpan, and soft laminated shale. Solid rock shall be defined as rock formations, other than those excluded above, that require hard ripping, jackhammering, or other extra work beyond the capability of heavy duty trench excavating equipment such as a Caterpillar 235 or 345B Excavator. Blasting and the use of any explosives shall not be allowed. Material unsuitable for backfill and any excess material shall become the property of the contractor and disposed of appropriately, no separate pay will be given. Excavated rock shall be considered unsuitable for transporting to the onsite spoils site or spreading out on the adjacent field along the alignment of the project.

Payment: Payment shall be at the unit price per cubic yard of material excavated based upon the neat line depth of excavated rock, trench width of excavated rock, and along the center line of pipe line. The trench width used for measurement shall be the actual trench width of the excavated rock or the width of the pipe outside diameter plus 24”, whichever is less. This item shall include all labor, equipment, materials, tools and incidentals required to perform the work.

SANITARY SEWER:

Item 503.3 18” Steel Casing By Open Trench

This item is covered by pertinent sections of the City of Denton Amendments to NCTCOG Specifications Item 503.2 Tunnel/ Casing Pipe Spacers and Item 503.3 Boring and Tunneling, City of Denton Standard Drawings, and this section.

IFB # 6503 – EXHIBIT 3 Page 24 of 46

Page 25: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Material: Material for the casing shall be steel with a minimum yield strength of 35,000 psi with a minimum ½” wall thickness conforming to NCTCOG Item 501.9. The casing pipe shall have a corrosion resistant epoxy-coal tar coating on the exterior and interior of the pipe in accordance with the AWWA C210 standard. Epoxy-coal tar coating shall be Tnemec Tneme-Tar Series 46H-413 or approved equal.

Installation: Casing Pipe by open trench shall be installed at the location and in the quantities indicated on the plans. Casing Pipe by open trench shall be installed to the grade and alignment indicated on the plans. The Casing Pipe shall be welded to the Casing Pipe installed by bore method according to NCTCOG Item 503.3 “Boring and Tunneling”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Open trench at the end of the working day must be plated or barricaded from public access.

Testing: Field weld joints shall be visually inspected by a certified independent weld inspector for quality of welds in accordance with AWWA C206.

Payment: Payment for this item shall be at the contract unit price for each linear foot of Casing Pipe installed by open trench method. Unit price shall include trench excavation, embedment, pipe installation and welding, backfill, weld testing, and surface restoration. The installation of the carrier pipe shall not be included in this IFB item. Casing spacers placement and end seals shall not be included in this IFB item, Casing spacers and end seals shall be subsidiary to the carrier pipe installation cost. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item S01 C900 PVC Sleeve

General: This item is covered by City of Denton Amendment to NCTCOG Specification Items 501.1 and 501.17.

NCTCOG Reference: Items 501.1 and 501.17

Materials: Only pipe conforming to the materials provisions of City of Denton Amendments to NCTCOG Specifications Items 501.17 shall be allowed. Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. All C900 PVC sleeves shall be green in color and shall include casing spacers to support the carrier pipe at every 5 feet along the sleeve.

Payment: There is no separate payment for C900 PVC Sleeve installation. It is considered a subsidiary cost of the pipe installation IFB item.

Item 501.17 8” and 10” SDR 26 PVC Sanitary Sewer

IFB # 6503 – EXHIBIT 3 Page 25 of 46

Page 26: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

General: This item covers the installation of sanitary sewer pipe by open trench methods. All work covered by this item shall comply with City of Denton Amendments to NCTCOG Specification Items 501.17 except as modified herein. Pavement repair and surface restoration is not included in this item, but shall be paid for under the respective items for surface restoration included in this specification document.

NCTCOG Reference: Item 501.17, 504, 507

Materials: Only pipe conforming to the materials provisions of City of Denton Amendments to NCTCOG Specification Items 501.7, and 501.17 shall be allowed.

Installation: Connections to existing sewer pipes shall be done according to City of Denton Amendments to NCTCOG Specifications Item 507.4.5 and shall be subsidiary to sanitary sewer installation by open cut and no separate payment will be made.

Payment: Payment for this item shall be at the contract unit price for each linear foot of wastewater pipe installed. Unit price shall include furnishing of all labor, material, tools, equipment and incidentals necessary to complete the work, including pavement cutting and removal, bypass pumping if necessary, trench excavation, embedment, grouting, patching and cleanup, connecting to existing pipes, pipe and fitting installation, pipe sleeves, metallic pipe detection tape, concrete caps, final acceptance and final warranty and televised inspection of sanitary sewer, backfill, testing, and temporary pavement repair where necessary. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 501.7 10” R.J.D.I. Sanitary Sewer Carrier Pipe

This item is covered by pertinent sections of the City of Denton Amendments to NCTCOG Specifications Item 501.7 Ductile Iron Pressure Pipe, Pipe Manufacture’s requirements and guidelines, City of Denton Standard Drawings, City of Denton Amendments to NCTCOG Specification Item 503.2 Tunnel/Casing Pipe Spacers and Item 503.3 Boring and Tunneling, and this section.

Joints: The ductile iron pressure pipe shall be push-on joint with locking segments and a retainer weldment on the spigot end.

Wrap: The ductile iron pressure pipe and fittings shall be wrapped in two layers of polyethylene encasement prior to installation of casing spacers and prior to installation into the steel casing pipe. The inner encasement shall be 8 mil LLD polyethylene and the outer encasement shall be 4 mil cross linked polyethylene.

