HomeMy WebLinkAbout1975
o- CITY OF DEMNo TEXAS
,m
1F 'A bNS & CONTRACT DOCUW.NTS
T GGN&TA'UC', ION ~ OF
AN s WWI P,.,VAOA&'
1975 t',
p^ r r ,_r p
F7 1, ~7, f 17
77
.
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR THE CONSTRUCTION OF
•
PAVING AND DRAINAGE IMPROVEMENTS
ON
ASSESSMENT PROJECT
NUMBER SEVEN
SEPTEMBER ~ 1975
r
r
PRMREO BY
• DEPT WENT OF COMMUTAIITY DEVELOPMENT, CITY OF DENTON t TEXAS
IE JON G LINE
,,yy.. r i u( s N h, }1 'v a .r1 4.. w /1♦'
777
~~~M }r. i .1~.~~~ } L •►-v'~v .Y 1 .7 s~I p~ } ~ ~ '1i, e7~F ~♦y l p~
5
i
TABLE OF CONTENTS
Notice to Bidders
Proposal
Stan;ard Form of Agreement
Performance Bond
Payme ix Bond
Constr~,ction Schedule
General Provisions
Minimum Wage Scale Table
Definition of Bid Items
( tti "77r 1' err ! 'w P y v 'i, %Y
1. EI ,.I !fir
NOTICE TO BIDDERS
addr ased,to the Honorable Mayor and City
$eais
• Count the Cityy of Denton, Texas, will'~be received
at.tH tce of the Director of Community Development,
City [ until 2 p.m. on September 30, 1975, for the
constrn.sion 'of Paving and drainage improvements for
Paving Assessment #7 project in t e City of Denton. The
bids will be publicly opened and read in the City Council
Chambers, City Hall, at 2 p.m. on September 30, 1975.
The City C,auncil will officially review the bids at their
regular meeting on October 7, 1971and award the contract
as soo, thereafter as practical.
Each bid must be accompanied by a cashier's check, certi-
fied check or acceptable bidder's bond payable without
recourse to the City of Denton, Texas, i.n an amount not
less than five (5) percent of the bid submitted as a guar-
antee that the.bidder will enter into a contract and exe-
cute a performance bond and a payment bond within fifteen
(15) days,after the notification of the award of the con-
tract to him.
The right is reserved, as the interest of the City may
require, to reject any, and all bids, and to waive any in-
formality in b ds received.
Major bid quantities for the project are as follows:
69040 a.y. 5" Asphalt pavemmt
330500 l.f. Conc. Curb & Gutter
3,360 a.y. 6" Cone' Driveway
28,390 e.y. ExcavatiOn
11,050 l f, Reinf. Conc. Pipe
62 Drainage Inlets
Plans and specifications may be secured from the Director of
Community Development, 215 Last McKinney, Denton, Texas, on
deposit of fifty ($50.00) dollars per set, which sutr, so de-
posited will bo refunded, prOided the documents are returned
to the City within 'ffteen (15) days after the bids are opened.
J
CITY OF DENTO S /
By
Sire o n t Deve opment
Nttesi
/ G ty, et 2tor n a y
~ r ~ . RYf ~ i K ~ ,~r1 •J
~I
PROPOSAL
° t
• to
THE CITY OF DEMON, TEXAS
For the Construction Of
PAVING AND DRAINAGE IMPAOVEN~ENTS
on
PAVING ASSESStSENT PROJOCT 07
in
TON DENT04i COUNTY, TEXAS
DEN
declares that the only. person or
The und+,,rsigned, as bidder, rinci als axe those
parties interested in this proposal madpp
named ho-rein, that this Proporlal is made without,;call.usit~i~'
other person, firm or corporNotice thatiie 8 spec-
toith any
fully examined,the form of contract, has ifications and the 1ocaCieneconditeors~ and cand lasses of rma-
ra examined proposed work! and agrees that he will pro-
te
terials`of the pparatus,
vide all tmscincidyentaloto cmachite onstrue iong'and will do ail
and other it ite 0ria :s
in the the work and furnish ions inethetmanner prescribed thereincand
tract and specifications
according to the requirements of the Engineer as therein set
forth.
It is understtod tVat the following quantities of work to be
done at unit prices are apfxoximate only, and ai'r' intended principally to serve: as a guide in evaluating bras.
It ids agreed that the tobenftities of work urnished may beGincreasedaorudimin-
prices and r.►ezerial in the opinion of the
ished as may Ue considered necessary, as !the on and co the
Engineer, to complete the work full
ed end that all quantities of f work whether ,,,creased or
rices set forth
plat decreased , sed a', CO Vvided fordinttheespecifications. erformt1 below except as p be increased
It is further agreed that lump sum prices may
to cover additional work ordered by the Engineer, but not
wn on the plans or required by the specifications, in
she p
accordance with mae be°decreaceditohcoveredeletioniof work
Similarly, they y
so ordered.
P. 1
w, r "p ¢ h'I. Cr: a c f ;-'r { s n'r Y ~.1~v.
r ' %XTIt is under! tool And agreed that the work is to be completed
ita full within.200 working days.
Accompanying th's proposal is a certified or cashier's check
or laid Bond, payable to the Owner, in the amount of five per-
cent of the total bid,
It is understood that the bid security accompanying this pro-
posal shall be returned to the bidder, unless in case of the
acceptance of the proposal, the bidder shall fail to execute
a contract and file a performance bond and a payment bond with-
in fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and'shall be
considered as payment for damages due to delay and other in-
conveniences suffered by the Owner on account of such fail-
ure of the bidder. It is understood that the Cramer reFserves
the right to reject any and all bids.
The undersigned hereby proposes and agrees to perform all work
of wldtever nature required, in strict accordance with the
plans and specifications, for the following sum or prices, to
wit.
P-2
a S r. r 1 n ) {c i p w r r .1 A.~ ) T r '~r ~R a +i . Lai,
zpq
l
PAVING AND UitAIti/•CE ItdPROVEMCNI`;
FOR
PAVING ASSESSMENT PROJECT #7
►►r-r-►r.~w►r.rr►r••~'rr►►rrrrwr..rrr►.~►rrwrrarY►a-►rr►►wrw ► r r
Bid
Item Approx. Description w/Unit PricON unit Extension
Price Amount
No. Quan. Written in Words
r - - r - - - - r r ► ► r - - r ► - ► ► r - ► r ► - - 0 - r r - ►
r
104-A 554 Square Yards of Removing
Concrete Pavement for
Dollars &
Cents
er quare . ar`r
104-ti 1,668 CLineal oncrete Curb & Gutter
for
Dollars
p L Cents
eY nea . OOt.
104-0 y38 Square Yards of Removing
concrete Sidewalks for Y
A i•~ Dollars f' Iln
Cents
. er Squaro~~~. -
110 28091 fled Excavation (Density
Control) for
/ C_ Dollars &
77~~7Glr Cents
e~~Un1C a
P►3
t•V Y~ 1~:~ i " f. 1G 4 1 ~rri ~jF, G h 9 ° •vt ,
.r r w
- r r Y
rrr .rrrr r r r► r r r r
• ri«rw r-rrrr • Bid.
Item A picax• Deacripcion w/Unit 'Prices Unit ExLension
No, unn, Written in Words Price Amount
• rr.rr.rr.wwwr►wr►rr«rw
260 82,870 Square Yards of f-inch
Lima Treated Subgrade
(Density Control) for
Dollars t,
Cents
er quareNar
264 749 Tons ofrType A Lime (Sub-
grade) fo
_ ~ sr l
Cents
w. '
340-A 69 940 Square Yards of 5-inch
• Asphalt Pavemettit for
jr
. e Do ilars & Eel
Cents
For Squarer
Pavement 8 -inch
340-B 416 Asphalt Yards
ch
Dollars &
;'.0 Cents
er" -q`i~are ar
340-C 55 Tons of Type; D Asphalt
44
1 for
Patch Mat d~':•
~.rti'~oi cars & r► /Jr~~r~~n
(/`n Cents
er Ton.
.
Pro
Y ' E 4yaW Y. t r~ r r.. l T 'd.l ~~y l~~ "4. ' `I" f tel. L
~~8•d9
:
-rrrr~rr rrwrrrww~•+rrrrrrr•-rrr~rrrrnrrrrrrwrrrrrrw--rrr aid -
O Approx. Description:Wunit prices price Extensi n
Item Quan , Written in Worts' _ rrrAmount
r NOrrrrr rrrr.~r rrrrrr~r rrr rrrrrrrr-rrrrrrrrrrrrr.rrr rr
421 67 CCubi oncreter(BoxfCulvert)
for Dollars & ,
Conte
er u c 6r • .
Pounds of Reinforcing
440 7,790 Steel, in place, for.
Dollars
Cents
er Mind.
465-A 1,128 ReinforcedtCnnczotensaver
• pipe (Circular-Class III)
for
Dollars & /~•I ~ ~
.
gaaaaaaaaa
_ Cents
er n a'oot,
465-B 1,947 Lineal meet of 18-inch
Reinforced Concrete Sewer i
Pipe (Circular-Class III)
for
Dollars &
• a Cents
4 er nca oo` t
y
482 1,ineal peat of 21-inch,Rein-
465-C forced Concrete Sewer Pipe
' (Circular-Claso Ili) for
. Dollars & y`,-~~• n ~
• ~/l Cents
Per Lineal Foot.
Z v 7v '7751"
,777 777 h, 77 7
i M
fJ,
~rrrrrwrr~wrrrwwrrwrrwwrrrrwrwrwrTwwr •r ~rrrwrNrrrrrrw wrBidwr
item Approx. Description it/Unit Prices Unit Extension
No. Quan. Written in Words rPrice Amount
r
r g p w r w w r r w w r w r w r r w w r w w
465-D 665 Lineal Yeet of 24,-inch
Pipe (Circular-Class III) O°
for / io , rf~/n vv
Dollars &
Cents
Per ni"ea"oot.
465••E 1 0 905 Lineal Feet of try-inch
Reinforced` Concrete Sewer
Pipe (Circular-Class III,
for 1 7. ,
Dollars &
Per Lineal to
465-F 1,853 Lineal Feet of 30-inch
Reinforced Concrete Sewer.
Pipe (Circular-Class 111)
for 6 7J_'
7
Y7~• , Dollars &
a-.•niJT Cents
.E ~
r ea 'cot.
465-0 1+231 Lineal Feet of, 36-inch
Reinforced Concrete Sewer
Pipe (Circular-Class III)
for
.
Dollars & 2
vy011 Cents
Per' Lineal Foot.
P-6
~ .e s M1 v j'Y i. , A 5 1yS 14 r ] 3,TM y,i
7", 7 F1
~ A F aI ~r4 a :.a . _~i.{s r ^.ik n'it.. ~jV • ' J ~ 'w, K~ J ~ { '~a•{ w
• r rr rr rrrwrw wwrrrrr rrrrw wrrr-.rwrrrnrrrrr
rrrrr.rrrrrw.....rrnnrrr Bid
rox. Description w/Unit Prices PUnit rice ~xtenston
item APP' Written in Words
rnN....rr.u..~.wrrr.rrrrrw..rrrrrrwrr......rrnrwnr......n....r.
465-11 1t1b0 Reinforced tConcrete nSewer
pipe (Circular-Class III),,
for
'7777!', Dollars & l
_ Cents
a nea loot .
0 Lineal Feet of 46-inch •
465-1 2 Reinforced, Concrete Sewer
pipe (Cix'cular-Class 'III)
for ,~r X
-7- Dollars &
Cents
er nea Foot.
21 Manholes (4 foot Y.D.)
G70-A with Covers for
,-rF:,,r/,"•~" o. ~v•' Dollars &
Cents
er an 1o e .
470-B 1 Junction Box (5 foot
square ins i.de) with
cover for Dollars & i
N Cents
~e-r Ul1C~-a~~ nx470-C 16 4 foot Curb ]Inlets
Dollars &
Cent
n ic-It e
'
er In et.
