Loading...
HomeMy WebLinkAbout1977 I CITY OF DSNTON' TEXAS SPECIFICATIONS AND CO~TRACT DOCUMENTS FOR THE PAV qG OF. SHERMAN D)lkVB r 1977 C 1 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF PAVING AND DRAINAGE IMPROVEMENTS ON SHERMAN DRIVE MARCH 11977 040 PREPARED BY DEPARTMENT OF COMMUNITY DEVELOPMENT, CITY OF DENTON, TEXAS JIMMIE J. JONES CITY E'JOINE-SR f TABLE OF CONTENTS Notice to Bidders Proposal Standard For- of Agreement Performance Bond Payment Bond t Location Map Construction Schedule General Provisions , Definition of Bid Items j NO':'ICE TO BIDDERS Sealed bids addressed to the Honorable Mayor and City Council of the City of Denton, Texas, w411 be received at the office of the Director of Community Development, City Hall, until 2:00 p.m, on March 29, 1977, for the construction of paving and drainage improvements on Sherman Drive in the City of Denton. The bids will be publicly opened and read in the City Council Chambers, City Hall, at 2:00 p.m. on March 29, 1977. The City Council will officially review the bids at their regular meeting on April 5, 1977, and award the con- tract as soon thereafter as practical. Each bid must be accompanied by a cashier's check, certified check or acceptable bidder's bond payable without recoitirse to the City of Denton, Texas, in an amount not less than five (5) percent of the bid submitted as a guarantee that the bid- der will enter into a contract and execute a performance bond and a payment bond within fifteen (15) days after the notifi- cation of the award of the contract to him. Each bidder may submit a bid for either etsphalt pavement (op- tion A) or concrete pavement (Option B) or both. The City reserves the right to accept a bid for either the asphalt pavement option or the concrete pavement option regardless of which is the lover total bid. The right is reserved, as the interest of the City may require, to relict any and all bids, and to waive any informality in bids received. Ma or bid quantities for each of the pavement options are as follows: Asphalt Pavement (Option A) v 64,000 S.Y. 11 1/4" Asphalt Pavement 200100 L.F. Concrete Curb snd Gutter 2,700 S.Y. 6" Concrete Driveway Pavement 5,300 S.Y. 4" Concrete Sidewalk Pavement 400300 C.Y. Unclassified Excavation 11,000 L.F. Concrete Storm Sewer (Various Sizes) Concrete Pavement (Option B) 68,000 S.Y. 8 1/2" Concrete Pavement 19,000 L.F. Integral Concrete Curb 20090 S.Y. 6" Concrete Driveway Pavement 5,300 S.Y. 4" Concrete Sidewalk Pavement 37,125 C,Y, Unclassified Excavation 11,000 L.F. Concrete Storm Sewer (Various Sizes) Plans and specifications may be secured from the Director of Conununity Development, 215 East McKinney, Denton, Texas, on deposit of fifty ($50.00) dollars per set, which sum so de- posited will be refunded, provided the documents are returned to the City within fifteen (15) days after the bids are opened. CITY OF DENTON, TEXAS ~r By . Dire t ~ o u ty Development Attest: ty Attorney PROPOSAL • to TIIE CITY OF DENTON , TEXAS For the Construction of PAVING AND DRAINAGE: IMPROVEMENTS on SHERMAN DRIVE in DENTON, DENTON COUNTY, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has care- Notice to Bidders, spec- fully examined the form of contract, ifications and the plans therein referred to, and has care- fully examined the locations, conditions, and classes of rra- torials of the proposed work; and agrees that he will pro- vide all the necessary labor, machinery, 11 and other items incidental theacon- the work and furnish proscribed therein and tract and specifications in the manner p according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be serve as apguidemineevonly ' and are aluating bidsintended done at unit oprices to principally y it is agreed that the quantities of work to be done at unit prices and material to be furnished mainbthincreased of dimin- ished as may be considered necessary, oinion Engineer, to complete the work fully as planned and contem- plated, and that all quantities of work whether increased or decreased are to be porformed at the s:iit prices sec forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the En ineer, but not shown on the plans or reisiens of tihe he GeneralcConditions. accordance with the pprov Similarly, they may to decreased to cover deletion of work so ordereA. P-1 It is unde.r:.tooo nn,i a ;%-cod LlIaL the work is Lo be completed in full within 200 wurl(tng days, Accompnnyinr, thf.s proposal is a ce)•Lified or cashier's check or Bid lined, payable to the Owner, in the amount of five per- ct'nt of Llie Lotal bid, It is understood that the bid security accompanying this pro- posal shall be returned to the bidder, unless in case of the accep once of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond with- in fiftVan days after its acceptance, in which case t'c 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 Owner reserve& the right to reject any and all bids. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: O P-2 PAVING AND D11UMQ IMFROYEMU41S ON SHUMAN DRIVE ASPiIALT PAV,_*MENT ALTERNATE Sid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount r 100 Lump Preparing Right-of-Way for Sum Cents Total Lump um rice; 104-A 780 Square Yards of Removing Con- 2 00/// S f~ { crete Pavement for / 1-.t/ C: Dollars b _/IV/0 Cents Per Square Yard; 104-8 9 450 Lineal Feet of Removing Con. crete Curb A Gutter for Dollars 6 va t9,~~J U Gc., Ainer~ri Cents VeTr o 104-L 1,845 Square Yards of Removing Con• crete Driveways b Sidevialks for Dollars 5c} 4e?j 76 7.5o Cents Per Square ard, P-3 [lid ti911 Approx. Description w/Unit Prices Unit Cxtension No. Quan. Written in Words Price Amount 110 409310 Cubic Yards of Unclassi- fied Excavation (Density Control) for Dollars 6 Tv I-12n Cents Per C bti, c j~arrd. _y 260 76,735 Square Yards.of 6-inch Lime Treated Subgrade (Density Control) for ~l) 7 Dollars 6 eJ 36. 90 Cents Per Sgdare Yard. • 264 691 Tons of Type A Lime (Subgradal, for ' / 6`~.a" ~ AlDollars Cents on. 340-A 5x210 Square Yards of 5-inch Asphalt Pavement for h YNC~ Dollars Ir 2c} 3'7 e / c~ r Cents e'er qua a Yard. 340-B 64,025 Square Yards of 11 1/4-inch Asphalt Pavement for s Dollars a'8. + ~`f-~~ )(v. ~rJ i Cents Per qu re ar . P-4 Item Approx Description w/N it Prices unit ExteBid nsion No. Quan. Written In Words Price Amount 310-C 153 Tons rf Type 0 Asphalt Patch Material for .T_LV!C4_ ly-c- Dullars 6~.~ Pe Lion. . Cents t 360 11150 Square Yards of 8 1/2-inch Con- crete Pavement for - /0. CA n Dollars Cents 5,31 'TO Per Squar ar 421 180 Cubic Yards of Class A Con- crete (Box Culverts and Retaining Walls) for 4_-_' n(- l38 5Q Oie jAl tars & Cent er Cu iYar~ d, 440 23j520 Pounds of Reinforcing Steel in Place for _Dollars 1 14' 0 -C_Cenis er rwo /I Pound i'er 465-A . 1 490 Lineal Feet of 29" x 45" Reinforced Concrete Sewer Pipe (Elipticai-Class III) for ,i`i;~~,~c• j% cc)o. c.z~ r r O Dollars A Cents Per Lineal Foot P•6 ~Ifl f ' laid - ~ rox . Description w/Unit Prices Unit Extension item App Written in Words Price - iio. Juan. 465.8-.- 475 Lineal 1•eet of 38" x 60" Reinforced Concrete Sewer Pipe (Eliptical-Class 111) for Dollars & ~j~ Cents A nea Foot. nl -C 21045 Lineal Feet, of 15-inch Rein- 465 forced Concrete Sewer Pipe (Circular-Class 111) for Doi' ;..s b - n Ceiits Per L1yFoot. _ 465-D 19160 Lineal Feet of 18-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for ri 06 Dollars / 7,~CX~•<'~Cents er neaT oot. 465-E eet of 21-lath Rein- 995 Lineal F forced Concrete Sewer Pipe (Circular-Class 110 for 4r 6 /F, /ro~' 76 ' Dollars _ c~,' Cents per Linea Foot. 465-F 11840 Lineal Feet of 24-inch Rein- forced Concrete Sewer Pipe (Circular-Cla/s' 111) for ,6 Dollars S Aea Cents er oot. P-6 www.r.rr_rw.rwwrr ww..r.r..wrwrrr.rwr.~rr..r.._rr..r S Bid Item Approx. Description w /Unit Prices Unit Extension No. Quan. Written in Vords Price Amount r._...----------------------------------------------------------------- 465-G 10590 Lineal Feet of 30-inch Rein- forced Concrete Sewer Pipe , (Circular-Clas111) for jr aoA Dollars J. 3 6,5 70. p Cents Per L veal Foot. 465-11 915 Lineal feet of 36-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for , Dollars & jcn cents er nea Foot. • 465-I 290 Lineal Feet of 42-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for 7 r~ c. Dollars L 2`75 F" 101 Cents Per i n e Foot. 465-J 495 Lineal Feet of 48-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for nc r_'~ Dollars b / r Cents ►:r Lineal foot. 470-A 5 Manholes (4 foot 1.D.) Witt) Covers for ~ frnl.s 1~cr ht,t►ihiili~.. . P-7 ....rr...._............. .ar._--r- rra_a_r rrrr_ w/Unit Prices Approx. Description in Words PriCe ----Extension Hritten n Nords lio. Quan. - ..............r------ g Junction Boxes (5 foot square c 470-8 inside) with Covers for c0 /Dollars Cents er Junct, an Box_--- ; 22 4 foot Curb inlets for 470-C ~ Dollars G 65 v' Cents er Inlet 21 6 foot Curb inlets for h 470-D , Dollars bl7/c' "<f SGY~n un i~ . Cents . > r net. . 470-E 13 8 foot Curb inlets for • ~ ~ ~O, i 7O. ~ r ollars G 7~~ 'S ven Cents AID In et. {y`- 2 10 foot Curb to ets for 470-f < < ~i It", I/YN[, Dollars Gf3Cfl Cents er In a70=G B 6 foot curb Inlets (Spectll Type I) for , ,7 CCO -if ' clrl /I~c~n`~reC/S~'•~'f':n~y,~'. Unllar. ti Celits P-A .►r • Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 470-H 1 10 foot Curb Inlet (Special Type, I) for ` CYO /V+nell"ti r& ~ Dollars Cents Per Inlet. 470-I 1 4 foot Curb Inlet (Special Type 11) for El cc rc Dollars L JL' UJ~' Al Cents Per Inlet. 470-J 2 10 foot Curb Inlets (Special Type 11) for r GQ ~VCn /yClnclve•c_ Dollars L 2d0• - Cents er In et. 470-K 3 Rebuilt Inlets with Covers for ' Dollars /8a), " Per L• Cents ' erInlet. 470-L 6 Special Grate Inlets Including Grate for~~~~ 1 ~1c~ VcNn 11LO.! c.1iCr10olIars `t G~)cco, CAJ Cents P-9 1tean Approx. Description w/Unit Prices Unit Bid No. Quan. Written in Words Price Extension Amount 471 70 Inlet Frames with Covers for Dollars b~C)•`'-`'3, 5CJ0. cx> p Cents Per Frame and cover. 479 13 Adjust existing Manholes for e~nc~urr~lrc {'r~ ollars E~~2,`'=, i e'!f cc Alp Cents Per Manhole Adjustment. 520 980 Lineal Feet of Integral Concrete Curb for n ff CY • 7-Lvc) Dollars b 4 zc) ><-r YS'.~~ Cents _ er L nea (Foot. 522 20,13;, Lineal Feet of Concrete Curb and Gutter for L .Dollars 6 7• Cents Per n a Toot. 524-A 5,265 Square Yards of 4-inch Con- crete Sidewalk for Dollars & 7. 