Approved Pipe material: American Ductile Iron Flex-Ring Joint pipe, or approved equal. Pipe class shall be special pipe class 52.

Payment: Payment for this item shall be at the contract unit price per linear foot of restrained joint sanitary sewer carrier pipe installed. Unit price shall include casing spacers, fittings, wrap, additional trench excavation for installation, installation of casing

IFB # 6503 – EXHIBIT 3 Page 26 of 46

Page 27: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

end seals, televised inspection, and backfill. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 502.1 Cast-in-Place Concrete Manholes

General: This item covers the construction of monolithic cast-in-place concrete manholes according to City of Denton Amendments to NCTCOG Specification Item 502.1-A except as modified herein. Pavement repair and surface restoration is not included in this item, but shall be paid for under the respective items for surface restoration included in this specification document.

Payment: Payment for this item shall be made at the contract unit price per each standard manhole for the diameter indicated on the plans. The unit price shall include all labor, equipment, materials, excavation, pumping, backfilling, and restoration. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 502.10.4 6” Sanitary Service

General: This item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.10.4 Sanitary Sewer Services.

Payment: Payment for this item shall be made at the contract unit price per each sanitary sewer service. The unit price shall include all labor, equipment, materials, excavation, backfilling, service connection to main, service line, cleanout, traffic rated lid and cover, connection to existing line, televised inspection, and restoration. The unit price shall not include rock excavation, all other required trench excavation shall be included. Rock excavation is covered in Item 203.X Rock Excavation.

Item 203.X Rock Excavation

General: This item shall provide for all the labor and equipment necessary to excavate all solid rock to the lines, neat lines and grades shown on the plans and standard details for trench excavation. Rock excavation shall not include gravel, cemented gravel, cobble, hardpan, and soft laminated shale. Solid rock shall be defined as rock formations, other than those excluded above, that require hard ripping, jackhammering, or other extra work beyond the capability of heavy duty trench excavating equipment such as a Caterpillar 235 or 345B Excavator. Blasting and the use of any explosives shall not be allowed. Material unsuitable for backfill and any excess material shall become the property of the contractor and disposed of appropriately, no separate pay will be given. Excavated rock shall be considered unsuitable for transporting to the spoils site or spreading out on the adjacent field along the alignment of the project.

Payment: Payment shall be at the unit price per cubic yard of material excavated based upon the neat line depth of excavated rock, trench width of excavated rock, and along the center line of pipe line. The trench width used for measurement shall be the actual trench width of the excavated rock or the width of the pipe outside diameter plus 24”, whichever

IFB # 6503 – EXHIBIT 3 Page 27 of 46

Page 28: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

is less. This item shall include all labor, equipment, materials, tools and incidentals required to perform the work.

Surface Restoration Items

Item R01 Hydromulch Restoration

General: This item shall consist of all hydromulching operations to stabilize all areas disturbed by construction activities as described herein in accordance with TxDOT Spec Item 164. The Contractor shall hydromulch all disturbed areas with the following seed mix:

Warm Season (March 15 – Sept. 15) Green Sprangletop 15 lbs/AcHulled Common Bermuda 50 lbs/AcBuffalograss 25 lbs/Ac

Cool Season (Sept. 16- March 14)) Red Winter Wheat 30 lbs/AcHulled Common Bermuda 50 lbs/AcUnhulled common Bermuda 50 lbs/AcCrimson Clover 25 lbs/Ac

Maximum pay limits shall be 15 feet on either side of the center line of pipe totaling 30 feet for the length of the restoration along the pipe line route. If the contractor disturbs areas beyond those limits, the contractor shall be responsible for hydromulching those areas at the contractor’s expense. The contractor shall also be responsible for watering at intervals required to maintain adequate growth and establishment of the grass. The contractor will be responsible for acquiring the water and no additional pay will be given. Contractor must achieve 75% coverage prior to the final acceptance of the project with no bare spots larger than 25 square feet. If any areas do not meet this minimum coverage, then the contractor must re-hydromuclh failed areas until proper coverage is obtained at no additional cost to the City.

Payment: Payment for this item shall be at the contract unit price per square yard of hydromulch restoration complete, in place, and established as specified, and shall include all materials, equipment, labor, and incidentals to complete the work.

Item RO2: Gravel Restoration

General: This item covers the placement of gravel for existing gravel road areas and shoulder rock adjacent to asphalt paved areas.

Materials: Material for gravel road restoration shall be Grade 1 Type A flexible base meeting the requirements of TxDOT Item 247 and shall be placed according to the requirements of that Item. Gravel restoration thickness shall be the greater of 8” or matching existing material thickness. Materials for shoulder gravel restoration adjacent to asphalt paved areas shall be as required by the City of Denton. Shoulder gravel restoration

IFB # 6503 – EXHIBIT 3 Page 28 of 46

Page 29: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

adjacent to asphalt pavement thickness shall be the greater of 6” or matching existing material thickness.

TxDOT Reference: Item 247

Payment: Payment for this item shall be at the contract unit price per square yard of gravel restoration placed and shall include all materials, equipment, labor, and incidentals necessary to complete the work.

Item RO3: Asphalt Restoration

General: This item shall consist of asphalt surface restoration once trenches have been backfilled to subgrade. Asphalt material shall comply with City of Denton Amendments to NCTCOG Specification Item 302.9. Asphalt surface restoration includes the restoration of both the base material and asphalt to the original lines and grades prior to the utility improvements. Asphalt restoration shall include the 2 sack concrete backfill shown on the City of Denton standard detail. Asphalt restoration shall be in accordance with NCTCOG 402. and the City standard drawings.