P-7
r~~ ui, ~fj,; Y'^5 i ~ ti ~ l r r w nxp "t~ f i •.{u t,'~_
rrrrwrwrrrwwr rrr.r,rrrrrrrrrrr~warrrwrrrrwwrwwar r w r w r r r r r... ww ,
Did
Item A`prox. Description ONAit Prices Unit Uten ion,
No. Ulan. Writ-ten in Words Price Ambunt
rr wrn rwrrrrwwrrrrrwrrrwrr wwwr..rwrr.rr-.
470-D 17 6 foot Curb Inlets for 6
`~IJ( ri'i7!•//M1~% ~'J ~ Dollars
Cents G'
ge~n~e t . ,
470-10, 21 8 foot Curb Inlets for
~vX ~.K/,~.r~•~:; rpo].lars & fe,n
Cents,
qr net.
470-F 10 10 foot Curb Inlets for
~ l
Dollars & 7IJ.. f1, or
Cents
B er net. -
470-C 1 Special Inlet for
.f_--~ Dollars & ~~r<,- ~1~., etc
A,/ Cents
Fir Inlet.
471 49 Inlet Frames with Covers
for
/i/•/~~ c~~ Y_ Dollars
Cents
c C vcr .
479 14 Adjust existing Manholes
for
' /;.,Dollars &
Cents
51 Manhole Adjuactment.
Y-8
~YT { 4~y~ 3 1 ;w P.•td $ 1 ~ .
f7w
•-._r-~.►rrr r____r___ rr_.+--'---
Did
item AVuan. rox. Desc'ri.ption. wa/Unit Prices Unit Extension `
No. Written in Words Price Amount
..y.........
522 33,565 Lineal Feet of Concrete
Curb and Gutter for
Dollars & .G ,
Cents
Per Li t~ oot.
524-A 158 Square Yards of 4-inch
Concrete Sidewalk (Hook-
ups) for
Dollars l~;f
Cents
Ver Square Yard.
524-B 2,045 Square Yards of 4-inch
Concrete Sidewalk (con-
tinuous five foot width)
for Za ~
Dollars &
Cents
Per 3quare yard.
524-C 3,372 Square Yards of'6-inch
Reinforced Concrete Drive-
way Pavement for
Dollars &
Cents
Mer oquare 'ar
524-D 610 Square Yards of 6-inch
Concrete Pavement for
' Dollar. s &
Cents j/ ,o
~ N f
Per Square Yard.
P-9
7 1
2. ~ ~ 1. : a;M• i ~ R~•.r.i n;"' k ::A ~'Y. c ag . -,.;y, e r.1
Bid
Item Approx. Doacription w/Unit Prices Unit Extension
No. Quan. Written in Words Price Amount
.Y
524-E 455 Lineal Feet of 12" Con-
crete headers at o y
4, jo G
Dollars &
~ Cents
er nea I?r,oL .
S.P.-1 790 Cubic Yards of Compacted
Fill, in place, for
Dollars & U
le".~ /i e Cents
Pe u VY .
S.P. -2 258 Lineal Feet of Saw Cut on
existing Concrete Pavement
for
e
Dollars F4 e,
.~1✓,~ Cents
Per L:.t etiTFoot.
TOTAL BID PRICE
f
TOTAL BIr PRICE IN WORDS
In the event of the award of u contritet to the undersigned,
the undersigned will. furnish a perfoi-mince bond and cs pay-
ment bond for the full amount: of the cuntrnct, to secure
proper compliance with the terms wed prov.ivions of the con-
tract, to insure and guarantee the work until finr.l conyle.-
tion and acceptnnre, and to guarnntee payn,r.nt of all l.aw ul
Claims for labor performed v,nd materials furnished in the
fulfillment of the contract.
P-10
r
It is understood that the work proposed'to be done shall be
• accepted, when fully completed and finished in necordnnee
with the plans cad specifientions, to the satisfaction of
the Engineor.
The undersiCned certifies that the bid'prica5 contained in
this proposal have been carefully chocked and are submitted
as correct and final.
Unit and lump-surn prices are shocn► in words rind figures for
each item listed in this proposal, and in the event of a
discrepancy, it is understood that the words shall control.
CoritYr+~r_or
By
j C.i/~•~
T MT. "
Seal & Authorization ~"~u=txeeC Address
(if a Corporation)
C .ty and State
Pe ephone Number)-~,
P-11
7 1r
.
~lJCIpV~R
Bond No.
GULF INSURANCE COMPANY
EXECUTIVE OFFICES -DALLAS, TEXAS
I
BM BOND
KNOW ALL MEN BY 'THESE PRESENTS,
That we, - JAGOOE=PULL. COMPANY
(hereinafter called the "Principal"),
as Principal, and GULF INSURANCE COMPANY, a corporation duly organized under the laws c f the Stale of
Missouri, with Executive Offices In Dallas, Texas, thereinafter called the "Surely"), as Surely, are held and
firmly bound unto CITY nP n .NTON _TEXAS
(hereinafter oalled the "Obligee'),
in the sum of FIVE PER CENT f 5%l or my Amomp or s n Dollars }
for the payment of which sum well and truly to be made, tho said Principal and the said Surety, btrtrt ours*Ivee,
our heirs, executors, administrators, successors and assigns, Jointly and severally; firmly by these
WHEREAS, the Principal has subaidited a bid for CITY PAV N .-7 PRO CT
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and t)•e Principal shall onter into
a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may
be specified in tho bidding or contract documents with good and sufficient sure'y for the faithful performance
of such contract and for the prompt payment of labor and material furnlshea In the prosecution thereof, or
in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified
in said bid and such larger amount for which the Obllqee may in good faith contract with another party to
perform the work covered by said bid, tnen this obligation shall be null and void, otherwise to remala in
full force and effect,
Signed and sealed this 30TH day of__.SFtPT=1 ___A. D. 1913-.
to the presence of: JAGOE-PUBLIC COMPANY _(sEAt )
. ~ Principal' '
BY . y ie .
i ~
It !17 7
}COMPANY
f. , 18y -
1
t tone tss.e (12681 Attorney in lad
Porter Ellis
/y`y'~~ yryyr y r Q~r r v > rY r r r . r rr , . w r (I~(r• (p'.~(;(q~, y, }y T . r yy y~Jyy
a{~."(1"nr~'~i !>.'~~r, '-_vilt~i-+ia~i'• hc•7 STOC Kr f; =!A1.:r• 1 ; t, `O"O ( ~O Ep'~p~p+•
1 1 ri 1' ri 1• ! 1 N K h ! I 1 ! T I 1 N rh +N h rN h q~ 11 m +M 11•
7777-
t
1
A t aL DOWER OF Att0ANEY F
KNOW Al I. MEN BY`.7HESE PRESENTS:
That GULF INSURANCE COMPANY, a corporation of the $tale of Missouri, hereinafter called Company, Does twlby appoint
PORTER ELLIS, WILLARD CROTTY, JAMES N. PNIERS, TM 'P. ELLISI. III, CLADYS EASLEY,
PETER A.. KUSH, WILLIAM G. KI.tl1CMAN, WILLIAM H. STEELE, JR., DALLAS, TEXAS
Its true and lawful Attorney-In-fact to make, execute, seal and deliver on Its behalf, as surety, any and all bonds
and undertakings of Suretyship.
The execution of such bonds or undertakings In pursuance of these presents shell be as binding upon the Company as if they had
been executed and acknowledged by the regularly elected officers of lht Company.
This Power of Attorney is issued pursuant to and by authority of the followino resolution of the Board of Directors of the Com-
pany, adopted effective September 29, 19at, and now in full force and effect,
"Resolved that Ms Praslmlisnl a shy Ytce President or any lrseretary may appoint Aflomeya-In.fact In any State, Torrliory w redenl District to raprssa rhis Company and
load oo Its behalf within the scoot of the authority granted to them in writing, which sulhorily me! Include the power to make, r..stcuta, esaf and deliver on behalf of this
ompsny es surety, and es ins oc l and deed any and all bonds and undertaklmp y of suretyship and '9rhar documents that IM ordinary Course of Surely business may reouLe,
including eutW91 to appoinl ogdmts for rM sannce of procua in any iurisdicti;in. Vsis of Federal and rulhorlty to street to this signature of the president or any Vice Preel-
dent or any SOMISfy and to,verify any affidavit or other StateaNlnt relsting to the f xegoing, and tp Wily to a Copy of say a the by-laws of the Company amd loamy resotu•
lions adoplad by Ito Sciard V Directors: end Any Such Aitorhay-In-fact may be hmovsd and tra A, iority granted him revoked by the President or any Vke President or any
Sacietary at by ter Board of INrocioes."
This Power of Attorney end Cediflcate of Authority Is signed and sealed by faceffnlle under and by authority of the following rfi
• lutlon voted by the Board of Directors of the Gulf Insurance Company at a meeting duly wiled and held on the 24th of July, 1913.
-A#Wv/d that the signalurbs u Warren J. Kwsder, Paldent, or of Frederick 9ogem, Senior Vice President, of of Arthur C. Warder, V" Pr" tent, of of Jack W. May
merit, Vtee President, or of William E. Elslon. Vice President, or of Douglas Simpson. Secretary, Of of R. C. Feiheroton. See ei and the $eal of the r lompany may be affixed
by facsimile to any power of st verity or to any Candidate relating thereto appointing All pineys-in•fael for purposes only of sxscwring and sitesiog bonds and urldsnakings
and other wrlti(jil obligatory In Ihe Mtuni Iharew, and any such power of atlanay or conif lute baaring such fauimire signature to facaImlle east shall be valid and binding
upon IN company and any such bower 10 aisovted and Corti had by such focsimIIS signature and facsimile teal shad be Will and btnding upon IM Company In the future
wirA respect to any bond of undertaking to which It Is attached."
r i~{1) ilpRiwhereof, the Company has caused I h I a Powtr cl Attorney to be signed end Its corporate sea' to be affixed by its autho-
r . v,~ , Is ~ 12th day of Me 19 79 ,
4; :G 1
0~Q~ By JACK W. MIAYNARD VICE PRESIDENT
SYki'lli- ..TdAS as:
COUNTY OF DALLAS
On this 12th day of May to ] 5 before me, a Notary P tl,t o! the Srau and Counmy aforesaid, residing
therein, duty commisslonod and sworn, personally co" this above married officer of this Company, who being by me first duly swell according to law. did depose and say thal
he a that oif"i or ter Compsny des lied 0 and which executed the foregoing instrument: that he knows the seal of this CorrW y, that the Seal off iced to such insf rumrnl
is the corporals seal of this Compeny; amd that the corporate aasl and his signature as WCh officer ware affaed and subscribed to the Said instrument by the outhordy ama
doeciion of the Company.
(SEAL) &A:~ X.
OLIFFORDA.HARD n TARYPUBIx:
My Comm ssioh expires the tat day of June 19 75
r aA'N CERTIFICATE
LI+~i',mSfldArsI ~ted, do hereby certify that the ofioinal Power of Attorney of which the foregoing is a true and correct copy is in lull
d e at hs foregoing resofudor Is a true and correct transcript from the records of the Company, ynd that the aoove
~ltped officer ttrhy the date of execution of the foregoing Power of Attorney authoriied to execute this Parlor of Attorney
J SrFW ~1h , I have hereunto subscribed by memo and affixed the corporate seal of the Company this sire day
r
tall
oouousa,MraoN eECRE LAAY
f~~ ,rrr'~ .%,y{ 'J~q ~'~f 7 }v ,..d. rfn_r S:" ~."C Ir •Z SA•:1 t ri.