25 7/. Cents Per Square ard. 524-B 20695 Square Yards of 6-inch Con- crete Driveway Pavement for C-: n Dollars ?ell 2`/`4- ~5 1 ~/a a c~ ►,,t! _ Cents PerrTTSqulre Yard. P-l0 ~r~ rr------.rr .............r.......•--•--------------..............-a.------------ • Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan, Written in Words Price Amount 524-C 665 Square Yards of 6-inch con- crete Pavement for n Dollars & lrlo,S'_1 7, Z Z 8 ~S ~ c r.. Cents I er qu a Yard. S.P.-i 4,660 Cubic Yards of Compacted Fill, in place, for n F~ , Dollars & f/, T_ Ir ' Cents Per Cubic Yard, S.P.-2 19330 Lineal Feet of Saw Cut on existing Concrete Pavement for • _ Dollars & A25 G(;?. A-Ve, Cents er ineal oot. S.P.-3 Lump Bridge Renovati,n for Sum / / J•, C:CX~.. TPve nfy lAyoc- saner Dollars & Alo Cents Total Lump Sum rice TOTAL BID PRICE $~,~Z/~r~_, ZU TOTAL BID PRICE IN 1.0RDS__01']!a_JgL1d_' ~4to_LzeC _.1. V~rx/y C?nC-_ /'J aces an 'TW..e_!?l ._cef.1.. P-11 PAVING AND DRAINAGE 114PROVEMI.NTS 04 SHLRHAN DRIVE CONCRETE PAVEMENT ALTERNATE Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 100 Lump Preparing Right-of-Way for Sum Dollars 6 Cents Total Lump Sum Price. 144-A 780 Square Yards of Removing Con- crete Pavement for Dollars 6 • Cents Per Square Yard. 104-8 9+450 Lineal Feet of Removing Con- crete Curb b Gutter for Dollars 6 Cents Per Lineal Foot. 104-C 1+845 cretee DrYards of iveways beSidewalks n- for Dollars 6 Cents Per Square ar P-12 • Bid Item Approx. Description w/Unit Prices Unit ExtensOr, No. Quan. Written in Words Price Amount 110 370125 Cubic Yards of Unclassi- fied Excavation (Density Control) for Dollars b Cents rd. Per Cubic a_ 260 769135 Trea edYSubgrade6(Densityme Control) for Dollars & Cents Per quare ar. • 264 691 Tons of Type A Lime (Subgrade) too Dollars 6 Cents Per Ton. 340-A 5,210 Square Yards ads of 5-inch Asphalt for Dollars 5 Cents er Square ar . 340-C 220 Tons of Type 0 Asphalt Patch Material for Dollars P. --.._.__..Cents $er Tnn. P-13 ---$.a Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount -inch 360 619965 Square Concrete a Pavement for C Dollars b Cents Per Square 421 180 Con- crete (Yards of Retaining lWall Aandn- Box Culverts) for Dollars b Cents Per Cubic ar . 440 23,520 Pounds of Reinforcing Steels • in place, for Dollars b Cents Per Pound 465-A 11490 lineal Feet of 29" x 45" Reinforced Cn*icrete Sewer pipe (Fliptical-Class NO for Dollars R _ Cents Per Linea Foot. 465-B 475 Lineal Feet of 38" x 60" Reinforced Concrete Sewer Pipe (Fliptical-Class 111) for Dollars A Pei Line~il Foiit. P-14 y ` • .......-..r.. Bid Item Approx. De.;cription w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 465-C 21045 Lineal Feet of 15-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for Dollars & Cents Per nea oot. 465-D 1,160 Lineal Feet of 18-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for Dollars 5 Cents Per Lineal Foot. • 465-E 995 Lineal Feet of 21-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for Dollars 6 Cents Per Lineal Foot. 465-F 19840 Lineal Feet of 24-inch Rein- forced Concrete Sewer Pipe ;Circular-Class III) for Dollars 6 Cents Per Lineal Foot. 465-G 1,590 Lineal Feet of 30-inch Rein- forced Concrete Sewer Pine (Circular-Class 111) for Dollars b Cents Per Liiieal foot. P-15 Y -----------------------------------------------------------------------Did--- • Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 465-N 915 Lineal Feet of 36-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for Dollars & Cents Per Lineal Foot. 465-I 290 Lineal Feet of 42-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for Dollars L 1 er Lineal - Foot. Cents 465-J 495 Lineal Feet of 48-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for Dollars & Per L nea foot. Cents 470-A 5 Manholes (4 font I.O.) with Covers for Dollars A Cents Per Manhole. 470-B 9 Junction Boxes (5 foot square inside) with Covers for .-----_.__----..-----Dollars ~ Cents ~cr 3unr'tioiihnx. P-16 ----------r---r-------------r-------------r---------------- r-rr--------r-----r Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 470-C 22 4 foot Curb Inlets For Dollars b Cents Per Inlet. 470-D 21 6 foot Curb Inlets for Dollars b Cents Per Inlet. 470-E 13 8 foot Curb Inlets for Dollars 6 Cents Per Inlet. 470-F 12 10 foot Curb Inlets for Dollars b Cents Per Inlet. 470-G 8 6 foot Curb Inlets (Special Type I) for Dollars L Cents Per Inlet. 470-H 1 10 foot Curb Inlet (Special ',ype 1) for • __---__,_._.__._v._... Dollars 1, Cents P-17 r •rr•.-..r.....-.••-r.....--r.r........••..•.-•......-------------------••------ ® Bid Item Approx. Description w /Unit Prices Unit Extensien No. Quan. Written in Words Price Amount 470-I l 4 foot Curb Inlet (Special Type 11) for Dollars L Cents Per Inlet. 470-3 2 10 foot Curb Inlets (Special Type 11) for - Dollars & Cents lamer net. 470-K 3 Rebuilt Inlets with Covers for Dollars b Cents Per Inlet. 470-L 6 Special Grate. Inlets Including Grate for Dollars b Cents Pe"r I` nTFE. 471 70 Inlet Frames with Covers for Dollars L Cents Per In'fet.~~ 479 13 Adjust existing Manhole:, For Dnllar; G Cents P-ltt Bid Item Approx. Description Written w/Unit Price CAmounton No. Qua n. 520 19,005 Lineal Feet of Integral Concrete C,jrb for Dollars h Cents Per nea Foot. 522 21110. Lineal Feet of Concrete Curb and Gutter for Dollars A Cents Per nea Fout. 524-A 5+255 SquareSards kff44-inch Con- • Dollars b Cents Per Square Yard. 524.8 2,085 Squa my Yards of 6-inch Concrete Driveway Pavement for Dollars R Cents er Square _ Yard. 524-C 14 Square Yards of 6-inch Concrete Pavement for Dollars b Cents Per Si;u,~re Yard. P-19 ~a •.-r..-------------------------------------- Bid Item Approx. Description w/Unit Prices Unite Extension Amount No. Quart. titr----- in Words 5s245 Cubic , in Yards of place, C foracted Fill Dollars & Cents Per Cuu~c ar,!. S.P.-2 1,330 Lineal Feet of Saw Cut on ex- isting Concrete Pavement for Dollars & Cents fir Linea Foot. S.P.-3 Lump Bridge Renovatior. for Sum Dollars & Cents Tao- Lump um Pr ce. TOTAL DID PRICE § WORDS~_ TOTAL BID PRICE IN P-70 • Bids will be formally opened at 2 p.m, on March 29, 1977 and the City Council will award the contract as soon thereafter as practical. The City of Denton, acting through the City Manager, will notify the successful bidder, in writing, within at least sixty (60) days after the date of receiving; bids, of its acceptance of his proposal. In the event of the award of a contract to the undersigned, the undersigned will furnish a perfonnance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and pro- visions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. Execution of the required bonds and contract shall be completed within fifteen (15) days. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump-sum prices are shown in words and figures for each item listed in this proposal, and in the event of a discrepancy, . it is understood that the words shall control. Contractor By , Tit c tree 1TcTrer,j Seal & Authorization (if a Corporation) (City and St,, t a) • I'-I ~(~y~' r r r a 1 r r r ~r.~y~•~' r 4 •r~~ J ,r r~,}~ r, d `'1.]•,/.1`~.~{/~ r. rr',/~r k r rRr.fl ,nd N'.r'J\~ ♦ 9 3V'JJI:IV~hw, 4Aaftw r~. 1 SELECT INSURANCE COMPANY DALLAS, TEXAS - r: SID BOND v si; KNOW ALL MEN BY THESE PRESENTS, That we, JAGOE PUBLIC COMPANY (hereinafter called the "Principal"), as Principal, and SELECT INSURANCE COMPANY, a corporation duly organized under the laws of the State .of Texas, with Homo Office in Dallas, Texas, (hereinafter called the "Surety'), as Surety, are held and firmly bound 4 unto "Ty_ 9 DENTON_, TEXAS r ry (hereinafter called the "Obligee"), inthesumof Five per cant (58) gf the amount of thpjIa?~(k - - - 11 for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, _ our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these presents, ,J WHEREAS, the Principal has submitted a bid for paving and drainage improvements on Sherman Drive for the W City of Denton, Texas NOW, THEREFORE, If the Obliged shall accept the bid of the Principal and the Principal r1r.ill enter into " n contract with the Obligee In accordance with the tenns of such bid, and give such bend or bonds cis may be specified in the bidding or contract documents with good and sufficient surety for tho faithful I~orfor-.imce 's of such con!racl and for the prompt payment of labor and material furnish d In tlu, rao,ocutio:: thct:%e{ or in the event of 1ho failure of ilia Principnl to enter Into such contract and glvo such hf,nli ur th.nd3, if Il:, ~T} ;t~ Princirxll shall Fay to the Obligee Ihd dilference riot to exceed ilia penalty bercof lm?lweon Iho cnn,unl spocif ed t in 3ald bid and such larger amount for which the Obhgea may in goal faith CUnlraCl with nt:o+her pnrly to 3~ perform the work covered by said bid, then this obligation shall be null and void, otherwise to renrrt;n in x full force and ofleci. 29th March 77 r s~ Slgnod and sealed this day of ___A. D. 19-. i In the presence o1: AGOr-PUBLIC COMPANY --(SEAL) 8~: (PSlRc1 I} , sf (Title) f SMECi' INSURANCE COMPANY i y~ _ t ' ' .1 ~ • 1 / 1 By~{ u ~.~Y/Ld~ :Y 7>.1 lt.dorney In fact ''ri f«m16626(961) Willard Crotty t Fr'1}71 'VA")1'?1 ♦K.i ♦A 7A ti1[ifR l M1' ANY X~~t!'(~y`f ~„l1. +~<).j.O~1•<1, ~,</ti~_r ..a•"T ' OT-T 14, 1• 1` -r 11 4, la p !a '1.01.01• POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: • Th It SELELI INSUHANCE COMPANY, a cOlporalion of the slate of Texas. hereinall,r oiled Company, does hereby JPPOlnl PORTER ELLIS, WILLARD CROTTY, JAMES N. POWERS, TOM P. ELLIS, III, CIADYS EASLEY, TEXAS PETER A RUSH, WILLIAM G. KLINGMAN, WILLIAM B, STEELE, JR., JOIIN F. RATLIFF, DALLAS, Its true and lawful AHafneylo"i to make. execute, seal and deliver on its behalf, as 5ufety, any and all bonds and undertakings of Suretyship. The execution of such bonds or undertakings in Pursuance of th ssof re the sents sh Companyall as binding upen the Company as of they had peen executed and acknowledged by This Power of Attorney is issued pursuant to and by authority of the following resolution of the Board of Dut•rt r,•: of the Chen and now in full force and effect parry. adopted effective September 29. 