NCTCOG Reference: Item 302.9, 402.4

Payment: Payment for this item shall be at the contract unit price per square yard of asphalt restoration placed and shall include all materials, equipment, labor, and incidentals necessary to complete the work.

C. MATERIAL SUBMITTAL CHECKLISTS

The Contractor shall adhere to the specification described herein and also adhere with the Material Submittal Checklist for Water and Sanitary Sewer Improvements. The Water Sanitary Sewer Material Submittal Checklists are within the appendix. The Contractor shall understand that these checklists shall be used by the Engineer for shop drawing approval during the submittals for materials to be used on the project.

VI. CITY OF DENTON AMENDMENTS TO NCTCOG SPECIFICATIONS

INDEX

Item Description201 Temporary Erosion Control203.3 General Site Preparation

IFB # 6503 – EXHIBIT 3 Page 29 of 46

Page 30: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

302.9 Asphalt Pavement (Materials Only)501.1 Underground Conduit Materials501.7 Ductile Iron Pressure Pipe501.7.4 Ductile Iron Fittings501.14 Polyvinyl Chloride (PVC) Water Pipe501.15 Polyvinyl Chloride (PVC) Pressure Rate Pipe & Fittings for Wastewater501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings502.1-A Concrete Manhole502.3 Fire Hydrant Assembly502.6.2 Resilient Seated Gate Valve502.8 Polyethylene Wrap for Metal Pipe and Fittings502.10.3-A Water Service Connections (Small Diameter)502.10.4 Sanitary Sewer Services503.2 Tunnel/Casing Pipe Spacers503.3 Boring and Tunneling507.4.5 Sewer Pipe Coupling507.5.2 Television Inspection801 Barricades, Detours, and Warning Signs

IFB # 6503 – EXHIBIT 3 Page 30 of 46

Page 31: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Item 107.25 Disposal of Materials

Vegetative material removed as a result of work operations shall be transported off-site and deposited at a legal site in accordance with all applicable federal, state, and local laws and regulations. Removed vegetation will not be allowed to remain in piles or mounds on the easement or surrounding property.

NCTCOG Reference: Item 107.25

Payment: No separate payment shall be made for disposal of vegetative materials. The disposal of vegetative materials shall be considered a subsidiary cost of General Site Preparation (Item 203.3).

Item 201 Temporary Erosion Control

General: This item shall govern the control measures required to prevent and control soil erosion from the work site.Construction Requirements: The contractor shall be responsible for providing temporary erosion control during the construction process according to the specifications and procedures outlined under NCTCOG Item 201. An erosion control plan must be submitted by the contractor and approved by the Owner’s Representative prior to beginning construction. The erosion control plan must specify the type and location of all erosion control devices and methods. The contractor is free to use any of the erosion control options specified under NCTCOG Item 201 to control erosion. Erosion control devices and methods must follow the specifications outlined under NCTCOG Item 201 and the corresponding detail drawings in Division 1000. All erosion control devices must be maintained and inspected through the construction process. All erosion control devices shall be inspected every 7 calendar days during construction. In the event that silt or construction debris does escape the immediate construction areas, the contractor shall be responsible for cleaning it up within 24 hours of the incident. This includes soil tracked out of the construction areas by the contractor’s vehicles. If the project inspector sees that a certain erosion control method or location is not working, he may direct the contractor to correct the erosion control devices accordingly. Duration: All erosion control devices must remain in place until the disturbed soil in the work site is stabilized. Stabilization may be obtained through one of the following options: Seeding of the work zone until 70% of the disturbed area has vegetative coverage, sodding the disturbed area, placement of an erosion blanket over the disturbed area, or the application of organic mulching material to cover the disturbed area.

NCTCOG Reference: Item 201

Payment: Payment will be at the contract lump sum price for temporary erosion control measures.

IFB # 6503 – EXHIBIT 3 Page 31 of 46

Page 32: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Item 203.3 General Site Preparation

General: This item shall consist of preparing the right-of-way or public easements for construction operations by the removal of all obstructions and disposal of the materials by the contractor. Disposal of removed materials is the responsibility of the contractor. Obstructions to be removed under this item are listed in NCTCOG Item 203.3.1. Exceptions to the obstructions list shall be noted on the plans or in the Special Contract Requirements. The contractor shall keep tree removal within the permanent utility easement or right-of-way to a minimum, only removing trees necessary to install the improvements unless otherwise noted on the construction plans. All properties shall be restored to the same or better condition than prior to the construction. Existing fencing, railing, gates and barriers that require removal during construction will be replaced with equal or better fencing, railing, gates and barriers at the end of the project. Payment for replacement fencing, railing, gates and barriers is considered subsidiary to this line item.NCTCOG Reference: Item 203.3Payment: Payment for this item shall be at the contract lump sum for General Site Preparation.