. PERFORMANCE BOND
STATE OF TEXAS
C6UNTY OF _ DBH~cua ____X
KNOW ALL MEN BY THESE PRESENTS : That JA0Oy-P1ML>< ONM „Y
of the City of _ DsulrcH
County of 1MRTIOU r,nd State . of ? M
principal., ' and GULF 11SUAA14cg c0?4pANY
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto CITY OP tilalJi'061
(Owner), in the penal sum of
1► v
FIV8 HU40RZD NINSTY SIX VID 31/100
`QOllars 75e0964-I1g for the
payment whereof, the said Principal and Surety bind themselves, and
• their heirs, administrators, executors, succesaors and assigns, joint-
ly and severally, by these presents:
IMEREAS, the Principal has entered into a cdrtain written contract
with the Owner, dated the 4TH . day of HOV1itU!>:F2 °c, 19
FOR PAV140 AND DRAINAGE ~yTB tMCLUDSD AN A P~1R7 QP PAVINO
ASSUSS"H? >PROUCT-NO. 7, AS Dz$IGNATzD sy Tax Cizy COIlHCIL OF
THE - C17 V OF D2XTOH
J
to which contract is hereby referred to and made a part hereof as fully
and to the fame extent as if copied at length herein,
HOW, VEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that 'if
the said Princi al shall faithfully perform said Contract and shall in
all respects duly and faithfully observe and perform all and singular
the covenants, ccnditions and agreements in and by said contract agreed
and covenanted by the Principal to be: observed and performed, and ac-
cording to the true intent and meaning of,aaid Contract and the Plana
and Specifications hereto nnnexed, then this obligation shall be void;
i othen4ise to remain in full force and effect;
i < 11 v t,'y [N I Y y,~ ~r
PROVIDED, IOWEVER; that this bond is executed pursuant to the pro-
visions of Article 5160 of the Revised Civil Stfttutos of Texas as a-
mended by=the acts of the 56th Legislature, Regular Session, 1959,` and
all liabilities on this bond shall be determined in accordance with
the provisions of said Article to the same extent as if it were copied
at length herein.
Surety, for value received, stipulates-and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the plans, specifications, or
drawings accompanying the same, shall in 'anywise affect its obligation
on'this bond, and it does hereby waive notice of any such change', ex-
tension of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNFJS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this _ 6~1! day of
-dV81lE8A 19,.
atil. Y
r nc pa Surety
By: ~i $y: c~-c_2_t-4-
Porter E11is
Title: ,go" . 1. Title: Att2rney-in-rote t
Address: _ P.O. fox 2so Address: 3015 Cedar g~rings
Donton, Toxins 76201 Wallas, ~axay 75219
r
The name and address of the Reside-it Agent of Surety i's:
ALLIS CROMY POKdRs i 1:0
1000 ridoiiby Union TOWW&
94114t# Texas 75201. r
•
PAYMENT BOND
STATE OF TEXAS
COUNTY OF
KNOW ALL MEN BY THESE PRESENTS: That .
of the City of
and state of as
County of ._..__rL~3iT^_._~-_ ►
principal, and Mill INSURAMW
authorized under the laws of the State of Texas to act as surety on
bonds for•principa.ls, are held and firmly bound unto
(Owner), in the penal sum of
BBVEN HUNDRSD VIVTY Flairt TuoURmn* ) for the
1►IYB H DRI3O llYtIEIY 8IX Aun 31/lnc.-.Dollars 7S$,S96.J1
payment whereof, the said Principal and Surety bind themselves and
their heirs, administrators, C%eci%tors, successors and assigns, joint-
ly and severally, by these presents: ,
WHEREAS, the Principal has'enterQd into a ceftain written contract,
1h day of HOMO 08t - ► 1975
with the Owner, sated the
FOR PAVING AND DRAINAGS IMPROVSMINTS 9826SKSM7 P.WXC!' We 70 AS DEBIGNATEDC YpTHBACMYpCOUICILrOF2
A
7HS CITY OF DEHT04
to which contract is hereby referred to and made a part hereof as fully
and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDI`rION OF THIS OBLIGATION IS SUCH, that if
the said Principal shall pay all claimants supplying labor and mntcr-
ial to him or a subcontractor in the prosecution of the work provided
for in said contract, then this obligation shall be void, otherwise
to remain in full force and affect; .
PROVIDED, 1101dEVr.R, that 11Revi~ecl CivileStatutes YOfaTexas nnc pro-
i visi.ons of Article 5160 of the
visions
71
.2-
amended by the acts of the 56th Legislature, Regular Session, 1959, and
all liabilities on this bond shall be determined in accordance with the
' provisions of said Article to th6 same extent as if. it were copied at
length herein.
r Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract,
or to the work performed thereunder, or the *plans, specifications or
drawings accomlanying the same, shall in anywise affect its obligation
on this bond, and it does hereby waive notice of any such change, ex-
tension of time, alternation cr addition 'to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this iracrument this day of 19 .
~i1►61S11- r n c~-------- -GitL1r,lF------------
Yom'
Py: BY: 1-41
.
rorter 1111s
Title:_ W Title: Acr~rnay..tn=laalL_~._ _
Address: P.O. box 150 Address: Q15 Colar 6pxings
Donton, Texas 76201 Qnilasr.Tx 75201
The name and address of the Resident Agent of Surety is:
211io Grotty pavers & CO ----------104 over
Dallaer Texas 75201
Y .1
y .)'141 TA' t: J
P41NE~i Ofi
f
KNOW ALL MEN BY THESE PRESENTS, l
111011 U411 f swORANCE (AIMPANY, A .~atprtfallrrn ul ittn f,lldn u) Mlaxouri, helelnallaf CA1114 Company. Dnan haletsy a{I{Hllrtl
1't}RCKR F;t,1,IS, YIII.I.AHD CRtlfY, JAWS N. PUWRRS, T04 P, LI.119,' Illi iILADYA KASLKY,
PKT99 A. RUSH, WtUAAM 11, KLItAHAN, 41[W,IAlt I). S1[;I?,I.i:, JR., DAf.1.AS, TEKA9 i
,
its Iruo and latvlui Attorney-in-fact to make, execute, seal and deliver on Its behall, as surety, any and all bonds {
and undertakings of Suretyship.
I
I
ndertakin s lilt pursuance of these presents shall be as binding upon he Company as If they had
The execution of such bonds or u 0
been executed and acknowledged by the regularly elected officers of the Company.
This Power of Attorney is issued pursuant to and by authority of the following resolution of the Board of Directors of the com-
pany, adopted effective September 29, 1981, and now in full force and elfecti
- litmoved that ter Prstldernl or any Vice Presdenl or any Secretary may #Wlnl Atlornerys-in-tan in any Stale, To0ory or iaderal DIStrkt to represent this company and
to act ~natywardias Is K" o dethe 10 thsm IM, willing, ad any and all bonds and undenaklnigoof authority othw document tchit ter ordeihery courts f surety business Mylisputr
the
co e, ion,
10
stlest
sad
totthe leorpoln9 and to cent}y to atcopy of ar'y of the by-lawso 11he Company and to any resolu-
alg dent o+ Y Sec'et1erY on wi my aflldwll a whet a ~I swMnt jurisdk
bens adopted by its Bowd o1 Oi, eclors: and any such AtforMY')n-loci may be removed and the authority granted him revoked by the President m any Vice President Of any 1
Sec.slary or t-1 the Board o Directors."
reso-
ce Company &I abmeel meeting duly called and yhell au-borily 2the /h following
This Directors of the Gulf Insurance signed
lution voted by the Board o of July, 1973.
of Jack W, aye May
ice
Werd
VVA
may a alnxed
Frederick
, or
ooder
J. K
I the
osidiani, -#&d' Vicetide t or of W uiam E EISIOA. WA PueWw+ resident of Dpugtas Simpson, Fury, or of FtC. iethacsion, Secretary, and he Taal oftthe ComlWy
war of alforMy, or to any wificale rosting thereto y,Ppdnhng .AISOrMyh{n-1K1 lot Purposes only of executing and attesting bonds and urdertsktngs i
by la then w to any Po ter Company In Iha future
and oherCompany ana so~eCrrled send yWSVGh power Of illed by such IK&lmll tlgnoturst and beaSuch ring Seal shall be vs Id and bindingluponl "If m rang and Dlndiur
!
Upon the a and Any ny ouch h Power ,
wrin rnpecl to any Dord or urdMaking 10 whkh H Is atlaciNd." t
" etflereof, the Company has caused this Power of Attorney to be signed and its corporate seal to be affixed by Its autho•
; ~•~r~ tie~e !
.Qf8e~k;thls12th day of Hay 19 75
a 1,., t7 I f
YICE PRESIDENT
L+ n i By CK w kEAY11ARD
• j JA.
t't4SOo`•'~~ `
+s'fk % or'16AS ss:
COUNTY OF DALLAS
day of Hay is 75 bergs rot, a Notary Public of Iho State and n County sloresai residing
0^ his 12th me first duly sworn accordlng to law, did depose I N Say that
e stn, duly commissioned and roan, ed personally come the aloof nerved goofficer of ing I this Comp who trial i by r
h scribed in M and which executed 1M foregoing Mal rumenl; IhN M krawll s the asst of IM Company: that IM Seat dllred 10 such Instrument I
he i s that GI hur 0 o 1 IM ComW^Y de
is the corporate seal of the Comwil i and that the corporals feu and hlS Slgrtaturs as such olfker or$ affixed and Subscribed to IM Said Intlrumenl by 1M authority and it
d-rsction of the Company A~
~/1 !
(SEAL) tXJFi0R0R eEAR~S TAKY rVOM
of June 19
My COmmisalon expires the list day CERTIFICATE
4.
. t A N I ~ ~ r 1 reI ` do hereby certify that the original Power of Attorney of which the foregolr,y is a true and correct copy Is in full
t ak14P,d e}1foregoing resolution IS a If up and correct transcript from the records of the Company. aid that the above
~y~+d oflicef 01 - the dale of execution of the foregoing Power of Attorney authorleed to execute this Power Attorney. day
I ~Orsirul liki, I have hereunto subscribed by name and affixed the cofpnnte seal of the Company this
'f t9
fyl~,rc;
t~SCAIj'• at \ .
oDUgLAS SIMP60N 6ECREir
Form 1691? f9 1`31
CONSTRUCTION SCREDULg
The Contractor shall proceed with construction in an orderly
manner after conferring with the City Engineer to establish
a work schedule. The assessment project is divided into
seven specific work areas and payment will be made to the
Contractor upon co letion of each work area. No partial
payments will be ma a or portions of the seven areas. Full
payment, with no retainage, will be made immediately upon
completion and acceptance of each individual paving area.
The Contractor shall be in with work area "A" and shall pro-
ceed as rapidly as possible to complete this segment. He
may also commence work activities in other paving areas prior
to fully completing the initial work area. All construction
scheduling shall be coordinated with the City Engineer.
The construction schedule is designed to allow the Contractor
to progressively move forward with his work while minimizing
the inconvenience to local traffic. The Contractor will not
be delayed if he io capable of progressing at a rapid pace.
However, he will not be allowed to excavate and ave numerous
areas without completing the work behind. the pav ng operation.
0
0
a~
t s
r ~ t
W r i
~1 a
4 lilM.i. R7if~1~MilrflWi' 4► .A.IL•a}! ~~`yl !.r.` yl` I•r ~ Y, , ~6y ~v ,
B # I~
1 V
/j, PWQN
r
i
cl,
CIO
L ( PAVING AREAS
Assessment wojeat
J1- q♦~Y L ~j ~
J
P Tom:] .
40
i
~ l
n u v.'.r ♦ , : r ` w : r , , . s ` r ! , < Y , e ('J a F r
r "Ire 71
6WRAL PROVISIONS
SPECIFICATIONS
This project shall be constructed y utilizing the Texas
Highwa De artment 1972 Standard Specifications for Con-
struction oHighwa qq Streets and bridges. A,y perwis_
s~bZa deviation from those specifications will be noted
in the section on General Provisions. Wher the lUghwa~►
Department specifications make reference to the "State,'
this project shall be interpreted to refer to the City of
Denton, Texas. Likewise, the terms "Commission" and
"Department" shall refer to the Department of Community
Develnpment for the City of Denton. .Any reference to the
term "kOgineer" shall apply to the City Engineer for the
City of Denton, Texas. The Enggineer, or his representative,
is authorized to act for the,City'"of Denton on all matters
concerning,the,cons truction'procedures, specifications, or
activities while the work,-is in progress. Other definitions
shall be as n:Ited in'the 1972 Standard Specification book.