1961, r01, Rrsrl.ed 1ha11hr Pfesrdl nl orlrf Vice PitsrdenI or &MY SrcrelwY nQ rnoint Altonne" in IAct in any State, ter I, f,9y 1110 n]n,nl D,iIo10 t., f,pn sr-n, th,4+r.m p,lnI a., t to act am .15 t4hall ""him the scup, of ttrr Authnnly g+anted to i4rin on wnlir,g, Wh'Lh authority ma7 include lho fg7wrr lu main , n.n•,AC I- (it J eMurlnry iur hn+dmt•s May a,. May IF-Iti'llo cu (gmpan+ AS ourety. and as d iGt and d• ~.d a'rY and all bonds and und¢rla>,Mgs of wrerysh,p and other dorhenls It,JI the wA~nerr cours r n1 r fit .10111A V'r appoint ats to lee enoi and of pfonds many rrylj ,chon, Sure co Federal and aulhalty to atmf to IhP s p^Aturr ul into Prrto VV VnP PrN, mjoregaing oved and to Cahly to a copy at i any I ,e 'l iah+ ul Ira l q 10 114 rlsor'r dill ofany! etato App 1,0nl or any ed by its and to dearly any all,dada or other alat¢n+cel relict Mq the Bons adopted by ds Board of D,reclors. arid any such such AtlaneY•m•lact may y be removed and the Authority gfanlef him rerol ed by the President or any art c Vnr.dont a a"y Secretary Or by I" Board of o,feclurs IacSimile under and by authority of lhr lolloNing yeso ' facsimile This Power of Attorney and Certificate 0. Authority is slgncd and sealed by voted by the Board of Directors of the Select insurance Co. at a meeting duly called and held on the 24th of July. 1973 ' S1l solvod that the 5,4^aLUSS of Vol J Irwed a+. Prrs,drnl, of of Fro+IrnCa Boger, Screw Vice President, or at A111,41 C V1Prden. Y~Ce PrP6,nr, 1 or o.•I J,N-M W Mu - ryyrd. Y,U President, er 01 W,n'ari+F Flston, vice PreulMnl Of , of Douptas S!mpsnn secrelary, wet R. C Felhrrslon, auecrelary and the seal at the Crvi,p,r,r fray tw a e -r,y by fa•Vc* F to any power of ptamty of or) any CefidiCAle felalinS Iherel0 aDpr'^hnq AllornCyl In laCl Idr purposes early of taMVUnV and attefirinthC Comµr^YUntRrealp h• w1ol facri llgnatu ¢ a d lactimde+seal s shall to valid'and Warding upont shall be rand n and AMY and iho % gat gnatu uponlthu company kind Any suchl to*ef so P.reLvied and CFt! P by suchattorney too respc+d to any ts)nd of undurlas Mq to which II is attached " In witness iNhereol, the Company has caused this Power of Attorney to be signed and its corporale seal to be at hired by its auillo- nred•b4ll'cerlnls 18th day of October 19 73 ' B/ v1tF PnESIolNt ,IACKW MAYNAFIO y ,SFAI~ , S1AT U OF TEIAti n n.. On th s he Slr~ and G rr , t l~ l r, + Leloe me AN.,l a,y Pulp r,, 41 Ill f "n.'•I COLlNt1 OF I)At IA$ 18th am 4,1 above OCtDhCC +J 73 air h1-A d,d+•N,a,,;. 111, Erb J d d, 'h, r 1h urd 1 . r h ,r 51, , „ nl . i, pif IhJI fin Hn en Cel Ul floor and utun, pe1bell . is c 01 eil llw Iulhdrrgrer ur the Lrtq, ,ny hal tit, uflohr Ihr tsaI rrI ll C< ,r Uhe rolborale V u-al Ila anp msbun,ent, 1 a erpn, Ioost,rl and RN HgnJlur¢ as sat,h oVlCer wire alh.rd and subsr.nhnd IJ uw/u;.licn,, ,,I by 1h nrpNd d, 1 ! 0ar1 i;.. Company pany da• adnd a MI and Cmponrale Srh¢,fl of the Curl,m{,a , Of Ihr Company ,oo ~y N~Ui AI1Y f'Uhl IC i5FAi1 CLIFFOnDII BE 1st day of June to 75 My „ ~+NN jii V'ti ~'wiles the CERTIFICATE . 11,•1hc unlfUitilghnd, do hrreby <.Inldy Thal Iho trrigmal Power of Attorney fit which the luregaing IS a ctIlIV ool and curfrr I hill f l`r to lot tF,tcO ul~ t lly 0111 Ind the loti-ij ing of ,filulio lution is tme eand go ui Pu+Yptnaf clAkipt faulhuf~+d1 In arlrnt•'Illlm I'orwrr of Alforn•y of Inv I h ha~"'It1 {,L W.1'. Un 1 29th rl,rv fit lied the coyp~tif++Ir seal (11 Ihr Comp:f„y 1111" S wh+vnnf. 1 havo hMruntu nubsenlaod by namD an ti 1 19 77 A r Icllll~.irr t"•k Alf pOll(St AS:dMrLr.'r • STANDARG FOR14 OF AGREEMENT STATE OF TEXAS X X COUNTY OF DENTON X THIS AGREEMENT, made and entered into this 17th day of May, A.D. 1977, by and between the City of Denton of the County of Denton ana State of Texas, acting through its Mayor, Elinor Hughes, thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and Jagoe-Public Company of the City of Denton, County of Denton and State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. . WITNESSETH; That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improve- ments described as follows% For the construction of paving and drainage improvements on Sherman Drive between Bolivar Street and Hercules Lane, and for all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by the City Engineers City of Denton, Texas, heroin entitled the ENGINEER, each of which has been identified,by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written Proposal, and the General Conditions of the Agreement, hereto attachedf all of which are made a part hereof and collectively evidence and constitute the entire contract. -2- The CONTRACTOR hereby agrees to commence work within twenty (20) days after the date written notice to do so shall have been given to him, and to substantially complete the same within 200 working days after the date of the written notice to commence work, subject to such extensions of time as are provided by the G.:neral and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF DENTON TEXAS JAGOB-PUBLIC COMPANY Party o the F rat Part Parfy a the Second Part (OWNER) (CONTRACT R) By: By% Atte _ Attest: dull L I ' I PERFORMANCE BOND S':ATE OF TEXAS X COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That _ JAMB-PTT T.Tr COMPANY of the City of DENTON , County of _ DENTON and State of TFXAS as principal, and authorized under the laws of the State of Texa€ to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON, TEXAS (Owner), in the penal sum of ONE MILLION THREE HUNDRED TWENTY ONE THOUSAND NINE HUNDRED SKVENTY 6 20,(100 Dollars ($1, 321, 970.21) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, joint- ly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 17TH day of MAY , 19 77, FOR THE CONSTRUCTION OF PAVING AND DRAINAGE IMPROVEMENTS ON SHERMAN DRIVE BETWEEN BOLIVAR STREET AND HERCULES LANE, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to bo observed and performed, and ac- cording to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect, i PROVIDED, HOWEVER, that this bond is executed pursuant to the pro- visions of Article 5160 of the Revised Civil Statutes of Texas as a- mendod 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 chEige, extension of time, alteration or addition to the terms of the ::untract, or to the wok performed thereunder, or the plans, specificrtions, 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 WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17TH day of MAY 1977 . . JAGOE-PUBLIC COMPANY SELECT l.: ilf?RPJC'.E C( P;""A Principal urety By: B r.-0---~---4 y. pO tt 9'r t; r LUS 'title: ~ Title:_ Atto►nov.in•Fact Address: P.O.BOX 250 Addrees: [Ells Cf?~TTY fulr:" 3020 FT. WORTH DRIVE VA o rh. , ti :R DENTON, TEXAS 76201 I The name and address of the Resident Agent of Surety is; 're4. (n1j 744.4311 o~ PAYMENT BOND iOSTATE OF TEXAS COUNTY OF P,ENTON _X KNOW ALL MEN BY THESE PRESENTS: That JAGOE-PUBLIC COMPANY of the City of DENTON County of DENTON and State of TEXAS as principal, and 5~t r authorized under the laws of the State of Texas to act as surety on bonds for principals, are 'field and firmly bound unto THE CITY OF DENTON, TEXAS (Owner), in the penal sum of ONE MILLION THREE HUNDRED TWENTY ONE T OUSAND NINE HUNDRED SEVENTY &20/id0 - C!sllars {$1,321,970.20) for the payment whereof, the said Prins,-ipal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, joint- ly and severally, by these *presents: WHEREAS, the Principal has entered into a certain written contract 19, with the Owner, dated the 17TH day of MAY FOR THE CONSTRF.CTION OF PAVING AND DRAINAGE IMPROVEMENTS ON SHERW&N DRIVE BETWEEN BOLIVAR STREET AND HERCULES LANE, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at ?.ength herein. NOW, TEEF:REFORE, THEA CONDITION OF THIS OBLICATION IS SUCII, that if the said Principal shall pay all claimants supplying labor and mater- ial to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, 1101MVE.R1 that this bond is executed pursiinnt to the pro- visions of Article 5160 of the Revised Civil Statutes of 'T'exas as -2- amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabili.ties on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise '[feet its obligation on this bond, and it does hereby waive notice of any such change, ex- tension of time, alternation or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17TH day of MAY 19-2-7-. I JAGOE-PUBLIC COMPANY .Principal Surety By By: PURTL'.o L•:l I.IS Title: Title: Address: P.0-.BON 250 Address: MIS C-,.j f 3020 FT. WORTH DRIVE DENTON$ TEXAS 76201 7e~4-'r73eT7i4•!! _ The name and address of the Resident Agent of Surety is: ~JIJ~ ~ I i 11 . i- I Tet (214) 744-4311 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: • That SELECT INSURANCE COMPANY, a corporrtion of the State of Texas, hereinafter called Company, does hereby avDnlnr PORTER ELLIS, WILIARD CROTTY, JAMES N. POI4ERS, TOM P. ELL1S, lit, GLADYS EASLEY, PETER A. RUS11, WILLIAM G. KLINCKAN, WILLIAM B. ST'r.F.LE, JR., JOHN E. RATLIFF, WILLIAM D. BIRDSONG, DALLAS, TEXAS ,Is true and tawtul Aftorneyln•facl to make, execute, seal and deliver on its behalf, as surtjly, ii and all bonds and undertakings of Suretyship. The execution of such bonds or undertakings in pursuance of these presents shall be as binding upon the Company as if they had 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 Difeclors of the Com• pany, adopted effective September 29, 1961, and now in full force and effect: 'Resolved that the Pre9idenI or Inv Vtea PresiderI or any Secrelary may appowI Attorneys in-fact in any state, Tom I" or Federal l8stoct io lop iiii Inds Company am to act on da bohall within the scope of She auttWrily granted to them in Wfiling, Which aulhf,ty may include the power to Mahe, ateCUla, seal and deliver on behalf of sirs Company as surety, and as its act and deed any and all bonds and undertakings of suriflyship and other documents that the ordinary course of sultry blrsiness may require including authority to appoint agents for the atrvice of process in any jurisdiction. Slate or Federal and Authorily to ailed to the ageelura of the President or any Vier Prew dent or any secretan, and to verify any affidavit or other statement rotating to the foregoing, and to cenJy 10 a copy of any of the bylaws of the Company and to any fail lions adopted by its Board of Dneclore l and any such Attorney-in•lact may be removed nod the authority granted him revoked by the President Of any Wce President f eny Secretary or by it* Board of Direclfe " This Power of Attorney and Certificate of Authorlty is signed and sealed by facsimile under and by authority of the following reso- .on voted by the Board of Direclors of the Select Insurance Co, at a meeting duly called and held on the 24th of July. 1973. . nasnfv id that the signaluree c!'Nafren J. Kwerlar, President, or of Frederick