Item 302.9 Asphalt Pavement (Materials Only)

General: This item shall govern the use of allowable asphalt pavement materials required for the construction of asphalt pavement.Aggregate Composition: Coarse aggregate, fine aggregate, sand and mineral filler shall adhere to the standards of NCTCOG Item 302.2. Aggregate gradation requirements shall conform to the asphalt mix design indicated on the plans or in the Special Contract Requirements.Bituminous Materials: Unless the plans or Special Contract Requirements specify otherwise, the asphaltic binder for asphalt pavement shall be Grade AC-20 asphalt cement.Fibrous Reinforcement: Unless the plans or Special Contract Requirements specify otherwise, fibrous reinforcement of asphalt pavement will not be allowed.Paving Mixture: The paving mix design shall conform to the standard plan details or Special Contract Requirements. In general, only Type A, B, C, and D mix designs shall be allowed.Prime Coat: A priming coat is not required between pavement courses unless specifically called for on the plans or in the Special Contract Requirements.Tack Coat: Tack coat shall be a rapid setting emulsified asphalt conforming to Type RS-2 in NCTCOG Table 302.3.4.(a) unless otherwise specified in the plans or Special Contract Requirements.

Item 501.1 Underground Conduit Materials

General: This item establishes the permissible conduit material types and size restrictions for water, sanitary sewer and drainage applications. No other conduit types shall be permitted unless specifically called for in the plans or Special Contract Requirements.Water: Conduit shall be either AWWA C900 PVC pipe, AWWA C151 Ductile Iron pipe, AWWA C303 Bar-wrapped Concrete Steel Cylinder pipe, or AWWA C200 Steel Water pipe. Size and thickness restrictions for each pipe material type are given in the table below:

IFB # 6503 – EXHIBIT 3 Page 32 of 46

Page 33: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6 – 12 DR-14AWWA C151 16 – 24 Class 52AWWA C303 16 and larger Design SpecificAWWA C200 30 and larger Design Specific

Sanitary Sewer: Conduit shall be either AWWA C900/C905 PVC pipe (pressure rated applications only), ASTM D3034 PVC pipe, ASTM F679 PVC pipe, ASTM D3262 Fiberglass pipe, or ASTM F714 Solid Wall Polyethylene Plastic pipe (pipe-bursting applications only). Size and thickness restrictions for each pipe material type are given in the table below:Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6 - 12 DR-14AWWA C905 14 and larger DR-18ASTM D3034 6 – 15 SDR-35ASTM F679 18 and larger PS 46ASTM D3262 18 and larger PS 46ASTM F714 6 and larger Application Specific

Drainage: Conduit shall be either ASTM C76 Reinforced Concrete pipe, ASTM A760 Corrugated Aluminized Type 2 Steel pipe, or ASTM C789 and ASTM C850 Precast Reinforced Concrete Box Sections. Size and thickness restrictions for each pipe material type are given in the table below:Pipe Material Diameter Range (in) Min. Thickness Class ASTM C76 18 and larger Class IIASTM A760 18 - 42 Design SpecificASTM C789 or C850 As manufactured Application Specific

Item 501.7 Ductile Iron Pressure Pipe

General: This item shall govern the materials of construction and installation of Ductile Iron Pressure Pipe for use in potable water distribution.Material: Unless otherwise noted on the plans or in the Special Contract Requirements, ductile iron pressure pipe shall conform to AWWA C-151 standards and have push-on joints conforming to AWWA C111 standards. Where a pipe joint requires a mechanical joint connection or a flanged joint connection, an appropriately jointed pipe segment shall be furnished conforming to AWWA C111 or AWWA C110 standards. Pipe shall have a bituminous exterior coating and be exterior corrosion protected using a polyethylene encasement per AWWA C-105. Pipe shall be interior corrosion protected using a cement mortar lining per AWWA C-104.Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Ductile iron pressure pipe shall be wrapped in two layers of polyethylene encasement prior to burial. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or IFB # 6503 – EXHIBIT 3 Page 33 of 46

Page 34: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access.Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 “Purging and Disinfection of Water Conduits”. Disinfection may be accomplished by either the continuous feed or slug feed methods. The City reserves the right to review the Contractor’s plan of disinfection and make modifications to the plan.Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and removal, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking, testing and disinfection, and temporary pavement repair if required.

Item 501.7.4 Ductile Iron Fittings

General: This item shall govern the material requirements of ductile iron fittings for use in water service supply. Installation of ductile iron fittings is described under the ductile iron and PVC pipe installation specifications.Materials: Unless otherwise noted on the plans or in the Special Contract Requirements fittings shall be made of ductile iron and conform to either AWWA C110 for standard fitting sizes or AWWA C153 for compact fitting sizes. Fitting sizes and dimensions shall be as called for on the plans. Fittings shall have a bituminous seal coating and a cement interior lining in accordance with AWWA C104. Fittings shall be wrapped in AWWA C105 polyethylene encasement after installation. Fitting connection types shall be as called for on the plans or where unspecified, mechanical joint by mechanical joint. Bolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only.Payment: There is no separate pay item for ductile iron fittings as they are considered a subsidiary cost of water line pipe installation.

Item 501.14 Polyvinyl Chloride (PVC) Water Pipe

General: This item shall govern the materials of construction and installation of PVC pipe for use in potable water distribution.Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" with a minimum wall thickness of DR 18. PVC pipe shall be blue in color. Any discoloration in the pipe shall be sufficient cause for rejection.Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe

IFB # 6503 – EXHIBIT 3 Page 34 of 46

Page 35: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access.Testing and Disinfection: Water pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 “Purging and Disinfection of Water Conduits”. Disinfection may be accomplished by either the continuous feed or slug feed methods. The City reserves the right to review the Contractor’s plan of disinfection and make modifications to the plan.Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and removal, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking, testing and disinfection, and temporary pavement repair if required.