LOCATION OF PROJECT
This assessment 'project is totally located taithin :he city
limits of the City of Denton, Texas. A map showing t %d'
e general location of t:+e individual blocks to be paved ih
included in the plans.
SCOPE OF WORK
The work to be performed under this contract consista of
furnishing all materials, labor, supervision, tools and
equipment necessary for the construction of paving and drain-
age improvements on streets included in Paving Assessment
Project #7 as detailed by the plans.
PLANS ARID SPECIFICATIONS
Plans and specifications may be obtained at the office of the
Direct(,:-s of Community Development, Denton City Hall, upon de-
posit of fifty ($50.00) dollars. The entire deposit will be
returned to the plan holder if the plans and specifications
are returned to the City, in good condition, within fifteen
(15) days following the official opening of bids. If the pro-
spective bidder does not properly raturn the plane and speci-
fications, the deposit sum of fifty ($50.00) dollars shall
become the property of the City of Denton, Texas.
EXAMINATION OF SITE PROJECT
® Prospective bidders shall make a careful examination of the
site of the project, soil and water condi'Zions to be encoun-
tered, improvements to be protected, disposal sites for sur-
plus materials not designated to be salvaged materials, and
as to the method of providing ingress ani egress to private
properties, and methods of handling traffic during construc-
tion of the entire project.
COMPETENCY OF BIDDERS
The State requirements for contractor pre-qualifteation prior
to the bidding date shall be waived. However, the City re-
prthe iorfinancial
serves the right
experience thoroughly allinvestigate
award of
the contract,
~UALIFYCATION OF LOW BIDDER
Before being awarded, a contract, the low bidder shall submit
such evidence as the Engineer may sbequire to establish his
financial responsibility, experience and ppossession of such
equipment as may be needed to prosecute the work in An expe-
ditious, safe and satisfactory manner,
Should the low bidder fail to produce evidence satisfactory
to the Engineer on any of the foregoing points, he may be
die qualified and the work awarded to the next low bidder so
qualifying.
I
AWARD OF THE CONTRACT,
The O ty of Denton, acting through the City Manager and as
authorized by the City Council, will notify the successful
bidder, in writing, within thirty (30) days after the date
of receiving bids, of its acceptance of his proposal. The
Contractor shall complete the execution of the required bonds
and contract within fifteen (15) days of such notice.
PERFORMANCE AND PAYMENT BONDS
The Contractor shall execute separate performance tandtpayent
bonds in the sum of one hundred (100) percent contract price, These bonds shall be executed on standard
forms for this purpose which will guarantee the faithful per-
formance of the work and further guarantee the payment to all
persons supplying labor and mate ale or furnishicontractquip
ment used in the execution
GP-2
shall not be in effect until such performances and payment
bonds are furnished and approved by the City Attorney.
•
MAINTENANCE BOND y Texas a
The Contractor shallmaintenancefile with surety
good and d sufficient amount equal. to ten (10) percent of the total cost of
t an amou that the workmanship and materisalls
parts
fu: ished hed under guaranteeing
urn der these specifications and used in all
of suc
l
said improvemeetsh8o roraalperiodcof ofir nes (l}yssear and from the
kind and quality t acceptance thereof by the said City of
completion and final the nee-
Denton, the said pavement shall require no iin~said work-
essity for which shall be occasioned by the said period, in
manship or material. If, however,Cdurin the said pavement
the opinion of the Mayor and City
f concrete sr, shall, in theirropinion, benoccd the
for such repairs, defective workmanship or mate-
the settlement of fouedalion, of any art thereof or
rials furnished in the construction his Contractor,
any of the accessories thereto, built byithi at anyy time dur-
then such reppairs, on due notieee being given at shall prompt
Contractor, ng said period, by the City,
i
ly be made by the contractor in the following manner:
time during the peri-served at an • Ulon notice from the Cthee'Contractor shall at his own expense
od of said guarantee, inferior or defective
take out and remove all worn out, soft, curb and gut-
ter materials found in either the paveemtment, headers, other art
, manhole, inlets, bridges, sto drain Or any
gg
of the pavement.ot,aecessories thereto, ancluding C anytaV e-
materials shall besubstituted therefcrt i to has sett av
ment or materials that have become injureds
out of place by reaaon of its bein in close proximity to
up
such soft or imperfect matlail pavement, take up
and relay or re-set or replace lace, become uneven or defec-
etc. that has settled out of place, of said guarantee.
tive if found to be so during the
make thecrepairs repairs shall a deemed
Should the Contractor fail toe
be Con-
necessary, written notice t
tractor the City to the Contractor and the Surety. eriodiof ten
tractor or Surety shall fail or reloirsf as herein provided,
(70) days to make such necessary p
then the City shall have the right with or without further
to roer by ceed to make such repairs or cause the same to
be notice, done eith p contract or otherwise at its option and to
pay for the cost of such repairs. aid by the said
cot res so made If suactorsoroSuretyiupon receipt hoflNonot tice eof the amount
Contr
GP-3
thereof, the said City shall have the right of action on the
Maintenance Bond; or in case the said repairs shall not ac-
tually be made by the City after such failure on the ppart of
the Contractor or Surety, the City shall have the right to
ascertain and determine that the costs of such repairs and to
maintain an action against the said Contractor or Surety, or
both under said bond, to recover the amount so determined in
any court of competent ,jurisdiction, and the amount so deter-
mined shall be conclusive upon the Contractor and Surety in
any action upon said bond.
TIME ALLOTTED FOR COMPLETION
The time allotted for the completion of all items of pork
shall be 200 working days, which time shall begin on or be-
fore' the fifteenth (15th) day after the issuance of the Work
Order, The Work Order shall consist of a written request by
the Engineer for the Contractor to proceed with the construe-
of the project. The Contractor will not be allowed to
prosecute the work on Sundays without written permission by
the Owner,
LY UPDATED DAMAGES FOR DELAY
• The Contractor agrees that time is the essence of this con-
tract and that for each day of delay beyond the number of
working days or completion date herein agreed upon for the
completion of any portion of the work herein specified and
contracted for the OWNER may withhold,
the Contractor's total compensation, asumrforeliquidafrom
ted
damages for such delay. The amount of damages shall be com-
putefrom the table as specified in Section 8.6 of the THI)
Standard Specifications.
TESTING OF MATERIALS
The Contractor shall furnish all materials for tests which
will be done by the Owner.
Tests will be made by the Owner at no expense to the Contrac-
tor, except that in the event a test indicates that the mate-
rial does not meet the requirements of the specifications, the
Contractor shall bear the cost of that test.
STATE SALES TAX
This contract is issued by an organization which qualifies
for exemption pursuant to the provisions of Article 20.04 (F)
of the Texas Limited Sales, Excite and Use Tax Act,
GP-4
The Contractor performing this contract may purchase, rent or
lease all materials suPP"lies equipment used or consumed in
• the performance of this contract byy issuing to his supplier an
exemption certificate in lieu of the tax, said exem ti on cer-
tificate complying with State Comptroller's ruling 95-0.07.
Any such exemption certificate issued by the Contractor in
lieu of the tax shall be subject to the provisions of the
State Comptroller's ruling #95-0.09 as amended to be effec-
tive October 2, 1968.
WAGE RATES
All employees of the Contractor on the work to be performed
under this contract shall not be paid less than the prevail-
ing wage scale in this locality for work of a similar char-
acter, and in no event less than the rates specified in the
Minimum Wage Scale.
COORDINATION WITH OTHERS
In'the event other contractors are performing work in the
same area simultaneously with this project, the Contractor
shall coordinate his proposed construction with that of the
other contractors.
PUBLIC UTILITIES
It is anticipated that utilities will be relocated prior to
the work under this contract being started; however, utility
relocations may be done during the performance of this con-
tract in which case the right is reserved to `the owner of
public utilities to enter upon the limits of the project for
the purpose of making such changes or repairs of their prop-
erty that may be made necessary by the performance of this
contract. The Contractor will not be responsible for relo-
cating or adjusting utilities except as provided for else-
where,
EXISTING STRUCTURES
The plans show the locations of all known surface and aubsur-
face structures, However, the Owner assumes no responsibility
for failure to show any or all of these structures on the
plans, or to show them in their exact locations. It is mu-
tually agreed that such failure shall not be considered suf-
ficent basis for claims for additional compensation for extra
work or for increasing the pay quantities in any manner what-
soever, unless the obstruction encountered is such as to ne-
cessitate changes in the lines or grades, or requires the
GP-5
r
building of special work, provisions for which are not made
in the plans and proposal, in which case the provisions in
these specifications for extra work shall apply,
The Contractor shall be responsible for the protection of
all existing utilities or service lines crossed or exposed
by his construction operations. Where exi,tirg utilities
or service lines are cut, broken or damaged, the Contractor
shall replace or repair the utilities or service lines with
the same type of original material and construction, or bet-
ter, at his own cost and expense, with the excepti:,n of those
items included in the bid schedule.
Water meters shall be adjusted by the municipal utility com-
pany. The Contractor shall adjust existing manholes to grade
as a selarate bid item. The adjustment of utility valves
shall be performed by the Contractor as an incidental item to
the general contract.
POLES, SIGNS, GUY WIRESLTC.
All utility poles and guy wires, private sign posts, sips
and similar private obstructions which interfere with the
construction of this project will be removed and replaced
by the owners thereof, without cost to the Contractor,
The City will remove and relocate all traffic and street name
signs without coat to the Contractor. Adequate notice shall
be given prior to the Contractor's crews actually working
within an area so that all signs, may be properly removed.
The Contractor shall be responsible for the full replacement
cost of any sign which is accidently or intentionally damaged
during the construction phase of the project.
BARRICADES, LIGHTS, DETOUR ROUTES AND SIGNS
The Contractor shall, at his own cost and expense, furnish
and erect such barricades, fences, flashers, signals and
signs, and shall provide such other precautionary measures
for the protection of persons and property as are necessary.
Safety to the working forces and the general public shall be
of uppermost consideration in scheduling all construction
activities.
All signs and barricades shall be constructed and erected to
conform to standards as established in the 1971 edition of
the Manual on Uniform Traffic Control Devices. From sunset
to sunr se, -the ontractor s a urns an maintain at least
one battery type flasher at each barricade and a sufficient
number of barricades shall be erected to keep vehicles from
GP-6
being driven on or into any work under construction. The
Contractor shall furnish watchmen in sufficient numbers to
protect the F.,ork.
The ~nontractc: will be held responsible for all damages to
the work due to failure of the barricades, sins, lights
Te Con-
and watchmen to adequately protect the work of the work
tractor's responsibility for the protection
accepted or the
shall not cease until the project City.
If, in the opinion of the Engineer, the barricades and signs
installed by the Contractor do not properly protect the
work area work activiviesCandreorrecththe deefficiencylineproperlbarrir
eading.
WATER FOR CON STRLII CTION
-
Water used for Jetting or flooding trenches, s rinkling,
testing, and flushing of pipe lines, or any other purpose
incidental to this project will be fuennecedsaYytarren -
tractor. The Contractor s.i
ments for securing and transporting such,water and shall
take such water in a manner and at such times that will not
City's
produce a harmful drain or decrease of pressure
tein,ful the manner.
'
water system. shall maakelarnot be us ed rangements with the City to pro-
The Contractor
vthe water required and the Contractor shall pay for the
water at the prevailing rate.
SITE CLEANLINESS
the Contractor shall, at all
During construction of the work,
times, keep the site of the work and adjacent premises as
free from material, debris and rubbish as is practicable and
shall remove same from any portion of the site if,rin the
opinion of the Engineer, such material, debris or sh
constitutes a nuisance or is objectionable.
noafurtherineedrplus
The aandrtemporarymstructureshwhensite
materials
therefor develops.
GP-7
77
fi
MINIMU_! SCALE
The rates below have ')een determined Ly the City of Denton, Texas, in ac-
c)rdance with the statutory requirements and prevailing local wages.
Overtime shall be paid for'at the rate of one and one-half (101/2) times
the regular rates for every hour worked in excess of forty } hours per
week.