Boger, Sonia Via Presidsnl, or of Arthur C Wooden, Vice President. of of Jack W May curd. Vice President. or of to vh E Elston, Vice Praaidenl, or of Douglas Simpson, Secretary, Clef R. C. Folherston, secretary, and the seal of the Company may W affixed by rac54fl is Io any Now of at Jnney Or to any cerhf Cole relating thereto appointing Atlomayedn4aC1 for purposes only of erocuhrng and ahesting bonds and undertakings and Cliff wnhngs obligatory in the nature thereof, and eny Min power of attorney or certifiCale bearing such facsimile stonature or facsimile seal OW1 be valid end binding upon the Company ;:,K' any such power W exetiuted and cenified by such facsimile signature and facsimile seal shall be valid and binding upon the Company In no future r Olin roli to any bond ur undertaking tc ~ hich it is attsol " •d....VI„ 11410, .1„1' 1, ►A'4A W4V M ieof, ",e Company has caused ii Powered Attorney to be. signed and Its corporate seal to be affixed by its aulho- }ntA~•elhce}• hfilli, 14th day of January 19 76 % of i 'i'St ii r; t By ,l ow JACKW MAYNARD MEPRES1CiNT • t r . STA?Ex"l7W"16AS ss COUNTY OF DALLAS On ihla 14th day c4 J antra r~ 10 76 . fall me, s Nolary Public of the Stale and County ato,esaid. ,es,ding Ihrvrn,n d.,iy cammssionod and ewfn, pn,sol,)Ily came the atom narr)Pd II¢er cif the Company, who hieng by ma heal duly sworn accord,ng to tow. did depose and say tnat hat is Iha+ officer 01 the Company desCrbed on and which e.eruted the 10,egning instrument, that he knows the seat of the Company, that the seal affixed to rvth instrumeul is tnc rapOrata seal of Its Company, and Thal lhecorporate teal anti his vgnaiule at %iah officer womaffixed and subscribed to the said Instrument by the authority anti J,48t,on of the Company ISEALI CUFFORDR.BEARD l ~NOARYPUBLIC MC,eaelf~i~p N'1Fapjres the lot dal fit June 19 77 or , i. f CERTIFICATE ` 1, The uRQef~ighod, do hereby ceftlfy that the origin,nl Power of Attorney of which the foregoing is a true and correct copy Is In full ft:~4fll ,'arid the foregoing resolution Is a true and correct transcript from the records of the Company, and that the above + to aSBA~ei vr;s.or1 the date at execution of the loregolnQ Power of Attorney authorized fo execute this Power of Attorney. 1 have hereunto subscribed by name and affixed the corporate seal of the Company (his day oil DOUGLAS SIMPSON G+nE fAR y annm ] tai y.tl o ' t' a HERCULES ~ / RFIAMA ` A6 j fJ h\ J 1 CC,,~ ,~IwT,l9I F X11, y ~ z m A r dAl AH I?IWAN DRI l miles In length ti= - ` EA1H[R J "Or l Rlu ~ =NIr~DSOR 4 M°P ~OOK 31" 11f01 ' ~9RI( iw uuo, CClilvtoLU ,aA,L_._1 t, CA91 L ~ - y, IANC [M[RSON` _ n COg00VA % [l0Y(R LN z C Ao~ CriRDFIn~OR CR[S100.K8 3 z Nwi 10, n ~ yJj' d - u_a ERR( 11tIIt~ _ ` : 14A,E"wN. r. oft NOo1v l ~ 6-. _u ` c (Hl Wes, F421 s dl• iioi-r71 Vi4N~P J~~✓ Cl C~ l SEM.IN ( ~ - _"J - . • tea. ...4 W• r.. CONSTRUCTION SCHEDULE The Contractor shall proceed with construction in an orderly manner after conferring with the City Engineer to establish a work schedule. Every effort must be made to minimize the inconvenience to the public during the construction, Because of serious problems with detour routing, the Contractor must plan in advance and closely coordinate his work activities. If subcontractors are to be employed, they must be capable of meeting the scheduling requirements as jointly established by the general contractor and the City Engineer. With proper scheduling, the storm sewer work should be totally completed as Phase I of the construction. All sewer pipe, box culverts, wing walls and bridge renovation can be completed with the initial move-in of the contractor. The dirt work contractor must expect a minimum of four and perhaps more different phases of his excavation work in order to properly aohedule the detour routing. The paving phase of the project should be almost continuous, with ideq►Aate planning and sched- uling by the Contractor. The general contractor will be allowed flexibility in choosing work activities in a sequence which matches his work force. The Contractor will not be delayed if he is capable of progressing at a rapid pace. However, he will not be allowed to excavate and pave numerous different parts of the project without fully completing the work as he proceeds. 4sphalt hookups to ex st ng streets and driveways are par- ticularly important and must be completed in a timely manner. As the location map indicates, Sherman Drive is a vital access route to northeast Denton. Traffic volumes, of over 9,000 ve- hicles per day are normally recorded on Sherman Drive at Bell Avenue. Detour routes will be marked and maintained by-the- Cit , but very close coordination with the Contractoris ab- solutely essential. In addition, there are a number of resi- dences and businesses that have their only access from Sherman Drive. The inconvenience to these citizens must be kept to a minimum and their loss of access must be for as short a period of time as possible. The Contractor is responsible for coordi- nating postal delivery for these residences with the U.S. Post Office. The Contractor is also expected to cooperate with the Denton Sanitation Department to provide at least a minimal garbage collection service, Phase I of the Sherman Drive paving schedule must include the i following activities; (1) construction of the box culverts on Hercules Lane (but not on Sherman Drive); 121 storm sewer construction on Hercules Lane; • 3 paving of Hercules Lane 4 paving of Bell/Sherman intersection; 5 , paving of !;turrt/Sherman intersection; All other construction work must be scheduled to match the • availability of the various work forces that are necessary on the project. In summary, this project presents some difficult scheduling problems because of local access and detour route needs. liuwever, the work can proceed in an economical and efficient manner if all elements of the work force are cooper.:`-ive and coordinated. The City Engineering staff will be involved in the general scheduling because of their responsibilities with barricading and the erection of detour routes. Any Contrac- tor who is unwilling to schedule his construction activities, to proceed in a cooperative manner, and to work for the best interest of Denton's citizens should refrain from submitting a bid proposal on this project. ~I C-2 GENERAL PROVISIONS -A)KCIFICATIONS This project shall be constructed by utilizing, the Texas Mgliw y Department 1472 Standard Specifications for-Con- sfructioiio! iiways, Streets and Bridges. Any permis- slile devaLlon from thuse specifications will be noted in the section on General Provisions. Where the Highway Department specifications make reference to the "State,' this project shall be interpreted to refer to the City of Denton, Texas. Likewise, the terms "Commission" and "Department" shall refer to the Department of Community Development for the City of Denton. Any reference to the term "Engineer" shall apply to the City Engineer for the City of Denton, Texas. The Engineer, or his repre- sentative, is authorized to act for the City of Denton on all matters concerning the construction procedures, specifications, or activities while the work is in progress. Other definitions shall be as noted in the 1972 Standard Specification book. LOCATION OF PROJECT • This improvement project is totally located within the city limits of the City of Denton, Texas. A map showing that general location of the individual projects is included in this general provisions section. SCOPE OF WORK The work to be performed under this contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for the construction of paving and drainage im?rovements on Sherman Drive. PLANS AND SPECIFICATIONS Plans and specifications may be obtained at the office of the Director of Community Development, Denton City Hall, upon deposit of fifty ($50.00) dollars. The entire deposit will be returned to the plan holder if the plans and speci- fications are returned to the City, in good condition, within fif- teen(15) days following the official opening of bids. If the prospective bidder does not properly return the plans and specifications, the deposit sum of fifty ($50.00) shall become the property of the City of Denton, Texas. 'EXAMINATION OF SITE PROJECT • i'rospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encoun- tered,improvements to he protected, disposal sites for sur- plus materials not dosignated to be si0 vaged materials, and as to the method of providing; ingress and 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-qualification prior to the bidding date shall be waived. However, the City re- prthe iorfinancial serves the right experience thoroughly allinvestigate award of the contract. QUALIFICATION OF LOW BI VFR Before being awarded a contract, the low bidder shall submit such evidence as the Engineer may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expe- 40 safe and satisfactory manner. Should the lour bidder fail to produce evidence satisfactory to ;he Engineer on any of the foregoing points he may be disqualified and the work awarded to the next iow bidder so qualifying. A14ARD OF THE CONTRACT The City of Denton, acting through the City Manager and as authorized by the City Council, will notify the successful bidder, in writing, within sixty (60) days after the date of receiving bids, of its acceptance of his proposal. The Contractor shall complete the execution of thenrequired bonds and contract within fifteen (15) days of PERFORMANCE AND PAYMENT BONDS The Contractor shall execute separate performance and payment bonds in the sum of one hundred (100) percent of the total 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 au plying labor and materials or furnishing any equip- ment used in the execution of the contract. The contract GP-2 shall not be in effect until such performance and payment bonds are furnished and approved by the City Attorney. MA1NTHINANCF: BOND 't'he Contractor shall file with the City of Denton, Texas a );ood and sufficient maintenance bond with an approved surety in an amount equal to ten (10) percent of the total cost of this project, guaranteeing; that the workmanship and materials furnished under these specifications and used in all parts of said improvements are in all respects first class and of such kind and quality that for a period of one (1) year from the completion and final acceptance thereof by the said City of Denton, the said pavement shall