Item 501.15 Polyvinyl Chloride (PVC) Pressure Rated Pipe & Fittings for Wastewater

General: This item shall govern the materials of construction and installation of PVC pipe and fittings for use in pressurized wastewater applications.Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" and AWWA specification C-905 for diameter sizes 14" and greater. Minimum wall thickness shall be DR 18. PVC pipe shall be green in color if the application is for raw wastewater and purple if the application is for reuse. Any discoloration in the pipe shall be sufficient cause for rejection. Fittings shall be AWWA C907 PVC.Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access.Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a).Payment: Payment for this item shall be at the contract unit price per linear foot of pressure rated wastewater pipe installed. Unit price shall include pavement cut and removal, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking, testing, and temporary pavement repair if required.

IFB # 6503 – EXHIBIT 3 Page 35 of 46

Page 36: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Item 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings

General: This item describes the materials of construction and installation of solid wall unplasticized polyvinyl chloride (PVC) wastewater pipe and fittings for gravity flow applications.Submittals: Submittals shall demonstrate that the solid wall PVC wastewater pipe and fittings meet all of the required standards of this item.Materials:

A. Pipe and fittings shall meet the requirements of ASTM D3034 for pipe and fittings up through 15 inches in diameter. For diameters greater than 15 inches pipe and fittings shall meet the requirements of ASTM F679 with a pipe stiffness of 46 psi at 5% deflection.

B. Wall thickness shall be SDR-35 unless otherwise noted on the plans or in the Special Contract Requirements.

C. Fitting wall thickness shall match the main line pipe wall thickness.D. Pipe and fittings shall be green in color. Any discoloration in the pipe shall be

sufficient cause for rejection.Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access.

Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 “Low Pressure air Testing”. Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 “Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2.

Payment: Payment for this item shall be at the contract unit price for each linear foot of solid wall PVC wastewater pipe installed. Unit price shall include pavement cut and removal, trench excavation, embedment, pipe and fitting installation, backfill, testing, and temporary pavement repair if required.

Item 502.1-A Concrete Manhole

General: This item governs the construction of monolithic poured concrete manholes used in the wastewater collection system.References: NCTCOG Item 502.1 “Manholes”

NCTCOG Item 702 “Concrete Structures”

Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner (if required).IFB # 6503 – EXHIBIT 3 Page 36 of 46

Page 37: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Material:A. Concrete - Concrete shall conform to the strength requirements called for on the

plans or in the current City standard manhole detail. B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber

that meets ASTM C923 standards.C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or

butyl rubber conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit Joint Sealant”.

D. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards.

E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style.

F. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478. No other material is allowed unless specifically called for on the plans or in the Special Contract Requirements. Riser shall have a minimum clear opening of 30 inches and be free of defects.

G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail.

H. Interior Lining – Unless otherwise specified on the plans or in the Special Contract Requirements, the interior liner for concrete manholes shall be Raven®

405 epoxy coating manufactured by Raven Lining Systems, Inc. No substitutes are allowed for this product.

Installation:A. Unless otherwise indicated on the plans or in the Special Contract

Requirements, all new manholes indicated on the plans must be cast-in-place concrete.

B. Concrete manholes shall be constructed or installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be constructed or installed according to the plan details or the current City standard manhole detail for the relevant manhole type.

C. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail.

D. Concrete manhole construction shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below.

E. Construction joints are not allowed for cast-in-place concrete manholes. If a construction joint is required due to delays in concrete delivery, weather or any other cause the City Inspector or Engineer shall direct the type of construction joint to be installed before proceeding with the remaining concrete placement.

IFB # 6503 – EXHIBIT 3 Page 37 of 46

Page 38: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Cost for the creation of the construction joint and any associated delay in the construction of the manhole shall be solely the responsibility of the Contractor.

F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising.

G. Cast-in-Place manholes shall not be backfilled for at least 12 hours after the forms have been removed.

H. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications.Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans.Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street.

I. Frame and cover shall be placed with one strip of bitumastic gasket between the manhole cone and the frame. No gaps will be allowed in the bitumastic gasket.

Where grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Gasket shall provide a watertight seal between the adjoining elements.

J. Interior and exterior grouting is required for all construction joints, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test.

K. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail.

L. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole.

M. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product.

Field Quality Control:

A. No water shall be allowed to stand in the channel or on the shelf of a new manhole.

B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted.

C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2.IFB # 6503 – EXHIBIT 3 Page 38 of 46

Page 39: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Payment: Payment for this item shall be made at the contract unit price for each concrete manhole constructed or installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet.

Item 502.3 Fire Hydrant Assembly

General: This item shall govern the manufacture and installation of fire hydrants and the associated fittings, appurtenances and valves for water supply service.

Materials: Fire hydrants shall be Dry-Barrel type manufactured in compliance with AWWA standard C-502 and NCTCOG Item 502.3.1. Shut-off shall be with the flow. Operating nut shall be industry standard 1 1/4” pentagon (five-sided) that opens left (counter-clockwise). The main pumper nozzle shall be 5 1/4” in size and the two side nozzles shall be 2 ½” in size. Fire hydrant color is to be blue or blue and silver. Lead pipe to the main shall be 6-inch AWWA C900 PVC water pipe conforming to Item 501.14 unless otherwise called for on the plans. Gate valve shall be a 6-inch resilient wedge gate valve conforming to Item 502.6.2 unless otherwise called for on the plans.