RATE PER HR.
CLASSIFICATION RATE PER HR. CLASSIFICf.71ON,
!Asphalt Raker _ $3.7` Power Equipment Operators:
Crane, Clamshell, Backhoae,
Batching Plant 5cateman 4.24 Dragline, Shovel,
Carpenter, Rough
Concrete Finisher 4.00 (Less than 1 112 C.Y.) $3.95
Concrete Finisher Helper 3.25 Crane, Clamshell, Backhoe, 4,20
Form Builder (Structures) 3 8000 (1a1line, Shovel,
Form Liner( Helper 4,15 Foundation Drill Operator 4.75
Form Liner {Paving}
Form Setter (Paving) 3.70 Front End Loader, 3,30
• Form Setter Helper 3.00 (l C.Y. & Less) '
Form Setter (Structures) 2,54 (Front Over. Ind Loa der, 43,20
eCortmon. 4.00 ~liotor.Grader Operator
Mechanic ,85
3,50 Motor Grader Operator, 4,20
Oiler 3.73 Fine Grade
Pwder erman 4,00 Roller, Pneumatic
Powder 3.00
Power Equipment Operators: Scrapers 0 3.95
Asphalt Distributor 3.25 Scrapers, Fine Grade
Asphalt Paving Machine 3.75 7rector, EO HOver.P. 80 h H.P. Less 3 3.85
,80
Bulldozer ,
Bulldozer, Fine 'Grade 4.00 Boring Maching
Concrete Curbing Machine 4.00 Reinforcing Steel Setter a 95
Concrete Paving Machine 4.10 Reinforcing Steel Setter Helper 3.00
Concrete Paving Saw 3.55 Steel Worker (Structural) 4,15
Welder
The CONTRACTOR shall comply with all State and Federal Laws applicable to
such work.
The above are minimum rates. Bidders shall base their bids on rates they
expect to pay, if in excess of those listed. The OWNER will notwconsider
claims for extra payment to CONTRACTOR on account of payment
higher than those specified.
DEFINITION OF BID ITEMS
The following technical specifications pertain to specific
bid items which correspond to provisions of the 1972 edition
of the Texas Highway Department Standard Specifications for
Construction o Highways, Streets an Bridges,
Item 104 Removing Old Concrete
Bid items for three types of old concrete removal (pavement
removal, curb and gutter removal, and sidewalk removal) are
included under the Stag 104 Specification. Disposal of
concrete materials shall be at sites provided by the Contrac-
tor.
Ite4___104 A Removing Concrete Pavement
Removing concrete pavement shall include all concrete slabs
of b" thickness or greater. Drive~iays, intersection radius
pavement and miscellaneous slabs shall be included under this
item.
Item 104-B Removing Curb and Gutter Pavement
Removing curb and gutter pavement shall include the removal
and disposal of existing sections of concrete curb and put-
ter. Payment shall be on a lineal foot basis.
'i
Item 104-C Removing Concrete Sidewalk Slabs
Removing concrete sidewalk slabs shall include all concrete
sections which are 4" or less in thickness. Payment shall
be made on a square yard basis.
Item 110 Unclassified Excavation
Provide labor and equipment necessary to excavate materials
to the grade indicated on the plans. Existing asphalt sur-
faca pavement shall be included along with other excavated
materials as a part of this bir; item. The Contractor shall
stockpile sufficient suitable material to backfill and level
areas outside the actual limits of the pavement. Adjacent
property owners shall be entitled to fmy surplus excavated
material if they request fill on their property. Any other
excavated material which is not needed for filling or level-
ing on the actual construction project shall become the
e property of the Contractor for disposal as he sees fit. All
incidental work such as tree removal, culvert pipe 'removal,
etc., shall be cont%idered as a part of the excavation bid
® price.
Item 260 Lime Treatment for Materials in Place
subbase by
This v shall consist the
the pululve erizing, addt t
mixed material Co a 95% compaction as determined by test
method TEX-114-E. Payment shall be based onAam square yarl$
-
measurement for a lsection aced perfsquareiyardsutilizing the slur'
of lime shall ty p be utili from the RfgFw_ay
com-
method.
fications. Pcontrol ayment forlthe hydrated lime will be com-
pleted by Item 264.
pleted
Items 4 iiyd d bime
Type At hydrated lime will measured
and mixing oferhenl:ae2slurry
pounds, dry weight. Placement
will be paid as a part of Item 260.
Item 34„0-A 5. Asyha_- It Pavement depth asph This item shall consst of a 5"
be made ontalsquare yardabasis,,einnr
as-
section. Payment sh
place. The section shall consist of 1 1/2 of type D~,,,
phalt pavement wearing course placed on a 3 1/2 type G
asphalt base.
Coarse aggregate used under this item5/8" AC 20 size and
grade
shall be crushed mineral aggregate. for lace
asphalt complying with THD Item 300 shall be used. In place
eci-
density shall metho s. AsuhsitzmaterialBshallinot-be heated
to aCe and h p o lant and shall be
mate-
to a temperature of more Chan 350 P at the p
placed at a ei placedtwhenrgeneralf oeathersconditio'dsNin icate
an air r f less than 500F. Tack coat shat be
an temperature b p
RC-2 cutback asphalt. gradation:
Type "G" paving mixture shall have the following g
Percent
gar Weight
Coarse Graded Base Course
100
Passing 2" sieve 95-100
Passing 1-3/4"~ sieve 15-40
Passing 1-314 sieve, retained on 7/8" sieve
Passing 7/8" sieve, retained on 3/8" sieve 10-40
D..2
•.n. ..k y.: A
.
Passing 3/8" sieve, retained on No. 4 sieve 10-25
Passing No. 4 sie•:e, retained on No. 10 sieve. 5-20
Total retained on'No. 10 sieve 65-80
Passing No. 1.0 sieve, retained on No. 40 sieve 0-20
Passing No. 40 sieve, retained on No. 80 sieve 3-15
Passing No, 80 sieve, retained on No. 200 sieve 2_85
Passing No. 200 sieve
The asphaltic material shall form from 3 to 6 percent of the
mixture b weight. All material sources shall be tested and
approved by the testing engineer prior to being utilized on
t is project. Asphalt material may not be hauled from the
plant, dumped a we ground, and t en re-loaded for placement.
Any substantial shortage in pavement thickness shall be noted
by coring the finished pavement. A corresponding price ad-
justment for the d+lfieient work shall be made by reducing the
payment as specified by THD Specification 350.11.
Item 3464 8" Asphalt Pavement
This item is identical to the material and placement specifi-
cations in 340-A. The thickness shall consist of a full
depth asEhalt section of 1 1/2" of type "D" material and 6 1/2"
of type 'G" material
i
Item 34Q.-C 2" Asphalt Pavement T A "D"I
Material specifications for this item shall conform to type l
"D" Texas Highway Department paving mixture. This item will
be_paid by the ton, in place, for various matches where the
project abuts other streets, Patches will be approximately
2" in thickness and will sometimes be irregular. Material
for this item to be placed at locations as directed by the
engineer. t
Item 421 Class "A" Concrete'
Provide class "A" concrete, in place, for the box culvert on
Hinkle Drive. Reinforcing steel for the culvert will be
measured and paid as a separate bid item. This cubic yard
price to include all other materials, labor and equipment
necessary to place and finish the box culvert as per plans
and specifications. Exposed surfacr2 of the culvert shall be
hand rubbed to obtain a smooth durable finish. Construction
details for the double 7' x 5' box culvert are to be taken
from the following two standard THD sheets. In utilizing
drawing MCW-Fl, a height of (Ha5'-0") should be figured for
this project.
D-3
_131L4 9 Of FEll1TOFICrNO STLIL -.lOA 44' C[CAP WlDTN - 6579ELS ovLY
stars > . s r SrA1J3 f • 4 ? SPA NS
^ f'r !
3 ,C Cr 'f! n.~'le /J.W".K.T •jd A- IB it l'fa Ir1 N- A E61C_~15 Cr 1
{ r r 1[,110 /frfl li)UI'yr.
aSL+? f' ,00' U ns 54 9, ' !1 P r) t , , {de d.5 wA JJP IJ6'sI I Of 1 7) 1 /J ill ¢ 1l 4G SS I/091rd3'/J$ Si f 9/ do !fa rt! 4 Jt
!c'/ lS 44
S.C. .,r .,C r4 •J I♦A •4 Ir'1 r4.641.4 r4 04 104 04,04 104 1 Vol 04I04 ♦4 ~04~-4"•4 04. •4 44 04041#4`V, •41 41.4 E•4 •d
eed CJraJ rJ r0' a A r0' 1 F' 1d 14 /2' 1 17' q f to. J" 4 i to
. O' { • J'a' - ) - J /e' JO P: e a' to* 6'~ } !S•I - G"! /a Jl `
LE tiJ'H ! +S t 3N 41' 4Q .4,4'o .f,) o'1!'' IS JlJ• 7a` lSI IS't' G'Jd'4l did' 4'd•Itf O lf` fI D ,S°Y~3W $I 157 is i• T 4'/'+•!'d' Idle 41 a 41 e'1J
P Jfa'J Ir`I'q YS'/O /i
otJ' JSI S.10 -1; 9
J, l f 4 JS i1) (!2 l4/ SI L 41 d l IJ1 9l un5 ~6T0 J7_1 114d !eJ Plot Ji/ IS/` r Q/ d4 l97 ST? !JI !i Ild1 (Jt J)af 1511141
' i , OS !1!i
J SaAN3 7 r,' + _-..7~. t' i l 1~ SPi} NS 3
e4 7rP• . H x
r T of
)4%JP rJJ 104 /dri 3r , IJ f Jr I d OJ is /n9 1/J5 Irss,/w atl Jt r3 I l EE us v4 i04 ed+Jr TJt 'Jf"4 e! . f/ 3ir9t
J I 5 4 4. (9r SS r!!f/JI'I iJ4 /Oa pt J~ Ill e! l,I~ ir. M T-A) JS 7q! "
S17E rA •y.•.; • w•.' ir.r n•; Ir.! NJ n.7 r.l ♦4'♦.4 Id 04 ,,1 .04 • • 04 ♦4,t4 r41 t4 04 •4{rte Er4f 1/4 r. • rd •41-4 ♦A
i 04 i•{.•A' 041 0,0104 04 •d '.•d 04 •r 14 'rJ
sF^ ',s ro J e e Jo• a 1 - ',a I II /r• to i to a• lo' c 6' 1 r IZ' I[ 'I b' e' d' q G' 15- - r~ re' /r' /r
ro• ro' It e 4 e - .s' - t 0' I' .a'
Lra'•+ I) a'd'5J 1' 4f'4e Al d11J0114,1Z'd ldlJ7"d !'iV2doli_41dir'd'd4lSO'~ef`7IE•J'/!Y'a•'J'llJ'0 T~4'd'4'J 4'd'u'P tt 0"o'O IJ It 4'#!J'J`401.JfIJd drtf+IJ',e',fGf'tl
dtlCtl:710•J:i'S,+jJ3'.2.'