require no repairs, the nec- essity for which shall be occasioned by defects in said work- manship or material. If, however, during the said period, in the opinion of the Mayor and City Council, the said pavement or concrete structure shall require repairs and the necessity for such repairs, shall, in their opinion, be occasioned by the settlement of foundation, defective workmanship or mate- rials furnished in the construction of any part thereof or any of the accessories thereto, built by this Contractor, then such repairs, on due notice being given at any time dur- ing said period, by the City, to the Contractor, shall prompt- ly be made by the Contractor in the following manner: Upon notice from the City, served at any time during the peri- od of said guarantee, the Contractor shall at his own expense take out and remove all worn out, soft, inferior or defective materials found in either the pavement, headers, curb and gut- ter, manhole, inlets, bridges, storm drain or any other part of the pavement or accessories thereto, and good acceptable materials shall be substituted therefor, including any pave- ment or materials that have become injured, or has settled out of place by reason of its being in close proximity to such soft or imperfect material, the Contractor shall take up and relay or re-set or replace all pavement, curb and gutter, etc. that has settled out of place, become uneven or defec- tive if found to be so during the term of said guarantee. Should the Contractor fail to make such repairs as are deemed necessary, written notice to make the repairs shall be given by the City to the Contractor and the Surety. If said Con- tractor or Surety shall fail or neglect for a period of ten (10) days to make such necessary repairs as herein provided, then the City shall have the right with or without further notice, to proceed to make such repairs or cause the same to be done either by contract or otherwise at its option and to pay for the cost of such repairs. . If such cost of repairs so made shall not be paid by the said Contractor or Surety upon receipt of Notice of the amount 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 part 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 thr; 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 work shall be 200 working days, which time shall begin on or be- fore the twentieth (20th) 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 construc- tion of the project. The Contractor will not be allowed to prosecute the work on Sundays without written permission by the Owner. LIQUIDATED 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, permanently, from the Cont.7Rntor's total compensation, a sum for liquidated damages for such delay. The amount of damages shall be com- puted from the table as specified in Section 8.6 of the THD 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, Excise and Use Tax Act. GP-4 r • The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption cer- tificate complying with StriLe Comptroller's ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to thr• provisions of the Stato Comptroller's ruling 4195-0.09 as anended to be effec- tive October 2, 1968. 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 subsur- 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 locationu. It is mu- tually agreed that such failure shall not be considered suf- ficient 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 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. GP-5 The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed • by his construction opera ions. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the :aloe type of original taterial and construction, or bet- ter, at his own cost and expense, with the exception 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 separate bid item. The adjustment of utility valves shall be performed by the Contractor as an incidental item to the general contract. STAKING LINES AND GRADE The City shall furnish staking for all alignments, grades and elevations which the Contractor shall protect and maintain. Any survey stakes or markers that are disturbed by the Con- tractor shall be replaced by the Contractor immediately upon notification by the City. The Contractor shall furnish suitable material, labor and expertise to erect and maintain adequate batter boards for utility line construction as the job progresses. POLES, SIGNS, GUY WIRES, ETC. All utility poles and guy wires, private sign posts, signs and similar private obstructions which interfere with the c nstructiolx 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 cost 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. U.S. POSTAL MAIL BOXES The Contractor shall be fully responsible for maintaining and protecting all existing U.S. Postal mail boxes during the construction period. Postal mail delivery must be maintained on a daily basis to the adjacant residents on Sherman Drive. While portions of the project are completely closed to traffic, 0 GP-6 the mail boxes shall be relocated to a nearby street corner ® where they shall be placed for temporary delivery service. The contractor shall relocate the boxes working; in coopera- tion with the Postal Director and the City Engineer. Fol- lowing the completion of the paving, the Contractor shall restore all postal boxes to the approxirtrite location behind the new curb. Because of the legal sig,,nif.icance of the postal delivery service, the Contractor ahall consider this responsibility as a first priority. BARRICADES, LIGHTS DETOUR ROUTES AND SIGNS The City shall be fully responsible for erecting and main- taining all barricades and construction signs as specified in the plans. The City shall, at its 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. The Contractor shall provide flagmen, as necessary, or when specified by the Engineer. Safety to the working forces and the general public shall be of uppermost consideration in scheduling all construction activities. All barricades, signs, fences, flashers and signals damaged by the Contractor shall be replaced by the Contractor. CONNECTION OF ROOF DRAINS All existing roof drains which are extended through the curb section shall be reconstructed to match the proposed curbing. This work shall be considered as incidental to the bid item on construction oL concrete curb. All drains entering into existing drainage facilities shall be tied into the new storm sewer system. WATER FOR CONSTRUCTION Water used for jetting or flooding trenches, sprinklin , test- ing, and flushing of pipe lines, or any other purpose inci- dental to this project, will be furnished by the Contractor. The Contractor shall mare the necessary arrangements for se- curing and transporting such water and shall take such water in a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. Water shall not be used in a wasteful manner. The Contractor shall make arrangements with the City to provide the water required and the Contractor shall pay for the water at the prevailing rate. . GP-7 r SI'E'1i t,1.i'ANI,INFSS 4)urinp, construction of the work, the Contractor shall, at all ~Jmos, 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 it, in the opinion of tine Engineer, such material, debris or rubbish constitutes a nuisance or is objectionable. The Contractor shall remove from the site all of his surplus materials and temporary structures when no further need there- for develops. i • GP-8 • DEFINITION OF SID ITEMS The following technical specifications pertain to specific bid items which correspond to provisions of the 1972 edition of the Texas Highway Department Standard SVecifications for Construction o Highways,_ Streets an ridl;es. Item 100 Preparing Right-of-Way This item shall consist of preparing the right-of-way for construction operations by the removal of all obstructions and disposal of the materials at locations provided by the Contractor. Such obstructions shall be considered to in- clude remains of houses not completely removed by others, foundations, floor slabs, concrete, brick, lumber, plaster, utility pipes for house services, fences, storm sewer pipe, inlets, flumes, headwalls, culverts, retaining walls, and all other debris. This item shall specifically include the removal and dispos- al of all trees, shrubs, stumps and other landscape features not designated for preservation. ® This item does not include the removal of concrete pavement, curb and gutter, driveway slabs or sidewalk pavement. The removal of these existing concrete pavements shall be paid as a separate bid item. It is the intent of the specification to provide for the re- moval and disposal of all obstructions and objectional mate- rials not specifically provided for as a separate bid item. Payment for the bid item "Preparing-Right-of-Way" shall be on a lump sum basis. Item 104 Removing, Old Concrete Sid items for three types of old concrete removal (pavement removal, curb and gutter removal, and drive and sidewalk re- moval) are included under the State 104 Sppecification. Other concrete structures such as house slabs shall be includA as "Preparing; of Right-of-Way." Disposal of concrete materials shall be at sites provided by the Contractor. Item 104-A Removin& Concrete Pavement Removing; concrete pavement shall include Pavement on Sharman Drive between Bolivar Street and Sta. 10100, and incidental intersection or radius pavement. Item 104-H R_emo_v_i 11 Curb and Gutter Pavement S 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. Item 104-C Removing; Concrete Driveway and Sidewalk Slabs Removing; concrete driveway and sidewalk slabs shall include all other concrete sections which are less than pavement type sections. 