Loading...
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