Installation: Fire hydrants and their associated lead line assemblies shall be installed at the locations and to the dimensions indicated on the plans or in the Special Contract Requirements. Fire hydrant assemblies shall be installed per the plan details or the current City standard detail. Installation shall follow the guidelines of NCTCOG Item 502.3.2 except where those guidelines conflict with the plans, details or Special Contract Requirements.

Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place. Unit price shall include excavation, backfill, the fire hydrant, the gate valve, all appurtenances and fittings, and the valve box installation.

Item 502.6.2 Resilient Seated Gate Valves

General: This item shall govern the materials of construction and installation of resilient seated gate valves and their associated housings and appurtenances for water supply service.Material: Gate valves shall conform to AWWA C509 standards for valve sizes 3 inches through 12 inches. Gate valves shall conform to AWWA C515 standards for valve sizes 14 inches through 24 inches. Unless otherwise noted on the plans or in the Special Contract Requirements, resilient seated gate valves larger than 24 inches in size shall not be allowed. Fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Gate valve components shall conform to the provisions of NCTCOG Item 502.6.2, where applicable.Each valve shall have the manufacturer's name plate cast into the body or bonnet showing the pressure rating, serial, model number, and the year manufactured. The year manufactured shall

IFB # 6503 – EXHIBIT 3 Page 39 of 46

Page 40: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

be equal to or one year less than the year of installation. The wedge encapsulation rubber shall be EPDM.

Valve body and bonnet shall be epoxy coated, inside and out, with fusion bonded epoxy conforming to AWWA C550.Valves ends shall be as called for on the plans.Valve gear operators shall be as indicated on the plans, in the Special Contract Requirements or in the current City standard detail drawing. Valve boxes shall be three piece screw type, cast or ductile iron conforming to ASTM A48 Class 35B strength requirements.

Installation: Gate valves shall be installed at the locations and to the depths indicated on the plans or Special Contract Requirements. Gate valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Gate valves shall be installed in the vertical position unless otherwise noted on the plans or in the Special Contract Requirements, Gate valves shall be installed in accordance to NCTCOG Item 502.6.6 “Line Valve Installation”. Gate valves shall be wrapped in two layers of polyethylene encasement prior to burial.Payment: Payment shall be at the contract unit price for each gate valve installed, complete in place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault construction (if required per the plans).

Item 502.8 Polyethylene Wrap for Metal Pipe and Fittings

General: This item governs the installation of protective film wrap required for metal pipe, fittings and appurtenances.Material: Polyethylene wrap sheets shall conform to AWWA C105 standards and be a minimum of 8 mils in thickness.Installation: Installation shall be per NCTCOG Item 502.8 except that every metal pipe or fitting shall be double-wrapped.Payment: There is no separate payment for polyethylene wrap, it is considered a subsidiary cost to the bid item for which it is required.

Item 502.10.3-A Water Service Connections (Small Diameter)

General: This item shall govern the materials of manufacture and installation of water service connections up to 2 inches in size on new water distribution lines. Water Service connections for service lines in excess of 2 inches are handled under Item 502.10.3-B “Water Service Connections (Large Diameter)”. Connections to existing or “live” water distribution lines shall not be covered by this item and are typically performed by City forces.Materials: Material items for water service connections shall conform to the plans or current City standard details in dimension and type. Specific item requirements are listed below:Tapping Saddle: Saddle shall be a double strap brass/bronze saddle with a tapered (CC) tap thread conforming to AWWA C800.Corporation Valve: Corporation valve shall be a ball type valve made of brass conforming to AWWA C800 with a tapered (CC) inlet thread and a pack joint outlet connection. Service Line Tubing: Service line tubing shall Type K copper for 1” service lines and SDR-9 HDPE conforming to AWWA C901 standards for 1 ½” and 2” service lines.

IFB # 6503 – EXHIBIT 3 Page 40 of 46

Page 41: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Meter Valve: Meter valve shall be a 90 degree angled ball valve made of brass conforming to AWWA C800 with a pack joint inlet connection and a locking wing on the valve operator.Water Meter Cans: Can size shall be based on water meter size, not service line size. Water meter cans shall have a galvanized steel or cast iron body with a notched meter outlet opening. Lids shall be cast iron with a key lock. Minimum can depth shall be 18 inches. ¾” meter cans shall have minimum inside diameter of 17 inches. 1” meter cans shall have a minimum inside diameter of 24 inches. 1 ½” and 2” meter cans shall have a minimum inside diameter of 27.5 inches. Installation: Tapping saddle, corporation valve, service line tubing, meter valve and water meter can shall be installed per the plans or current City standard detail. Construction of the service connection shall conform to NCTCOG Item 502.10.3 for the appropriate main line pipe material type except that direct tapping of PVC pipe is not allowed, it must be done with a service saddle. Service line installation under existing pavement shall be performed by directional drilling unless otherwise noted on the plans or Special Contract Requirements. The meter can shall be located in public right-of-way between the curb or pavement edge and the sidewalk. In cases where there is no sidewalk the can shall be installed with the outlet side at the right-of-way line. Meter cans shall be installed in unpaved surfaces only. Water meter installation is performed by the City.Payment: Payment for this item shall be at the contract unit price for each service connection installed. Payment shall include excavation, backfill and the installation of all items listed above.