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- face pavement shall be included along with other excavated materials as a part of this M d Item. The Contractor shall stockpile sufficient suitable material to backfill and level areas outside the actual limits of the pavement. Topsoil from the shoulders and areas adjacent to the existing pave- ment shall be stockpiled in order to fill behind the curb in areas which abut sodded lawns. Adjacent property owners shall be entitled to any surplus excavated material if they request fill on their property. Any other excavated material which is not needed for filling or leveling on the actual construction project shall become the property of the Contractor for dis- posal as he sees fit. Item 260 Lime Treatment for Materials in Place This item shall consist of treating the existing subbase by the pulverizing, addition of lime, mixing and compacting the mixed material to a 95% compaction as determined by test method TEX-114-E. Payment shall be based on a square yard measurement for a section of 6" thickness. A minimum of 18# of lime shall be placed per square yard utilizing the slurry method. Density control will be utilized from the Highway specifications, All subgrade including tt~e treated layer and underlying layers shall be sound and stab lb before paving operations will be allowed to begin. Payment for the hydrated lime will be completed by item 264. I D-2 Item 264 Hydrated Lime Type A, hydrated lime will be measured by the ton of 2,000 pounds, dry weight. Placement and mixing of the lime slurry will be paid as a part of Item 260. Item 340-A 5" As halt Pavement This item shall consist of a 5" total depth asphalt pavement section. Payment shall be made on a square yard basis, in place. The section shall consist of 1 1/2" of type "D" as- phalt pavement wearing course placed on a 3 1/2" type "G" asphalt base. Coarse aggregate used under this item, for 5/8" size and larger, shall be crushed mineral aggregate. AC 20 grade asphalt complying with THD Item 300 shall be used. In place density shall be provided utilizing THD Bulletin C-14 speci- fications and methods. Asphalt material shall not be heated to a temperature of more than 350OF at the plant and shall be placed at a minimum temperature of at least 2500F. No mate- rial shall be placed when general weather conditions indicate an air temperature of less than 500F. Tack coat shall be RC-2 cutback asphalt and shall be applied at a rate of 0.05 gallon per square yard. O Type "G" paving mixture sh.11 have the following gradation: Percent Coarse Graded Bas:? Curse ~y Weight Passing 2" sieve 100, Passing 1-3t4" sieve 95-100 Passing 1-3/4" sieve, retained on 7/8 sieve 15-40 Passing 7/8" sieve, retained on 3/8" sieve 10-40 ✓ Passing 3/8" ieve, retained on No. 4 sieve 10-25 Passing No. =eve, retained on No. 19 sieve 5-20_ Total retained on No. 10 sieve 65-80 Passing No. 10 sieve, retained on No. 4Q sieve 0-20 Passing No. 40 sieve, retained on No. 80 sieve 3-15 Passing No. 80 sieve, retained on No. 200 sieve 0_85 Passing No. 200 sieve The asphaltic material shall form from 3 to 6 percent of the mixture by weight. All material sources shall be tested and approved by the testing engineer prior to being; utilized on this project. Asphalt material may not he hauled from the plant, dumped on the ground, and then re-loaded for placement. Any substantial shortage in pavement thickness shall be noted by coring the finished pavement. A corresponding price juatment for the deficient wort: shall be made by reducing Ole payment as specified by THD Specification 360.11. D-3 Item 340-B 11-1/4" Asphalt Pavement e This item shall consist of a 11 1/411 total depth asphalt , pavement section. Payment shall be made on a square yard basis, in place. The section shall consist of 2" of type "D" asphalt pavement wearing course placed on a 9 1/4" } type "G" asphalt base. The base material shall be placed- in two courses. Coarse aggregate used under this item, for 5/8" size and larger, shall be crushed aggregate. AC: 20 grade asphalt complying with THD Item 300 shall be used. In place den- sity shall be provided utilizing THD Bulletin C-14 specifi- cations and methods. Asphalt material shall not be heated to a temperature of more than 350OF at the plant and shall be placed at a minimum temperature of at least 2500F. No material shall be placed when general weather conditions indicate an air temperature of less than 500F. Tack coat shall be RC-2 cutback asphalt and shall. be applied at a rate of 0.05 gallon per square yard. Type "G" paving mixture shall have the same gradation as listed for item 340-A. The asphaltic material shall form from 3 to 6 percent of the mixture by weight. All material sources shall be tested and O approved by the testing engineer prior to being utilized on this project. Asphalt material :nay not be hauled frorr, the plant, dumped on the ground, and then reloaded for placement, Any substantial shortage in pavement thickness shall be Y noted by coring the finished pavement. A corresponding price ad- justment for the deficient work shall be made by reducing the payment as specified by THD Specification 360.11. Item 340-C Asphalt Pavement Patch material (Type Material specifications for this item shall conform to tvne "D" Texas Highway Department naving mixture. This item will. be paid by the ton, in place, for various ,;rtches where the proj- ect abuts other streets. Patches will be approximately 2' in thickness and will sometimes be irregular. raterial for this item to be nlaced it locati,ns a.~, directed by the engineer. Item 360 8 1/2" Concrete Pavement Provide and place 8 1/2" cuncrcie paverncnt as of-r sooci l'ication 360 of the 7cxas SLato fli),,hway Dep;irt.uent. All concrete shall be proporticoiied to produce a miniruua flexual strcni,,th (moduluS • of rupture) of 151) potinds her s(lurtr'e :1101 rrt thr rig.e' Or 7 d;tyS. D-4 b t'. The mix design shall be approved by the owner's Soils • Engineer and shall remain constant throughout the duration of the project. The pavement shall be constructed to con- form to the typical section on plan sheet #2 and joint con- struction shall be as detailed. Reinforcing steel at the joints will be paid as part of the price of the paving (per square yard, in place). No other reinforcing steel will be required exce?t as indicated on the joint details. An ap- proved air-entraining agent shall be added to the concrete to provide 5% air entrainment to the paving material. Crushed stone will be utilized for at least otite-half of the course agg►egate in the paving mix. The remainder of the course aggregate may be a clean gravel. Longitudinal and transverse joints must be sawed withic. 12 hours following placement of the slab. These joints shall be sawed to a depth of at least 2 112" and properly sealed with an ap- proved compound. White pigmented type II curing compound shall be applied immediately after finishing has been com- pleted and the free surface moisture disappears. Concrete shall be furnished from a paving mixer meeting the` requirements of Article 360.3 (4), or shall be ready-mix concrete. Concrete aggregates shall be stockpiled at the plant site. Bid price, per square yard of S 1/2'" concrete pavement, shall include all materials, labor and equipment necessary to fully place the partially reinforced pavement slab. All operations such as sawing, sealing joints and • applying curing compound are considered as a part of the square yard bid price. Item 421 Class "A" -Concrete Provide class "A" concrete, in place, for the culverts and retaining walls ns detailed on specification sheets D-6, D-7, D-S and D-9. Reinfot^ing steal for the culverts and walla shall be measured and paid as bid item 440. This cubic yard price is to include all other materials, labor and equipment necessary place and finish the culverts and walls as per plans and specifications. This item specifically includes: (1) culverts and wingwalls at Sherman and Hercules; (2 headwall for drainage structure at Woodland and Roberts; (3) retaining wall at Bell and Sherman; (4) retaining, wall at Woodland and Sherman; All. exposed surfaces shall be hand rubbed to obtain a smooth durable finish. • D-5 d !7 KT' s B w i 2 1 . N'Id' f iii 40ftmt M r1 60 , f r •~i i,r • P ~ w I,e,V • ~ e i r1 A , r . tr + c- _ •1 .Atol K • ' ---LC :f4 \I _J L rr+""Jes S' . X, i 7i f AN7 p~~rsn~+ 4w 4 ilt' LL ' PLAN t- Oro, of PLAN 1,i, A ,ora rM f w/h°f ;as lyI h .I i i rrrc cdldT~n!i1._ iCr y 'r ry I, , t K, rf'1 y 3. n, ; 10 (k t' I A 1!J!A!'J L e11•rwi it TI :Y k LI[' ! I t itf r. c A a . 7 'rl •e! - p . r • .,1 - z ! • s;rf''')'A9' . rorlri 11". $EJC,. yA'A SEC A0. nr' s~,ti.reo SECout+r.w,w ~Qp+~ At. A •b• ELEVATION :,r r' .r ELEVATION - ELE1~tT10N -r~ r F) EEP:e r, A rm rf "film, F1.17 I - I rrr1[-f ~cl 0'r-0, rrr riA I Y l' ',/!r►ic ~rwxw'r rJ cr r :4, is QARJ L + a _ + c,;~t ,t_ x,ar iitie ee o,j f t_ J WIhGWAt 1 1• I' ~•I N~ r, IC!,'!•} r r r ! N 1' 7 l' 1,, ,/t •S lit Kr+ %rr• eJJ 6n eARJruf WINGWAL S ,J~ oai t'- ' FOA M.C n ! ~ o rf FOR M C~ ~ t q A : t e OAR l sTS,f 51. WINGVIALLS eARJlIO l , u OARJ aA OAR! A eARi/rA OARlNJ JRJ N ■ fz -e. 1L•+', ~r its : b FOR K, Is, >r 3^Q aeA~ e•, OAII fi c 2 'Q MRS ar llav I✓sutl fA.r y ;._!!S~c X GULVC ~I TOf/. L:1 alb [ E J 0+1 P . I rr, I•n. CIO, r 11Y3 ~ I , r + tti .•.~:~rv-?'mot. r ll'I~.._ ,'T; u• rfrro• I,~n.!U J~o+ K' ti .r of ' i,'' • _l, A-. l... •1'2rr •Ir I rl ~6 V Iti • N tt I . yN r r • ; 117 tl (i i . r/r'+ Nro s I +r + r q~ • I"y i •I .r • s,. l4 G - - f - It, .,1 fir K q L A ! 2 x 2' r - - - ' t ! = Vr Lt aL,renrtiS ui1 r O• sri•F~rrsc~_ 2 •r ,,-.,._.._..r.~..... Lt r ~ ~ H`' !i v,+:' 1 r, 11• [ 7 ~ - _ .•~MOtrolMt♦ J .fi - , ..LL Jgt!'t+wN elNMrl Ntrvl a+r.n 1y A•Adre/ I+ I t' .-.-I t 1 I f r[r " f 1a k - ? ~ 1J 13 r GorrI.fi..k Irnj1A n+1IlJ.J Iblr~ r el n J.I. a • !r I f I ! r' iI .l I N $ •Ie H• A I, sr 6 r{e/3'_ (ri N er F'•' y PLAN y ~•~Ia N , t 1r t, r { e n: lr " I a IOU, +r ' pL~N SHOWING TYPICAL REINFORCING d , A~. ,MIL' r u n t+ T TOE1'JALLB I s L► a'e1' r I " - I FOR CULYER •f.: PLAN - - :r ? •r If it d~« IlpelO•`~~`'IJrv1U.^J$J!!'i;.,1 N. .I. 3' i ' ` Ux roewrN/prlt.n 161• rnA/ d e/r 1 N•r•O' G•re lOAw, yrn- .>N_t:/; I • r , 1 « 7 • -i /Cd,+rwr•+ rb flat. r 7 is ~I ua - rrl } a i,? Ai r - --7}- 3 ll..o,l.. er.• ivo• X4,1 GlNCPAL liOtES • I e t ~[/n rams h!(..I,a•.-•--j'i _ i JI IJ » t r bl , -J1~ rs~ t + l N?r? - ft a !.,[bnikrn +rlyn. C , [kSrJJ'NnVMlro4lly~♦d J e • - .......y r TOM rx i-10 A10 ~ .N ~ - r ~ n IpcO•d✓Yr w In Tiiw7 r-~ 6 rorAi raj Jf irJ 'e+ lyy~//ny M7 dr• N i m c JS: 1 eAR! ! Ajn, lnKrnrr°+syl Art " ya,,,enJlnrnanJ•d. N• ~s~.a~pEfi. r. ALL =r I * it r ' K 6 1 SECTHRU TO. W } 1 •.I u v -mste "T r • I ett~ or- l~ ctr roR AJ A,J e.nvrrr sra, a e.,J .f , `~I,1 .+w: rd t Crsn Ir1I v+Pclra tsMVN Y'*`1a' < 1 1.-. / 1 - 21 ~1 I + wrAe ZII•i wnl aa+" r3:!x rsruv Mll ?.!^.:[24i~2+ *In#,*sJ !d6 v LI I•t 41 j Ir I_L'tt iE ?f_!. s-!; • A/arn.ns arl fo&O.A$ Nn.nfresry off YI J. - r n, g~r• i I x C4J~ '115! t rrhM•J • er•A ^ ° ELEVATION e.: 4' +r•!P E_ L'! L+!' Cf t~ L t teJ w's fir n7 M• aIS ws Jy'la ~JJs1r 1 Ilr.e AsI /a.+dr/ O'f aeI '"'N A • r i A• I rJ' „tQ• ♦ y y~f.