• !7 $01 rJ.~ J % 7fl ~el,.~/IG iJ71 dld~/dSllitOlJ711J171Sid,/C741SIEL7l11 e) Jt1 597 dG0 ~d7Sj 7N ~J71 Jill &#I# ,rtl$4, 9f117f3 At Y.-allOV•r/0 i7I d.J rd
eol`JrJ Jl7 Jde .al fP! 719 i) +Lf r!f t!0 ,737
/,1.34- ' d , I . • J a._-_. A
JJJ•JSI, f.J J,L ,4 SPA 1il... ,j _I. Sd ljv3_.I 't .f-` SPAN) ^ 7 or S SPA,tiy t.a •_-v..
trd147 J! 1791/Jd 11lI !P/fllJ{III M JJ t i 1111 /J't <S M9 /JI /N t7d 111 14 J! 4 et d SS 101 /JO /JJ /6r M 17 40 J! 4
I. rIl /JI ,/Je !f iOD-/!e'%Jf ~!/l I7J•IT •IJ JJ'4 tt Jr -1l1 JJ!
$;7d •1104 rJ '.•4 ►4 104 Ir.r 04 04 P4 ,4 •4 •4 •4 •4 11 11 • 1 `•4 6< 44 04 01 •I r4 14 ^4 04 04 i,-0 ,41P4 ,61 04 ;01 r4 •♦',4
•.1 I•! •I'wJ •I •4 •I
0 J' 'C' Q 0' + r0 - /r l.~' IO'J V' d'f d' I~' t M'J '
III rt' /t'Il0 q' A' 0' I_
$tA C . 0' es'I - H'~ )t' I{' q'I /O ! d J9' d' li'
L f",JrH JrleJ'X4'd"rei4r 4$'~J!!' Ja' J~a`7a'l0'JJJ,JO'li6t))004//•Fd''4J•IvIJOIS`olS'a~JC J'r !'dJFjIIO•!7•' 414' A fSl4fd!'diJ0' JI In J M
Jr.;1701 OW411'4~dJ't'IJ'?u"IriYa: Jd'Sn'JS'.'lt. .
101) t'a7 f!J J7! 'SPSAln/~) 40A a j!J a /e. a07 nlsta7 lto Jn Ss3PANSS , AJ! e/ /0'r ell 105 !I ?it III 103 OSP~31104 m 37 16r ira,S/s loot l/d. rur
ear !7r Ml Ad.. 4 'If "N uJ rI S! 176 J-f r3. - 7'A +4f, - 3-:e
' r JlLR fS `~0P'/Jr IJJ'I/C,JSdr go 77lI le 11! 4 7A'144 Sf ~to$ 754i /J0 i7/6 1)64I. ~!J Jo 4, Ye
!44 SS! i0! J!i U; PIC JJ0 Jr f 4/' 41 ! I 74 (AI 1104'104 15 '10;Tif /M'Ili A I s ro eAJ1 41 ' 4t ' 4 id it r1.
_ S'i ^ +J •I 04 Poor 03 ;•11'•)1.4 r4 •I 1s4 •4 w4 •4 I6l♦4 "4 4 ~•4 64 j04 14 14 "1114 04 14 04 V 044 •I 1•4. 04 old 04 14 ♦4 I.4•<;•4•,
0.0 -04 .•4 •4'•J •J rl ♦4 .
1 337 J !0' A Q JJ' e' - Id•1 - IJ' If" /0'~l0' d' a /g'• 0' fi'I - - !t' Jt' IO'III JO' Q' d' q' i - IS 1I0 1!e•'I.
t0' a' 0' ro' t' JJ'- t' l!' I.
,l
[ ti:9yH 1!J JYO'fJJ)'4e°.4:e•PJ~a ~4r'a•Ir ooo"'J7d J'ri ;7a U'f!)'i i6'/d eJ'14 4'I•!J'
~O i13'0itf ddPl t)Q J4/' 9'd J!'dhd'1'~7•A1 1h' 4'd I' IS IIfO'J'IJ`4'!/'.'J'd'ildlt J9' '1 'JJ}"0-4' J'
,/'ad.4'J'IS JL Jr tS'.'J!'I•J;l'Ai':'l f.t !
14,14 11141 S .J ,J7/ 014HJa1rr7J;GorirSo Ill rarsu mm 6w JrJ i 1n4nle/lJa1joiimLlot Ids //q )41)177)17/1 J7/ 0M/IJd 774 PS •)101107 PadI01,If0041 41J'IrJ
t J7)'O "JIF'lri,a4s:lf,,at Ix U411
d iNS "r , J ` Sv N,,
I SPANS - 7`;010 0 AAA Is o I
Nis f117J'13(i r, ' o 141 ~.f far 1 (~7y1;1
S~1 ~J•'9 ~.4 ri4 'r+I ll~J. 04 14i f lrt Y41-~ip YtT)JO 4d- ro4 I0 M3~T s~I.fS ~l J1 i~ 009d'ift a, A 70'+tS ~1 $s 4014. ~97 0{ ploi!A 1~ 6I
mi
s Z t J i I I 4i 4 4 t~ 64 4 4 4 I14) I 4 r I~ 64 < 4, I°4.1 I d• 4 I RI 4 I 4~w4P1 ,•I 04,-04
f! 'f lP4 ►,~-P4 r<;►41.4 •4 '.04 of 04 1 1
04.
S01 /'iN0 J .57' d l d rt;7' 9 ?i lt' M M J ¢ 0 /Q 0 } - /f" - - J ft Jt' rr Ja Jd l~ I' ';J l3~ - •5
E!~'~!e'I rt'1 /t'SA7'f N'' d it M'} d Jd• • i4 I'..!•. r!' rr'•
L!':OTH 4 X,t.'J'Sb"'4 4')• r04J-0'1 I!r!'A 7 d•41 IJ'l Ed +I+!'<d'<' ~IJ'0 to
r94J' J'1 9d`fJ !1!Q 7 4'I ! I'~ 4!'' ~f ISd~J/i,!/!J'J",q'I/I4l P~sJ J'J'rJ,4~I'', 4e•' I'd PJ'41Y4dS 74117•"10-c"lf" 1.'+
_ . ~j7I elr4isr;Jr17IJ 1!u rll 1.9 li7A /(!P lEI! Ito J7/ d1{ /11011710,0444/! /I/ Jloft Nd( 7la J1lIl )1~ Ir7/ e4r v ui aa. f/1,/r~ r1/ 104 Sr0 67e
N,ly_Jn sM JU /It; ItD ,f •u4 s r~~, s ! lfs ~1
• i4L 'J'•'T P.^.Jl!? t 50' .1.._. _._l....., 1.._. a._ _ _
y1; If jlpt%jo,~S',Yv lor_ iOine7YYvlfKary B4RkIL_WANT/T/l31OA44CdIAA14_'O_i_H v:; Bair .,th7
hr YYIA S)J,i,~t!!/6 Sd ti 1f11~T JH"k*T'it7 .Y ..1., `I µJ•nJ~tn ca,tl~nt/nak• ♦rMOP ~Jr
~ . I-t• e F ay nau e/,t!d IAP101r v+y d0AORZ4 r0✓JNT'll[S~ r. wrr~r,,a otnor _
,1 fJ ,I )r J it Of 40 . 40 rrN I= Jen
vo'r rot rdh's.
S•7C •I •f or 04 •4 ,4 • P • • , ► • P C90WN OrAtlRAM C/IJ!'^0IA, 1--4' $,It OUANT/f/CS 10Lf 841L
I J~ I I 4 4 I 4 t'•J, I idJ.•s fJ CJM;Wrd1A Cr^D (f- 5~ N0~lrJ0TH ! f..,rdl Or pr,-lw G'lt_rf1. _
sreurt'o to I /o e ; e• I !g• '44 n• - 1J• /e• Jr• 1t n 11 of of coTc, frli,carc's>iF , 4"
LrvsrH s r .SJ"J'O 4 i4J'ise !f'•. Ir' 4so rs'fJ'lr onl3s I'
a 1 1 1 t7 ,i,! s % a6v3S1RLC► UrpJ R4# eevu.; Ltir
t INr Sr1'rYJ "i JfJIIJd td1797 90! Ati 4) d,! 100.7 /OS 4!s -
't J
.04 St 04 ! ecr,aaA rrcresr-
1 I l 3 1 ; - - r %%ts H sJTgelf 567 iai~i D•! Is
[P+>.n N40. .-HlOs+a .n
r
Peede "Ce e'./n 4 P 1HO/Jlr Sr4ndw r>
~ .,coca '.IYoi T,A n T` a /v jj 46 s ;i 4e s! Ar t i = I' vj7dH M 7, J' 4 jDo!'6• N60 4 o 6s,so Jt l i011Y dll 141 J
I A
~kr u, 41 llSikcrfrcarrOnJ,
J. I d ♦ , 11 J I I • I 1 p i S !r!'•0` Id N 11 N!1 ddSa Is" Jll ArJ MMrfr, er.Jd) b :uv A U.J+Ar
Sr!Crv1 IJ, O'; / !IS1 /Q•.1 4'~ A'I 1 lt'~!#' /t' It. wt YlZ
It
45i' mist Ott
IF 1114 J~OSJ: p
• !f d V 'k,, Pr otPd CwMr~ '
h 0,Y on f ll J+'•.tY 4•I' J J'' d 47'0'4! 0 4!'• 'O J'N• 0./I~J'S' N A - _ i .
.Os1•l09I%~ /I/ N+roPn!'Cnr 44-0 'AlErnrlP Jr,N
'
A! tqr tJS o f eJJ J711JJ711 V 40,1104;71) All i1le ~1d7 Aid JJS ~ - It JJO _031 f?
HAAS Z 7- 7 ' i t r J lJ-0 564O 1(J 1117'/i1 e9.Jr, ft C•• Nn e/ ~r1
a F~ 7,
t H!' y I 4:_._ 7', 4' J 30 ,61 7J 77 1110 IS04 P, 14411 OWnhr.q of rerHforG •pp 'N/ l.'' •.n 9MY
i![Q Sf,/L4 /JI `I!0?I(t 0174 II rd0 I!I~ N At /se de 6' t_ 1 Jd'0' !//4 140. f6S /lil lOS7I'4r1 for 4f'•0'Uw w.drK t4 e,406011 t,1>w1.' a 914
ie,s~H !~1?JJJ9 aiYE4i~4a
. .
e J.
too $I
IS lz r1:JrH a9J /e' ~el4foluO'11P`o~w i1rrr 3i~ l i rernf,T t } ! i c`, ~ri~) eci4oaSjjo O II
E ,Hr rt 'I)II,?;J J7, L7! IdS • N1! 11000 /•4 el~NJ ~te7 is Id1M ~ t 'y a
4 { ,f°-- _ DAMS C ,'-p-.1 sltn t1 7,d of !0'/I at ll /S l1! 1011 RJ1N1
! svlNS / Ir4t1l1I.V14P' I i Jd'•0` otJ., i I Ali 1111 JwIl'
Atr 14 dt 11531) I!0110/61)/11 !S r eJ at A- 74 %e1 !d4 L t+7Mrrr9 6 1 II /1t0A►l1lt€Of•40;04 64'*4 •4 •I JPACINO to a e
fIo o' ► c~ III I t . _ i /tH Lls7 PI ~ AtlG! / 11 is f ".j
L
' J J »Cf'lfl' 9 J 1'J e' 4'I' !0 J li AT,0' 4 !a n" a7/a nsoJ td.tl rs4cr4
rifieHT •))1171 AM {J v bra 0077 n,J;~aa~1I14 /Od ~tOI 2e 7 IIO PART PLANS S Moo 107/7 /
/S . q 709 7770 J:'e OfJ_T~.r nt>s n.n • :..r r. ro err rn n ua- 1 0x.4.
^AANS -,75 f` BAPS D BOTTOM SLAB TOP SLAB 101 ..6.1' ITN/1110 tot I?SS,lr4el
r I / _
y.. SrF
'.'e4 Y. h9Y:^I' . b•"t•,r.4 ctw
N Y !l9 d9 071 NJ roil II70~<SS r/ , lo" 0, 4~ 9J it ~l.IJtIJJ Mors., rfB BO rrOM &A0 ACINfOACdvO Srfli - er
• r • 4 r Ills" 500/'1 J, 1. +1)110 '.lO rd{'.i1Ni I4Mi4 r, rylyAy1 ✓7a. u a xr. .c yr
S L •4 ♦I ♦J 4, J < ►4 ♦
J 4 j•4 4
i 4 4 •4 SJM/LG.I 1009 CUWLAf 3/7!S SHOWN THIS J 134• 71 Ole S J11 1541 IM )S;'
SbA '.1 JD 1 7' 14, I ' IY , ; ' ! I - it Id' r t1' rl' y'.v:LT. J`I ?,or 7 4 j -0 91010,/ 117 i 1977 IJJ
Lr J H fa 1I a'9a7 Jr •J' )d 4J J 41 Xa!'J 41V JYI G-t'I J'!' 110' e6` I/J 00 If 147'II •I lI J!