Item 502.10.4 Sanitary Sewer Services

General: This item describes the materials, construction and installation of sanitary sewer service lines and fittings.References: NCTCOG Item 502.10.4Submittals: Submittals shall contain enough information to show that the service line pipe and fittings meet the corresponding main line pipe specification standards and that the cleanout housing meets the dimensional standards of the standard detail.

Materials:

Service line pipe and fittings shall meet the requirements of the corresponding main line pipe to which it is connected.

A. Cleanout box shall be as indicated on the plans or in the current City standard details.

C. All pipe and fittings shall be green in color. Any pipe that is discolored may be rejected.

D. Each joint of pipe shall have the manufacture's name, applicable ASTM standard, the nominal diameter, standard dimension ratio, and the extrusion date printed on the pipe. Submittal shall contain explanation of how to read manufacturer’s date codes.

IFB # 6503 – EXHIBIT 3 Page 41 of 46

Page 42: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Installation:1. Wastewater service lines shall be installed at the locations and to the sizes

indicated on the plans. In the event that the plans do not indicate this information, the service lines shall be installed following the current service line standards indicated in the Denton Wastewater Criteria Manual and the current City service line location detail.

2. Service line and fittings shall be installed according to the details on the plans or the current City standard service line detail.

3. Service lines shall be installed per NCTCOG Item 502.10.4 where applicable, and in accordance with the specifications governing mainline pipe installation.

4. Trench width shall be a minimum of the outside diameter of the pipe plus 8 inches. The maximum trench width for any service line size shall be 18 inches.

5. Embedment and backfill shall be as required on the standard service line detail drawing.

6. Service lines installed under existing pavement shall require temporary pavement repair in accordance to the trench detail for existing pavement unless otherwise noted on the plans or in the Special Contract Requirements.

7. The service line shall be pressure tested in accordance with NCTCOG Item 507.5.1.3 up to and including the new cleanout riser.

Payment: Payment for this item shall be at the contract unit price for each service line installed including embedment and backfill. All labor, equipment, and materials needed to properly install the sewer service shall be included in the contract price.

Item 503.2 Tunnel/ Casing Pipe Spacers

General: This item shall govern the manufacture and installation of pipe spacers for pipe installation in or casings.Material: Casing spacers shall be either high density polyethylene (HDPE) spacers conforming to ISO 9001:2000 strength and quality standards, or two-piece carbon or stainless steel shell spacers. Spacers shall be completely circumferential in shape and coverage of the carrier pipe. Steel shell for steel spacers shall be a minimum 14-gauge thickness. Steel casing spacer runners shall be made of a dielectrically inert material. Carbon steel spacers shall have a corrosion resistant coating.Installation: Spacer placement shall be in accordance with the plans or the current City standard detail for casing pipe installation. Spacers shall be fastened onto the carrier pipe following the manufacturer’s recommendation and/or guidelines.Payment: There is no separate payment for tunnel or casing pipe spacers or their installation. This is considered a subsidiary cost of the carrier pipe installation.

Item 503.3 Boring and Tunneling

General: This item shall govern the materials of construction and installation of underground conduit by boring or tunneling. Installation of underground conduit by jacking is not allowed unless specifically called for in the plans or Special Contract Requirements.

IFB # 6503 – EXHIBIT 3 Page 42 of 46

Page 43: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Casing Pipe Material: The casing pipe material, its dimensions and coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements.Casing Pipe or Tunnel End Seal: The casing pipe or tunnel end seal shall be as called for on the plans or in the current City standard detail.Installation by Boring: Boring shall conform to all relevant portions of NCTCOG Item 503.3.3 “Construction Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements:

Horizontal: 1% of bore length for both water and sewer.Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1% in the direction of flow.

A 2-inch pilot hole bore shall be required prior to the casing pipe bore to establish alignment and grade. If the pilot bore exceeds the horizontal or vertical tolerance levels then the pilot hole shall be filled with grout and a new pilot hole bored. The casing pipe shall be advanced behind the auger bore utilizing the pilot hole as a guide. Disposal of excavated material is the responsibility of the contractor per Item 107.25.

Installation by Tunneling: Tunneling shall conform to all relevant portions of NCTCOG Item 503.3.3 “Construction Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements:

Horizontal: 1% of bore length for both water and sewer.Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1% in the direction of flow.

A pilot hole is not required in advance of tunneling. Tunneling shall utilize a guided tunnel boring machine (TBM) or shielded hand tunneling with a grade and alignment steering control mechanism. The casing pipe shall be advanced behind the tunneling operations as close as possible to minimize the area of unprotected excavation. Disposal of excavated material is the responsibility of the contractor per Item 107.25.Welding: Casing pipe joints shall be welded in accordance to AWWA C-206 standards and shall utilize full circumferential butt welds. After welding, the pipe liner and coating shall be repaired by using a field applied coating of an approved lining material.Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, and welding required to install the encasement pipe or tunnel.

IFB # 6503 – EXHIBIT 3 Page 43 of 46

Page 44: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

Item 507.4.5 Sewer Pipe Coupling

General: This item describes the materials and installation of pipe couplings to join plain end sewer pipes of the same or different pipe material together. The use of couplings is not allowed for a connection greater than 48 inches in diameter.

Submittals:A. Only those manufacturers whose sewer pipe couplings have been approved by

the City of Denton will be allowed for use in the City's wastewater collection system.

B. Submittals shall contain enough information to show that the sewer pipe coupling is the same as what has been approved by the City of Denton and meets or exceeds all standards listed within this specification.