•,r 9i~ 7 f' O' y, 4 lS!' s Mn I Srn 1 11I Ito - i f r 1 ~i w r~P J, ELEVATION 1 Cl r • ►k to, _ ~I; _ 1i111~ M46MtA1 O[/AZiolm fl r'i Li.{Yr y, K- 3, • Ot IT !3 rs/ 40• ~ tl !1 l/su ; d RJA '1 NIP 14 ~~4 ` , z.. , , , fr FLARED WINGWALl5 1r. [AYW/I n 0. #1ri r. i~ ±nb 'n+ tAnw ' 14 i~~' FOR MULTIPLE CULVERTS • C'• eACJ A ems..,.: prM£ll»uv~ r +1 ,~1 I&ti •rr•,r: r aAr[rvsRws t~ A 31 } a ION um y /IV,rv OR 6,r O IV L• et J e AARln, ny1. r4 ~!,•r vs1• v +,,~4. r, 4' .d K12r'Or T0 • '+rr { r11 1311 ilWrhL p"ar ! : .j Zit 49 4Mca f X 7ss 'i." 1+ G y II rr r• IJf f:~~ vf.•' OA E r!6 5-. r -a I .r+- sips [ IN !A o +r.r r l f.; t .'c . WING WAL~ 5 t k u b ; v rr f FOR M,Ct. a I'i r1• r n 'u:r,. ills: w `f. 'A• n '7~ - •S~' FOR Olt i'• iii ra r/ ~J\ H a r SEC A-1 ef'J -lit eArs. ~r.sv H ° rJ SEG. A• ,v l .~rwr rwww.++Ir7 orw+.w•'rr • h Or At X V i~ r 1~. TS" 4'. , J of f j4p 46 /J6 r B: 7 I I f d i 146 d36 IN e1 le IN 11 00 4 !1 ltt I I 1 Ise of of l r .v is •f •4 •J /q rJ 94 ►4 04 rq r4 rl •f r/ •4 04 01 •q •I •J 04 as •f of •I 04 •I •4 04 of ■q I •I r1 r, of r/ rt OJ •J I04 04 of 7' It' r.•- t;' e' B i#• V - "a, L*l 7S• d" i:• 7' 1:+• - V l'1 Ir l S tl 4 I ' I 3 'IIf ~H t l,' ! P. , l j• J' as ! V0 Af0 Jfdr Jf' J 4/0 JJ. . 1d' It, r' 7?' ! A' !1' I• - 1 ~ 1,11 )j A_C+• _I y ! a •f I: f Jlt •it 911 !II t~ II 111 171 q7O !7/ $4411 1J O qO 4f I !I ! Ir Sir !f0 t3 r !'N• 9Q •7'!' rA;, 1'r 3 J' J'I Q 0 1!' tS 0 S ' • 41 _J fr /f fill 1301 7• all 497 fill 1It ttt J/tfll d/ 10 -M JJ[ !?hI)t !7• is? is. $it •rA !r1 a ' f4t all I:• J!- -A-, 00 e t 7 -..✓-~?7f 7.7 t, Te 'c tr .e iT r . 7J 'i~6 i+; it r tS: t/ it ii 'e 7~ 'Pl i36 ibis 7!e ai7 ,36 i2 i i! f 91 31 il:7Ji((( of TJ us f - I,q r) *4 r/ 04 .q q rq rj rj r/ rq rq 44 •1 rq r•) .f •J •1 I •f •J rJ OJ rJ •J7 rq rJ d' i•. ,7' M' .0• - 1' Y' ,d' d' i0' if' [ O' 4 0 !Z/' J'//• r/• :f'tl' I r 3' 1' !'J• If0' 45`00If0'J110. 010J r 4 1'P 410 t1 1 #J0 ! 4 f uJ It' J it O trr • %!•••1)rf7/J¢(!ri 1f7/ I,VfNOSJiy73fl1:lJi//tf179/7flfill71 T31 '011? d1J3N 7f1i1,1•d7rljr!I'Jr' -i . f'_ Tj.r•• _ 1_•. )J J it it 3!' It !t it 1J ii J1 1 it i1E '1)f . T'1 194 JS t1 if f G7 i!e /li /!i /!e l3r lf1 J):10 !f it i1 /JI fi /!f r!i r!l t11~11 It^ :IE •f I•II iq rj rf l rq ~r1 M •I rJ rq •4 •I •J •1 •4 r4 •q •4 •I •I •1 11 as as rj rf •.t •I •I r1 r1 y r rJ rI as ~•!~•1 •J •J at rJ 1•I ~•JI•J 3++:.~ 0 I I I r' U' I d' B' ' If' It, Id" b' rl' 7Y 1' t9' fYi - ,l t t' Z. f:'.: ••I r' ` !It ! I' I! D If0' I! l7 t• ! td' I)?'i i'd- 1'1' S/iA' 14 ' A'0'U'0' is 0 .IOi !b' 9Y' 1CT TC 111' !'Y !'f r IJO I!C .V J• 1'I' I4 1S 0/' J7T d'O 11'1 J'-eJ c s7. f!' + • '!y' f.:' 1 ,v ~)71 /N 400 lJN 117. "0!1!11{1ft ~Cj)I ?34[11 171 14,1V 13 d14 20a ads 1910 if? IVJ 1,s~7 st *r' r,a n,• !afr`•1CJ.!_:a_ 1. !I tlt_ lff11__1161170 '1i7 r• _ lf~t~ 1J rif 1:J 7/l /1 ,tt il:! `/17Ill,T k4'.• -'I -of 7J It J.s tt io 7J "7 fd *i idd If 3a r 7 3a 7b7 i:6 s- Ta m 310 7T iTT1r 71;, ' 76 0 .i 7J~ 7I rJ .I r, J •1S •f'e/ •f as as ad 11 •I •q r! 01 04 •q •1 as sf 64 r.} ►I r1 r1 •J rJ rJ y as Y, 1111.} rq rrq r/ rJ rJ0A ~J 1• d' di9' 7/!_rd 0 r r 'I .1 t,• v• J' lTd 111' 7B' Jrd• fro' Ir14J'I' <!0 IS 0 t0 9e1!0 !d',~ !J' S!•+!t:If I!l !-rj.'+l7 11.7)1 1i9t _)J10110l 1!' !e7.7 f10 1Rf 1711 Mi SOJ /t!1 /01 101 1e9 V)b/ f7r lefe 1714 R7J t J1 r0., ll !t: J :'JA am 07,~ /IRI aN, r tl. tt IJI 1"•J !4-0 A:. er - -7a3' } - 0. :3= J 3atid =lr) 6F$ ? i f •Jf I(0 f:' )I ri -t p1 It 11!l ill: - = t! 'i Zvi 'ti j at I1,11 W 7f6- u 110 !70 Jf ~f 9! 1!0 /I6 iii i!i f,•O !)•'J !J iJ 7,'' fl t'!: +1. , !t 6 t' 1" 111 firs 11" r1 •I eJ •f •S •f •f N r1 •I •t r•/ rq •1 y r4 •4 r4 •q •4 rI •4 r1 •1 rj r.) rq rJ rq r.l r.f r.t l-rJ •J •J •I as 441! •J •I •f •0014 N 7 s' • I' to. T -7J{j1d' rr' N' 7+: d" d' G• t' - ' - 1l' .l' 'I'4' R' R' fl' T• r5' ;1 l • ~r • I' /l• /•11"31' r I F / f u I r A .13 77•+f 0 4! of ) ! jr 7 e• is J ['M 1 3'1• ♦!'n' 1! O I!'o [!'i f•l1' 9'd IJ l i Pr !'t S'1' Ir IJ t+~1' N l !O 111 l T,O r of 1 J' . 14, f d r rJ e! II"slT,lC- !'it• I•. e4l n II •r 1! 7/ 117 K IIJ J _ • .'If to .a ! 7 ' l~J1,4'~'1 %I ar 7!;1701! t1J~ tN I!N 14x7 Eati• 1 .L /l7f toll or, I _ 1. _ R A7R I ~1AA~, 1, 7/03 fO- Jf r: Ab d', ^tN V:aL._.~. 1. r. 14 W. I 1 t <1re. WAiM #V f' ! 4..rnl.l,•J d• rat err04rdr /111 'JJ !r •.'i f 1 l 16 7 - W01 t11NREt. O/tt :IT. Rlf I1n111 • r f /I rt as rf r J rq r J Iq •q 04 04 04 I q C/Ir Wrdlh 1/1E1 M :tWln rj1,'J1111r t'1 Pl f BD. •JiR all wall 30-'•%2 -r' " l' • f-• rt' A•' it' !J I 14110 Qt71 II Od's F•• e% tyn,Y-. 4f Ot' r. rr%:i? f t : t ! t Js OIIf 0 I!'0 S JJr' 6'r:' ! 5' ,J1r - - ! K ~f ilfi t } f(a .tf ty rJ.l LbJ A: )'I 1 J! If t ti 1' t7 :0) 5Il N 004 te7 0023 13e \ J • 1 Alrw stfac i 0j, 61 st 007 0 t^+' 10ii1 Jr' r - .1 - • f V yr wa/J FOR ! r! O• 3101 7;1! 4141` /f! R ~ 3 •,i' l- i FT ~ 7►r i! y 1[ I I J ` O,i rT'a 7'13' I 3C': ili0 A111 /d.^ti It C•Ct!(RJ~ 1fB ' rla •J 11 II 4 !•1 •41 rt r1 r1 •1 Iq r4 { ! y ! !d•i J0,1 rllJf 3l ll!', 041111 LrrJn NlO• •r N1O 1,1 in 10 .i ~f• 4' rA It _ R Iy`f• .tit 1!a?C tt.J L3!I frcrdovt t,rw dI MO tlif l/Ynff~y ,l•,;',- _ ` . 13f r + tf t 13'0 sll rr Fa' Jd' ,l rr -1 d•r i - l t! -i' 7: C' 31!d OBJ~,.t it a/u1sAJ v r! j'~._.1F,4 f_ ra•~ ♦ !J 7 /e. Lr t' $ei. - 1 1 ! 1!'•0' lfh+ tilt 12n rMiJ A1~••fe d+y7/t Class Aawrl/dr _ i •~J. _f i - - ~'I't r owl a 741' 1 !o I1 71 n •;fJ1J 191f rrf? d d crrrwf to. r, yore ,te !f "-i• !J JS J it /JrI!,! S • S 58 0* 911.1 11171 /91 d,1d4: J•+r`•r`MSa,srgldf.f77~.h ~Af`rsj W {.f rq rq •q t1 sJ /q 111 rJ r1 •1 IJ •4 II a - r Z dr1 f 1 s tS`f' .Or lr lips /1!t 141101 J/Nr I't At ttnJ/rtl I,i rJ ft lr S'i3~33!: i21`1 0.gn).lrr •I nn,4rr,Iy tIINWfnn e e 11! ~L:• - u e 1.- tr "~vli J _ r 75-1 ME . cl _ i." t! • e • C I! O'af 0 1J 0 !)l still i 1 3,.!. 710:4• ,aG1.t" arm ar - ! 1!'I' fill JJ1! /)Jl,.!!!• llrtas ••t /Ir 11!m400 c1rre Ld►b d`•JN•n 1: , I 1)'•!!' r/J: 7 aid: ~Irf AIIO/Vth, ! ;jl~'•+?s ~,!',~J.'~.f_`.r 7♦~•7l~1l~Rl f: 110!5 1171 1141 L! f04 !'I1'- 7i J' t dlt7 G _ = hE/G/17s A j_ ' ! !d f• 101lt 111Jf It)) /,9• •._yc_ j1 .f + 17 i~ 'e/ i 'e !r ,'i /R ♦ t = - + 12 is 1071 ?.q-v ::j •I •411 i•f •S 14 1 1 /1 •J •I •q •I ! 17G iTjl /Cllr ,,)5J' 4 Mfr F~' , rt 4' rIl /l' r•i:" - - I of 41 fill 0Pit I451"C40i t!•.---' !•!'pC1-~'•! 3! •~4lO t! D N(•,1-irI ir~l5 fJ! PART PLAN:i- 7411' J iD ll' BJ if 4101 /'flyarjii ,tr I") II '`+1^lt:~ /"'a7ift: ^1 Qn•7 I~1 J.^7 t6lt BOTTOM SLAB TOP SLAB J 39'i' G717 L17+! :.v`1 1.0" C '~r h0rl 70OfOO7I0M!L4C lPf'MrOWC tf J711! J/MK AR root 8 419J• 4711 43411117$0 0;))111 _y!3` - t., !FrJ• • 'C 0 al t J ct4 Vr4r J11J 50,10001 ON r"$ 3M'E 7. t /S'/• 500, flit IC)i /141: r/ 0, 04 •J •7 I • 1 •4 •I r/ 0, r4 ! 1) 11 NOr Oe7i ISf, 1•' 11 : , Ainisraw,ye ,I Otos wyw Nf r a 0 a , J:,-• - . s f'• Ft - 7i7 J !4'1• J1Cf /till 17f4,Y1a. rrr•r-trsosri.rsr ! t ttl0 f0 Ji! lrl' !3' 0101!' ! ! JA'i' 11011/7!4 llf.', lILN / s•1r .,ta,ra ne. :n. r,r 1:: •!r b!, 007 J/ I' J BI •C 1 I i !f°1' IM-1 1971! I4,o • , t nr f ...°ra G .e. !V 'bs.1( t ,L'r•If •♦a + ! P f~ v•, 4 I i' r !tit --r7 r T[9ji WOff1J1T C[dj1lTYix9 01 q l 1 .!1011 7 ~ MULTIPLE 60X CULVERTS % IJrr .rrl i• My It N r! l I V Y BART X !t•*aatr Cr, i -1 tit I J I 1 av, n SIZES 7'x3' Ts4'T'f4', Ti16'A 7'i 7' l• t 04!11 Ir ~1 , 7 O.'s 'r 2'•I,' TO '4'-0@ FILL t 1 r y ~'.r 15AHJ I ! 1 I 1 a' ~ ~ - --'Conti JI !rr•a• 'ti ."s•a! SECTION 1 lftti .ti` 1, 'S Bri •SrrF L' •DvJ r M07-2 I. _ _S r THRU $ r CURB Br. EI It i.11, I TYPICAL HALF SECT - HEIGHT • 48 UNDER eeR3 C ~4J o era! r TYPICAL HALF SECT.-HEIGHT' S'9 0 YER „v 1 fix Q w Q $ ~ ~ f W Q a o' ` v► ~S ~ ~ r! N M ti m in N M ; r • N g „9 Q r:, f = o ~ I a t, $ • ff--CCU„ a = c 00 Y yq L i l t ' Z 7 O a m ' Y d M O tN it, fA m Q u C Y U l+ 10 c e i0 A t0 m h cc a S tl r ZO Z Q ~ ~ 4 V Y ' o g U x tl Y ~9' 0, 1 I y~ a n on K1 M in v in M an x in 0.1 0 o T 3t in _ 10 h M- _ N N - Y Q QI t Q o N W w m m ~J U C W fi t7 V~ , m y y co W Q f0 M s~ ~8> o m° o LL a 4 z a ! ! ~J I 3SIM r - m co Z r ~ N 3 a ~ r w W G ` tl I - W m m } n-x e J ~ oW Z "9rS1 ~ ~ Vi IW f o ONUSIX3 W v N w 2 # ~ ~nS d 4 W a d c 'n a W v -co a $ - 10 N i c F z o i.„ P if ' CCCr y'•p A in ~ P a a in 'a t to =m s zZ 3 a u J - z Mf N lz 0 Zp' N+ - $ m m O IL So .1, f- U ,f tQ ,y z n4• Q a • p ' 00 • Q W Ir' N i 'n `o I I l -'J kJnt i~~ Item 440 Reinforcing Steel Provide and place reinforcing steel as noted on the THD standard drawings. This item shall include all steel required for the culverts and retaining walls as noted under Class "A" concrete bid item. NOT included under this bid item is the required pavement ,joint steel and the steel required for the bridge renovation at Sherman and Monterey. Bid item 440 shall provide for all costs associated with the placement of the steel as per THD specifications. Item 465-A & 465-BB Eli tical Shaped Reinforced Concrete ewer Pipe Provide and install eliptical shaped reinforced concrete sewer pipe (Class III) as noted on the plans. Bid price per lineal foot to include trench excavation, bedding preparation, installation of pipe and backfilling of the ditch. Jetted sand backfill to be utilized in all ditches. All concrete pipe joints shall be constructed with either G,S. 702-Talco joints, Ram-Nek joint material, or an equiva- lent product. O Item 465-C to 465-J Reinforced Concrete Sewer Pipe Provide and install 15", 181t, 21119 24", 30", 36", 42", and 48" reinforced concrete sewer pipe (Class III) as noted on the plans. Bid price per lineal foot to include trench, excavation, bedding preparation, installation of pipe and backfilling of the ditch. Jetted sand backfill to be utilized in all ditches. All concrete pipe joints shall be constructed with either C.S. 702-Talco joints, Ram-Nek joint material, or ark equivalent product. Item 470-A Manhole (4' I.D. & Cover Construct 5 pre-cast or monolithic sewer manholes as per detailed on plan sheet P4. Lump sum hid price to include all materials, labor and equipment necessary to place the manholes. Frames and grates for the manholes are included iii the lump sum bid price. All manholes, reparc7Iess o~~ depth, will be paid at one bid price, per each structure. Backfill around manholes shall he with the same material used for pipe trench backfill. U.