_ 1' f C 7 J M. 071 !7I dJl ; a+'t,N =.OlN1s /II ILrsri;Jr;l~- = 4,' ny 1/~ rrC^ S' /JI 70;!10 7r! 17771 Jl7 JS
S•J 0 wr ',S•! I :O t~.
t U Arr+ jr, ate, 4 it I G ._.1 f ` Srj, 4 M ll.
[•_1 t 1+071 I ldra lr• I 1rxA!- N;GHWLY DE P311TMENT
.•.r11f.t..•O.1~tai.. `~r C
- BAPS K v.: 1 rr„ I a d ".'Y.Li."-i I
:u S-.,tr CDAlr JE
;r--- Y J Plod d..,d MULTIPLE BOX CULVERTS
~
' _ IJ,r~.• Gnvfah .oi.
rc-n, l.r Cew✓r 1 dar-J f, I
I` III fi;1 7 o CAAS X 45Al7s Y f~ r' t ew,e/rd, Jr I. I Sva! SIZES III 7'x3:7'x4; 7'x S; 7'xS' a 7'x7'
J •Iefr,rJ Jd~lq cuaB SECT ii /tllrJ N I ! Jr DIRECT TRAFFIC TO 2'-0' FitL
loo C~'w r I h: O-d''T J 10 J• 3 0 d~,I'0'411df ; .1 -Pol/
` ..tr, 2 !o •f QIrJ X O y llrt itV •}'1`j t. 4'. k h IS, o: tiJ~-!ot
Jll
A -All Y V,:
,f.o• a 6. tlar. f! - _ - t.4IA Pet ark E •r4'o' l1 ,
tr. y- ---v t .r -~1 _ _ M C7-!
J♦ ,
ot"s C, -"~`eJ P LI P 4 F-- 1 10 /wP LI• -4 ' . _ h c DJrt D Dirs L♦ 1Z7 _L•
Poo, v
TYPICAL HALF SECT I'E1GMT • PAVEMENT BRACKET ~^d-~. Slrve 9 i, w JI.
4'6 u.roER Ty 114 L: d0 'YgAMC4f> enL)►! EAAS A TYPICAL MALF SECT,- tEIGMi• r 6 OVER
r N'tb y I r
• 1 8i fir! I e'wr ! J rT t^ +,L,,
' 1 ` , N, ;r j r ♦'e >I ,r h07C SN E.,t"J•,y. 1 + r ~
k;ror.1 amM,ml 1 . r.
' D • " t`-' ''i'' ',7 1 Q. ( ( , f 1R ,).1 ~ A. ~ r J. ~1(l m.) * .l i _ ) ~ fti 1
f f , .y --~r/ 1.'~.,'.~'~s d •'J f _ Q I a . ' l' 1'I.G U r `uj~ t 't
L _.1'-"'-~ bl + of o i .h OT ?i
/•r lfhr,.lfrr• 1•r2'!' r'rlM) E r Jr• ' fir i l...h~A V~ r rk llll}Y ri J!• ,,r r
y_--- V_.! ~r J2
!l
~ Garys^; /.f J N t'. J .fir y, 7~I MSR;'~~f/aF'f/nt~ IJ. ',i'~ 1l>L~16r Tsn.1..
PLAN r 7
PLAN
`r -
M . L r
rcr. rx Jw~G .:d PLAN
i
t r .t+lvmf.~rF! fyiyl'L? Ar~
eiLy t'/ S
4rf; K•-(.' b •ti Ir r, I M! ____.•q 5.. ,Ce+b~, b
f4 Cal! L/1 'r o?
+ 4 ! r:
' Ot; - C J• F .L r w,ww.l
0 l l l r r,l,r, bb Caryl r ! C.EyF I ' , 11 • k _
r y _ _ it r H , /iJi + X
A'. 'A
.Cr•r-a " a, 'A -~r drf~N+,l ~ ._`_`c _ _ _ ~ _ C. ~ f-, '
ELEVATION jj 1 rom„ _ fi~ I
SEC .AA _ Qr~a~bJin1 W. 4<< Cavl~r 4- _ . lr. S z..t
L
v/r.vnj ~1~ •.Jr •ri
l;,14 •.~.:~•J rr`!yFly~Q Ia6•
a-- 1Jl.,y LSD PR'rl•I n;rylil pG f- r1 ~y ( r'
eo• I F I = •rD:, 1TtS'- ELE1~A1 ION SEC. AGA
_ r Ir
a _
• C' ~ cS .(.•wr r1~,•f ` r~ f!!r0y` SICaTItOU+H[i w+G t•I A 1, -d1,7 ~N,.et ">-,,,.,.jti
. tr ►,r i to of wIlINfw n[rnF
ors; I s +w* FCA A1. C't. r ~a tD v w ELEVATION ~EC.A.A
a a ALL ~3
tO• BA,4! A 4/4J Hrt o #t,
etoj M 8a9J e, eA9J rI6 e I u I 1 I 1 n~RSrts 1'x WINGWA4L8 M a,a~l e 1' r f J ,J , . L:r ,
H `2 'G+ alab e.J X7;3 i F03 fd.Ci B~.nJr
icav, IAF[/I,rp,4,T 'r'~31 If 6ARJ d1fJ'AN 1 A~ b~fJ fCC !r rf fro
Wool. ti;i~r••E Yr4 jlarriti CARS
4w _ 4 $
l "T )
" r0~•C,~„f 0~~..._. 6lR.t[ QCw
to 1 .1,
Q' Ar` a w SF 1 J tr H .1 Y as C S
[ Yi V.c~f FC R LW!
_ 1 hl • O- 0 r > rf,F • !r wr l~ iLi'~ _ ° r.... !Y., L 7
L . ~ _ E t rr U _ a. ~a . y Y „i 1 1 F C.~ a,. nr : .
- Z t. _ f.l , i 1! .i. ra # iJ~M 'I d° 7Y/p CVL%CP," >wS
r'•••'' ~II 1I :h _ ! I', ' • e, t YIF I lil _ Ye,l„xS
y 6 , l.t +i f• C;, _ N w s; ' 1 n'tro sri ~ 4i-°• r ,
2
. L~ t._.. 1--1._ i_1. v n'1'+~ f f f,`/r t (Fl+t • £ t T. fit. I /r , RJ°,,'~!'4! ` Nutt rtv ,»r, r;- a...t
to,
~~.1 Y MY U ~frr r
t .r r i s 1!' rt I d n er7• u IS J~_ n 'J' T8 r. - . ; i rro.k, o r.~ a j`e-' -If w AE-.- _i a
(M+jM el Eocr".: 1 N•IO' 11' x`[j.
_ f iw Y
_
• •1 r-r g Y r H77C' GrrwN r e ew~° Ye,.. o .i r..
U d~ _ '^y hr It rM 1, PLAN V r• ~If r! MY, do /deaf lk,kh rAI! rnCt • to ^ r r >
PLAN / r( ? r(! orkh [ 't>i ra d. r. o ! v
,d,g f. M I- r • sir a•;~ I • It ti Y rJ rt • x ! lrvw,<nf ro
s~ f el f 2 ~G'r to'1~ a/ a,
I*vl,! J,-44~_!i y i3 .1 a fi EiiN SH WI .
C0,ra•M: 1,r1,M I ' - " rJ Y :>f fJ i A.. 0 N'' TYPICAL REINFORCING
- , / '141
'
t ~fahfor . _
I !n hi t{,kK~ ~i 11r ~ ` fly „ t~ FOR CULVERT
TO V/A L
G . _ - - f e f e 4x loew•i 4,0 rn fa :ny 1 Yer de 'All
3 ~7 "•1'D' g J ♦f'1 'rl j I`r eT rr.`i. r
rJr't. rcw Inlnfa,T tlJ r' ' i' M /i v 4' --go( Yo
r J`!(S _ N J 't. F~I PJIr •cd ta'I;'Qr-lt {~~~1: r rJl r. i7g
4- \I ' ei. 1 N( ,>rI io,G r INMSf > / 7F'1 ~1gQ*.'nfrnf Mk'+~•i,. ~+•I' GflrfR;t '.~I t"t~-'_;;.'1!I•'i i
•~i r, . r•~1. Y ri•y b~ I 7 `I ` IN' ~I iRj , dd•Y t-~i I M Srr!`.. n4 YVCf rr
:j Jf: e 1 t 4 ~ F >rB pf EWtiJ g c •Yn is 12+
b ! N~ h L l cri-.w.ca wln ~r•~.~1 --t}
laG J
Y[• s TF•! b d~c y 1~ E SE ~IA~ ~OvILC`Lf`//T'fSF4+~a/ [ e
r
r
f;,
03- ov, drS,r♦ ~0,
b -11: _.Z_L r-r._:L J' _ r+f "'M s,vN • 1 ..y r, a x jro ;.f
~Lor,~ ELEVATION 1+ wi ( v~rerf,isfA
!L e_rsf ELEVATION n 7i• a a u r l,,a ~r.r. r I E
r
r„al o1 r~ f '.~1';f ° "n ~),7 e:'r ,n sv-'•y
' M; .r(fr `t• i..,;.3.IT~ N- I rr (r'Y 11.. e• I 1t, k'Sr, !ir( ~y .r. ♦ '(r 'Ta•%a cr., r 1,.
• • , r•, J! r 4.'f • rd I .H' 1 . frnlrr fry r'
B.'I.,"JA ~n^3A ,t "r ,A!gJl ~•1 w.,l;) 0;, ,..y~nrd~y ••r
t h t It Dih CVJIO/VJ & Hr I}- }•~e.A l eMr H•,a .1 rrei.' a f i rr zr._r r r cool,"
e"i.ri C.'. iF•.•,. r.)r_..rr1D rrl r t''~ rrl+Ifl~rJ1~~. r? - tQvrl r.';~ ,'-1•• wD.n r ral-.-:rs ° J, s>•
1id1~ rye ir.lJ ,N'.J 7 tlr + f1 GAn,,.rT O:SJfN+ • 4'~'_ + 1• tflr 1. ) Y rr ICY"
r.'an
_ MAT r
. .-.a, ! k CARS Hi.I Jnrtu ! _ 1 . r : a v~ r F r tf f f. - 1 r
h S,4 ('s or 0"; a ,laver er _ if .CCCC I r IMF 6ar,,'r f{: G'"_. cWrtir ra'cT 1e riif, r ' I rt iv.\t
`'y a V t C a'Grnr r[r C a~ !i J H•3 i tJrk-. ra z~• FLARED IA~G'1/a[.LS
4 1 r f c I~ 174VTr~ CG Ila .G('C!( ro• r rr» i = t '
_ lrr"
y(L ,y r. ~ wlNOwaL~ S v ~l I I I. bPrJ lu e. r~~ /t/hr lr[rl 10 Y~s E°' FGA MULTIPLE CULVC
/I U4 IJ~iA li!•.' rM1 t~r.f. F • F'i5
IV
C l 8'•C•~
e,.. f i,~ FofH f w rJ Q y
d OC. r. ►i(f~ H•2 -0 TO
SEC. A- t II of
F R M. - r , .
A d•f.4J. QJ4l 1.f ~ C~ ,f. f" .....•j,. ' ,G• • (r q iF x'11
N . r .vfz . t Y A6L II r''i'D -r• rr a T ' tok
r , L!1
• / 11.'~ rr 6flls Lo-f
einforeinP Steel
Item 44U - R--------'_'_~-----
® reinforcing steel as noted on the THD
provide and place This item shall include all steel
Standard drawings
requirciuaed under this tbidoitemlisrthenrequired Ddriveway
NOT in rovide he all costs associated
steel. Bid Item 440 shall ptruc
with the placement of the steel in te double 7' x 5'
ture on Hinkle.
Reinforced Concrete Sewer Pipe_
Ism _465 241E 27", 30", 36", t+2"
i e Class III) as noted
Provide ar.d install 15", 18", 21
and 48" reinforced concrete sewires do be generally six feet
ors the plans. Depth of sewer p p ripe will be 8' depth.
oY less. Appproximately 2500 of the F .