Products:Acceptable Manufacturers and Products

A. Onset Pipe Products, Inc., Shear Guard® Coupling, sizes 4" through 12”, for both similar and dissimilar pipe materials and O.D.s.

B. Straub Pipe Couplings, Inc., Flex model with EPDM gaskets, sizes 15" through 48", for similar pipe materials only.

C. Multi Fittings Corporation, Plastic Trends Inc., or the Pipe Manufacturer, Manufactured Gasketed Coupling with rigid housing, sizes 15" through 48", for dissimilar pipe materials or pipe O.D.s.

Installation: A. Pipe ends to be joined shall be thoroughly cleaned to remove all dirt or foreign

material.B. The pipe coupling shall be installed per the manufacturer’s guidelines. The

coupling shall not be tightened to the extent that it causes deformation of either pipe end.

C. Pipe couplings shall be encased in Class B concrete, according to the standard detail drawing.

D. The Inspector shall inspect the installed coupling for tightness of fit prior to covering with concrete.

Payment: Payment for this item shall be included in the unit price for pipe installation.

Item 507.5.2 Television Inspection

General: This item describes televised inspection of all new sanitary sewer lines and sanitary sewer services prior to final acceptance and at the end of the warranty period.

Execution:A. The Contractor or a third party hired by the Contractor shall perform the televised

inspection of the new sanitary sewer line.

IFB # 6503 – EXHIBIT 3 Page 44 of 46

Page 45: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

B. The person performing the inspection must be PACP (Pipeline Assessment & Certification Program) certified.

C. The City of Denton Inspector shall be present during the television inspection, unless otherwise authorized in writing.

D. The televised inspection shall commence only after the line has passed both air and mandrel test and the line has been thoroughly cleaned and vacuumed.

E. Televised Inspection shall follow the procedures outlined in NCTCOG Item 507.5.2.F. The camera shall be centered in the middle of the pipe throughout the inspection.

Inspection that is excessively off-centered may be cause for rejection.G. The camera shall proceed at a rate no faster than 30 feet per minute. Inspections that

proceed at a greater rate may be rejected.H. The camera shall be stopped at each lateral connection and the camera head shall be

rotated to inspect each lateral connection fully.

Submittal:A. Video and log sheet information must comply with NCTCOG Item 507.5.2.1.B. Log sheet report must utilize PACP reporting standards.C. Video submittal shall be a digital mpeg file unless otherwise directed by the City’s

representative.

Criteria for Repair:The Contractor shall make repairs or clean the line if the City notes problems, including but not limited to the following:

A. Pulled or slipped joints.B. Rolled gaskets.C. Water infiltration.D. Cracked or damaged pipe.E. In pipes with gradients less than 0.7 percent, a maximum one-half inch of standing water

will be allowed in 6" through 24" diameter pipes. In pipes with gradients 0.7 percent or greater, no standing water is allowed. The depths of standing water allowable for mains that are greater than 24" in diameter will be evaluated by the City.

F. Structural damage to the pipe.G. Services coming into the main at an angle other than according to the details.

H. Services not installed on lots indicated by plans.I. Pipe has debris, soil or residue.

Another televised inspection run at no additional cost is required after any repairs.Warranty Inspection: A second television inspection by the Contractor shall be started no sooner than 630 calendar days and finished no later than 690 calendar days after the date of acceptance for this project by the City of Denton. Should the Contractor fail to turn in a second original television inspection video with proper documentation to the City by the 690th calendar day, written notice to perform a second television inspection shall be given by the City to the Contractor and the Surety. If the Contractor or Surety fail to perform a second televised inspection within 10 calendar days of notification, then the City shall have the right with or without further notice, to perform a second

IFB # 6503 – EXHIBIT 3 Page 45 of 46

Page 46: PROJECT SUMMARY · Web viewBolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only

television inspection or cause the same to be done, either by contract or otherwise at its option, and to pay for the cost of the second television inspection. If such cost of repairs, so made, shall not be paid by the Contractor or Surety upon receipt of notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or in case the second television inspection shall not actually be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and determine the cost of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. Payment: Payment for both the final acceptance and final warranty televised inspection of sanitary sewer and services shall be included in the price of new sanitary sewer pipe and services installed.

Item 801 Barricade, Detours, and Warning Signs

General: This item provides for the cost of necessary barricading, warning signs and detours for the Contractor to perform public improvement work. A traffic control plan prepared by a civil engineer licensed in the State of Texas, conforming to the M.U.T.C.D., is to be submitted to the City prior to the start of construction. Barricading will conform to the M.U.T.C.D. At no time shall any property’s access be completely blocked. The contractor will be required to notify by written notice all affected property owners or tenants at least 48 hours in advance of construction adjacent to each property. While driveways are closed due to utility construction, signage must be placed indicating the alternate driveway location. Signs marking temporary or alternate driveway locations should state the name of the business in block letters at least 4 inches high and include an arrow indicating the entrance. Driveway indicator signs may be mounted on T-posts. Traffic must be allowed to continue with as little interruption as possible. Street closings must be scheduled at least one week in advance so they may be advertised in the Denton Record-Chronicle. The Inspector must be supplied with a phone number that may be used if barricading becomes unsafe during non-working hours. Refer to the requirements listed under the General Provisions.

NCTCOG Reference: Items 107.19 and 801

Payment: Payment for this item shall be at the contract lump sum for all work, equipment and signage necessary to completely barricade the project.

IFB # 6503 – EXHIBIT 3 Page 46 of 46