• tU Item 470-B Junction Box & Cover • Construct nine junction boxes as detailed on plan sheet #3. Frames and covers for each Junction box are to be considered as a part of the lump sum bid item-or eacci. Price to include all materials, labor and equipment to fully construct the structures. Backfill around junction boxes shall be with the same material used for pipe trench backfill. Items 470-C, 470-D, 470-E & 470-F 4' 6' 8, & 10' Curb Inlets Construct 68 curb inlets as per detailed on plan sheet #3. Inlet frame and cover to be paid as a separate bid item. Lump sum price, per inlet, to include all other materials, labor and equipment necessary to fully con- struct the inlets. In some cases, inlets will be con- structed in continuous groups to obtain large capacity structvY-s. Backfill around inlets shall be with the some maL~rial used for pipe trench backi°ili. Items 470-G & 470-H 6' & 10' Curb Inlets (Special Type I) Construct nine curb inlets (Special Type I) as per detailed on ® plan sheet #3. The Special Type I designation increases the inside width of the inlet basin from 2'-4" to 4'-6". Inlet frame and covers to be aid as a separate bid item. Lump sum price, per inlet, to include a other materia s, labor and equipment necessary to fully construct the inlets. Backfill around inlets shall be with the same material used for pipe trench backfill. Item 470-I & 470-J 4' & 10' Curb Inlet (Special Type 11) Construct three curb inlets (Special Type II) as per detailed on plan sheet ,#3. The Special Type II designation increases the inside width of the inlet basin from 21-4" to 5'-6". In- let frame and cover to be paid as a se crate bid item. Lump sum price to include all other materials, nor an=equip- ment necessary to fully construct the inlet. Backfill around inlet shall be with the same material used for pipe trench backfill. Item 470-K Rekiilc 1n1ct This item shall includo removing the lnlrt top, pourinE,, at iiew ton and any necessary side wallc:, punrint,, as new invert and providing a fraune afnd cuvrr. Lump sum hid :alutll 111rlM1V ;ill materially, labor, and cquipmene nc.'cossary to fully con,,t ruct n-11 i • sibility of the Contractor. This bid item includes only that sawing required to remove portions of existing slabs. The saw joints for new concrete pavements will be considered as incidental to the paving bid price. All sawing of existing asphalt pavements shall be considered as incidental to the removal items. Item S.P.-3 Bridge Renovation This item pertains to renovation and repair work at the channel and bridge between Edinburg and Monterey streets (centerline station 78+00) on Sherman Drive. The channel under the bridge shall be excavated to the lines and grades shown and paved with a 4-inch, reinforced, Class "B" concrete section. Particular attention should be directed to the ex- cavatiUn of the existing rock on the northwiast quarter of the chant:cll. Also the concrete along the south abutment encases an existing sewer line and needs only be chirpped down to give a full 4" riprap section above it. Work on the bridge shall include removing 3 existing wingwalls, 4 existing retaining walls, pouring new protective concrete around existing drilled shafts as shown and extending the old center Webb wall as in- dicated on plan k;heets #5 and #6. The drilled shaft protection and webb wall extension shall be of Class "A" concrete and re- inforced as detailed. New construction shall also include pouring 4 new wing walls (Class "A" concrete), 4 new retaining walls (Class "A" concrete) and 2 new approns (Class "B" concrete). All necessary reinforcing steel shad be included in this lump sum bid price. All of the necessary work is shown on detail sheets #5 and #6. The lump sum bid price shall include all materials, labor, and equipment necessary to fully complete all the work indicated. D-15 Where driveways are placed adjacent to concrete street pavements, they shall be measured from the back of the pave- ment and shall be tied to the slab with a keyed construction joint. Where driveways are placed adjacent to asphalt street pavements, they shall be measured from the front of the gutter section. Approved expansion material shall be placed at the back of all driveways where they abut a fixed structure or pavement. All driveways shall receive an approved curing compound af- ter the slab has been placed. This bid item shall include all materials, labor and equipment necessary to place the driveway slabs within the limits as above described. Any costs associated with the construction of pedestrian ramps to connect to sidewalks shall be considered as incidental to the flat_ work bid item. Item 524-C 6 Concrete Pavement Construct 6" thick sections of concrete pavement at the intersection radii as shown on the plans. All concrete shall be a minimum strength of 3000 P.S.I. at 28 days. Reinforcing steel shall consist of 3/8" bars on lb" centers both ways. These steel quantities will not be included in Item 440 for separate payment. All concrete slabs shall receive an ap- proved curing compound after the slab has been placed. This bid item shall include all materials, labor, and equipment necessary to place the intersection radii as noted on the plans. Item S.P.-1 Compacted Fill This item to include the placement and compaction of excavated material along Sherman Drive. The fill material may be selected from the regular excavation which is necessary on the project. Compaction shall be tested at not less than 480/ of the density as determined in accordance with zest Method TEX-114E. This bid price to include all costs incurred in hauling, placing, sprinkling, rolling, and obtaining final compaction for the compacted material. Final pay quantities shall be computed in cubic yards, in place, by cross sectioning the fill area. Construction methods provided by Texas State Highway Department, Item 132, "Embankment," shall generally apply. Item S.P.-2 Saw Cut CJ,xi;tint; Cctncrrtc) 'l'ilts item shall provide for sawing existin)t concrete pavement, driveways and sidewalks where noted on I lit, O ons. T 11v ::;iw cut tthall b(. urrh 01011),,11 to provide a smooth t•61t•,t. whrn ,i por- tion of the Concrete H1a11 Is removed, Any O.-imogo It, t'onkorett, slstb:l Will ch at'e t1iarketl to he t;itvetl Will he t1le ill t't,C . rt'Ni1un- Item 522 Concrete Curb & Gutter • Construct concrete curb and gutter as per detailed on plan sheet #4. 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 sectio►t shall receive an approved curing compound soon after the work has been com- pleted. The Contractor may use an tapproved 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 The bid price for sidewalk, in place, shall include all expenses for excavation, forming, constructing and finishing the walk, and back filling the completed work. The sidewalk shall be placed on a 2" cushion of,clean sand and shall be poured between straightly aligned forms. The concrete for the sidewalk shall be 3000 p.s.i. strength and shall be placed at a minimum slump, consistent with proper finishing. I The sidewalk shall be 4" thick, five foot wide, and at lo- cations as -.noted on the plans. Some short connecting sec- tions of walk between existing and new slabs will also be ® regwired. Reinforcing steel will not be required for the sidewalk slab. All sidewalks shall receive an approved during compound after the slab has been placed. Approved expansion material shall be placed every 20 feet for construction joint purposes and dummy joints shall be placed at 4 foot intervals. Also, where the sidewalk abuts a curb or other structure, it shall be separated from that structure by the above approved expansion material. Sidewalk ramps for handicapped pedestrians will be constructed at all driveways and intersection radii as noted by the detail on plan sheet #2. Any incidental cost incurred because of the ramp construction shall be included in the basic bid price for 4" concrete sidewalk. Item 524-B 6" Concrete `Driveway Construct 6" thick sections of concrete driveway pavement at locations shown on the plan,: All concrete shall he a mini- mum s t reni;tli of 3000 i' , q. 1. it 28 days, The dri vcwav., shot] be placed on a SU10grade chat h+►s liven coripacted to at leant 90% density and is moist and clean. No reinforcing;,;teel will be required in the driveway pavvmc•nt execlit Ior the Con- struction joint dowel ""Luel with the concrete 11,ivement alternate. D-13 the inlet. Backfill around inlets shall be the same material used for pipe trench backfiil, This item proposes to convert existing curb inlet structures to junction boxes with a minimum of damage to the surround- ing concrete pavemen4. The rebuilt inlets are located at Stations 4+60, 9•45 and 9+80. Item 470-L Special Crate Inlet Construct six storm sewer inlets as per detailed on plan sheet #4. Lump sum bid price to include all materials, labor and equipment necessary to fully construct the structure. Cost of inlet grates to be included in the lump sum bid price. Backfill aroun t e net shall be with the same material used for pipe trench Backfill. Item 471 Inlet Frame & Covet Provide and install 70 inlet frames with covers as speci- fied on plan sheet #3. These frames will be placed as a art of the curb inlets, Bid Items 410-C through 470-J. games and covers for the manholes and junction boxes will be bid as part of those i':ems. Construct: one frame • and cover at each location for an inlet i regardless of the number of inlets that may be connected n series. Item 479 Adjust Existi" Manholes Adjust 13 existing manholes to match the new street grade as indicated on plan and profile sheets. Lump sum bid price, per adjustment, to include all materials, labor and equipment necessary to complete the work. Item 520 Integral Curb Construct integral curb over concrete pavement sections 'Is noted on the plans. Contractor may (1) place the curb at the same time as the pavement slab is constructed or (2) dowel on the curb within 24 Flours after the placrrlent of the slab. No reinforcing steel is required in the curb section if the work is constructed monolithic with the slab. If the placement of the curb is delayed, the curbs shall be rein- forced wit,h 112" x 8" dowels on 12" centers and one 1/2" hotircnt,ll ~h,tll be p1,1c('(l in the curb and tied or wclllcd Lo the doi l hers. This reinforcing; steel. ;111,111 hL• V01181dVl'Vk1 as a part of rite integral curb bid pr and wi l l not ht' plAd .atl a separ,lte item. The quality of the collcrc-l*i'fcir thv curb N11,111 he r(I(1,11 to or bettt'r thell t1ty con('rot' 114ed in the havt'- ment sl,lb. Curi11p, compound for th(' cur1I4 Shn l l 110 H W 4,u,a 114 u4r(1 for thr pavrmellt 81,11) anti rtllpl ic,tt 1011 t 1111(' n1111 (In,ltlt i- ties :shall also be the satne. 0-12