No pipe will be placed deeper than 9' and extra depth will
p 9'. Bid price per lineal foot
not be paidbetween 6 and bedding preparation, instal-
to include trench excavation, d the ditch. Jetted sand
n of pipe and backfilling All concrete pipe
latiobackfill to a utilized in all ditches co either .S. . oints,
Joints shall, be cerialucordaniequivalentGproduct,Tal ~
t mat
Ram-Nek JO.L
• C4' I • D • & Cov_eJ_-'
Item 470 Manhole
Construct plaan
21 alldmaterialso
pre-castaewTic~o°includep
sheet #2. Lump sum bip the manholes. Frames
bor and equipment necessary to place sum bid
at
and grates for the manholes are^ i_pthinwIn the will be lump sum
regardless
twenty
-
price. All manholes, one bid price, per each structure. Seventeen The of the other four
kfill around
one manholes are six feet or less in depth-
trench
manholes are nine feet or less in depth. Bac
manholes shall be with the same material used for pipe
'backfill.
Junction Box,& Cover
Item 470-B
junction box as detailed on plan sheet
Construct one to be ~nclac all
Frame and grate for the function box Puce be considered
as a part of the lump sum bid item.
Labor and equipment to fully construct the struc-
materials, box shall be with tae
tune. Backfill around the Junction
same material used for pipe trench backfill.
t 6~ g' &
Items 10` Curb inlets
470-C 470-D 470 it+70-F
per detailed on plan sheet #3.
Inletrframer~andreovereto be paid as a se arate bid item.
D-6
Lump sum price, per inlet, to include all other materials,
labor and equipment necessary to fully construct the inlets.
In tome cases, inlets will be constructed in continuous
groups to obtain large capacity structures. Backfill around
inlets thall be with the same material used for pipe trench
bacVfil]_.
Item 470.0 Special Inlet
This special inlet construction is planned for the corner of
Prairie and Avenue H. The existing inlet shall be modified
b4 removing the top, lowering the structure approximately
6' and reconstructing the lid with a double opening. All
work to be considered as a. part of the lump E;um bid for this
item.
Item 471 Inlet Fr,am,3& Cover
Provideand install 49 inlet frames with covers as specified
on plan sheet 03. These frames will be placed as a part of
the curb inlets, Bid Items 470-C through 470-F. Frames and
covers for the manholes and junction boxeu will be bid as
ppart of those items. Construct one frame and cover at each
location for an inlet, regardless of the number of inlets
. that may be connected in series.
Item 479 Adjust Existing Manholes
Adjust 14 existing manholes to match the new street grade as
indicated on plan and profile sheets. Lump sum hid price,
per adjustment, to include all materials, labor and equip-
ment necessary to complete the work.
Item 522 Concrete Curb & Gutter
Construct concrete curb and gutter as per detailed on plan
sheet #2. Reinforcing steel is not required when the entire
section is placed as one monolithic pour. All concrete shall
be a minimum strength of 3,000 P.S.I. at 28 days. The curb
and gutter section shall receive an approved curing compound
soon after the work has been completed. The Contractor may
use an approved curb and gutter extrusion machine, with or
without forms. This bid item shall include all materials,
labor and equipment necessary to place the curb and gutter
as noted on the plans.
Item 524-A 4" Concrete Sidewalk (Hook-ups)
i, Construct 4" thick sections of concrete sidewalt, at locations
shown on the plans. All concrete shall be a minimum strength
D-7
~vax%~=
.r
t ,
. v r
of 3,000 P.S .I. at 28 days. No reinforcing steel will be
Approved expansion material
required in the sidewalk slabs. structures and the new side-
ve
will be Placed between existing
has en placed.
walk as a part of this id item. tll si ewalksbe all recei
av curing comp expansion joints every
Sidewalk , hs shall be separated by
20 feet a; .hall be 1nirked in separate four foot sections.
This W , consists of short connecting sections of walk
between e::. ting slabs and the new construction. An average In si
ze. connection would be app y specified ' x10 by the eng Work
to be completed at locations as item
524-B 411 Concrete Sidewalk (Continuous)
Construct approximately 3680 lineal feet of five foot wide Thi walk
(4" thick) concrete sidewalk along Hinkle le opposed to the
could be placed in one continuous po
All concrete shall l be non-
^ P.S.I.
reinforced a item 524-A. roved twine ll have at 28 days. An All hsidewalksashall receive an app J minimum co 28 Y
compound after the slab hbeen 3ointsdzveri20wfeet andsshall
shall be separated by expansion
be marked in separate five foot sections.
Item 524-C C 6~ Concrete br~ ivew
O Construct 6" thick sections of concrete driveway pavement at
locations shown on the plans. All concrete shall be a mini-
mum strength of 3000 P.S.I. at 28 days. Reinforcing steel
shall be placed as shown by details on plan sheet #2 as a
part this bid item. Theteepayment. Whe e~rnveways
included in Item 440 for separate pavements, they shall
beemeasuredafromethetfronthoftthe street gutter section.
placed Approved expansion material shall be placed at the back of
abut a fixed structure or pavement.
all driveways where they curi All, driveways shall receive an rpproved item11. compinclude^
ter the slab has been placed. This bi shall all materials, labor and equipment necessary to place the
driveway slabs within the limits as above described.
Item D 6" Concrete Pavament
Construct 6" thick sections of concrete avemenAllt t at at t t-_ he shall
t
intersection radii as shown on the Plans. Reinforcing
be a minimum strength of 3000 P.S.I. At 28 days,
steel shall consist of 3/8" bars on 16" centers both ways.
U-8
77 7 7 77
quantities will not be included in item 440
These steel concrete slabs shall receive
® for separate PaYment. otand after the slab has been
,
all approved curing comP labor an
an
This bid item shall include the interrsectionradii as noted on
ment necessary to place
the plans.
item 5-E 12~ Concrekc liead_er
--y " l dent
This item shall include all labor, materials and equip.
necessary to construct 12 x 12" x street width headers at
locations shown on the plans- The concrete shall be 3000
P.S.I. strength at 28 days and does not require reinforcing
steel.
Item S.P.-l Com acted_il~
I compaction
the placement anortions of th excavated
the Proj
This item to inc
material on the (1) Sena and (2) Lindsey P ed from regular exca-
eat. The fill material may be obtaincompaction shall be
vation which is necessary on the project.
ensity as determined in
This bid price-to in-
tested at not lesshMetho ~ d TEX~114E Thi
accordance with Test lacing, sprinkling,
elude all costa incurridn al compaction for the compacted ma-
rolling and obtaining
terial. Final pay quantities shall behnofillcarea.CUConstrue-
lace, by cross sectioning eatment, Item
yards, in P by Texas State Highway Dep
tion mathods provided
132, Embankment, shall generally apply-
Item S•?:-2 Saw Cut Existin Concrete
This item shall provide concrete for sawing existing c The saw
e and sidewalks where noted on the plans.
driveway eriough to provide a smooth edge when s por-
cut shall be deep damage to concrete
tion of the concrete slab is removed. tiny that
slabs which are °13Y e ThisdUidlitem includec onl t n-
sibility of the Con ractor. ortions of .ex;.sting slabq. The
sawing required to roncreeP Pavements will to considered as
incidental saw joints f to or the new p3v ing bidprice.
U-9
J
M
43
w p 1 1 H 1 A p A
O H ii a U 0 N O $3 O O C
+pi N
'a FVa A ~ E-4 V) U V v 4) 0 (D 43 04.1 yN~ " w u r{ V 'tlC,' q0 43 r U
d
4) 4. h VC 40J ^ 41 ° V z 0 ~v "i N 0 v V C3 v 4> % chi t v a O
Z ° ^ A QOM v r. to R1 0 V~~ 43 r-l
^ RS N 43 o ~ 43 1: A k O
b 4-3 A
4r ds'i O a w C4 4-) Of 4-) A p N R N H ri p 0 04
°4 L +3 w v ~ ^ A
° "N a >3 b id a 43 ° 61c N o 4) 47
yam, b V ro 04 O w 71 b
l
cS1 U ►7 V C C V 0 T3 iV.' rNI V1 ^ O rF4 C R odd O 47 0 43
43 0
cd
04 H
Vi r~
N ,d A ld o Q~l
a1
4-3
p ~ A ~ .0 El) S: iii664
43 ~Q 14 0 43
V4 0 14 V. V) C.) cr cd 0, r. %A z
W4 0 43 rl 0 IH '0 4.) bD 43 14 4-) 43
A V4 0 Ok o O N S. $4 llS r~1 W o 4f w is C v F3
4
3
E-4 43 44 0) 43
+ 'C3 A 4 4 w rt Op7 N 9 $4 O O D~ P Q.
,d ~q
q q " ~ w H O O R O0 O p F7 F~ v V Cd 41 ~ V A
Y
a ty
v o at
0 43 t~ 93 V) to 0
4) ~4 14 04 $4 4) 43 p 44
C +3 N O ro p ,CS di~f .09 V 00 O O I O O A D 3 ~ 0 ~ ~ r..~ ^ ~ 4-4
ori
a~
d7 d b0 ro ti +p+ AG 43 03 0 4 9 A o 0 v a +3 cd cd ~ 14
V V to '[7 ro X61 V s;
d 1Vd 't{ 4s O V 43 ^ 10 f. ro h p 0
U u ~ 13 i~, z
v"~ O d) -H 43 43 0 0 0.
~ 1C cOi ,d ~ b 4 ~ W of
S7 In P V) "
H o v
Rt W qyJ
OC ii i~ 47 s. O N ~ N
ro -101 v
-rl V) 4-4 o IL) F4
w ri v
H~ q, C x
44 >31 Q ) ~p o d a~i o Cd h0 y$4 P avi v°i r 1 co 4)i d ,~0 1, W c~
$4 0 4) V)
O d w O b roQ7 H 4) 4
) 4.) V V a 6 4) O w Cd ~ w e 4 40i 0 0 Pt, ~ 0 O 6p1 44 .3 ,qg
~ ro 3 v d a~ o u ~ iy W
ON 43 0) 0 r04 O +~1 Da 4~7 H a 4) n~ rpi a U rri U V 4) ej -ri
k 4) dpi
td 0 fe v O 43 k t06 V 44)1 H r4
43 v n a a + 41 04 4) ri v td
V. Cd -H 0
x a of o a, a u o 43 w H a
$ 43 c°~
0
'x t ~ ~'y a.' ' ~ ~ % v rz re i ;3~w• ~ ~ ' x,13' a tiFl t i.` •<,i ~ F~',,S f ` ~ .r5~
T` ' S• a.
.
4 ~
43 (D 4.1 43 44
4-4 jo u 4) H
a u w a~ q b O a a~ m a
N Gf 'J N JD
U rk1 r 'O W 0 D i> QI
l F43 4 'o A
b
43 -H C r1 V 'UU 43 a V. ~ V P4 z
~ y ri r♦ C
N <tl H 01
4.) to (U z d3 d 3 o v tiui a~ u 0 v a 0 H W
u in 0
O h W H
.i d tj 'd a r cd tri k 04 0U E-4 N
irl d) 00
w
w 3 a, ° 3 e~i vv o~ 43
O O 0 47 gyp, ~ f3 3 ~ °O h 43 04
U
H U U U q TI ri
0 43
co 10 0 43 0
.w CO, d O O h rU{
43 V ri VJ~ 14
44 ir 4.) P4 06 4)
43 4.) O Sri 8 U
43 ~v g
M O W ,q p .Cr N
4) V4
43 4> p6 43 0 43 P 4
91 r O r U ' k P4 0 as O
C
43 -r-4 43 43 o H
J
0 43 4) 29 43 04
'd d tj 4 b 0 O ~ ~ N A HH
q q 44.1 •3 a► ro to U d cd O fo O
43 H
4.1 10 a d 4 c O tud 4.) M 43 0 O +
c0
O
md
k d
04 0 O 4 OC
0 43 4)
a u 00 9
U u Uw3 0
1