HomeMy WebLinkAbout1977
WATEk SYSTEM IMPROVEMENTS
Audis Lane & Hookfngbird Road
July, 1977
SPECIFICATION AND CONTRACT DOCUMENTS
FOR THE CONSTRUCTION OF
WATER SYSTEM
IMPROVEMENTS
JULY 1977
PREPARED BY
DEPARTMENT OF COMMUNITY DEVELOPMENT, CITY OF DENTON, TEXAS
t
- 'MV ~ R~ n~
rp
:J TIDELI'` r~CE C1'ANY
WO06MAY, No YORK
POWER OF ATTORNEY
KNOW ALL MEN BY TIJESE ~ WENTS: That American Pdellty Fire Insurance Company, a Corporation in the State of
Now York having Ita print ppAl of x In Woodburryy Side of New Yvrk, pursuant to the to lowing resolull m, adopted by the
Board of 131n+ctots o! She sMo Company on the 181h day of hbruary, 1969, to wit:
"The President. or an Vic •Prnident, or other officer designated by the Board Executive Committee shall have authority,
severally, to make execute and deliver it power of attorney constituting as Attorney-In-Fick such persons, Amts or corporations
as such officers may select from time to time," does hereby make, consl[tute and appoint:
J, FRANK MURPIIIY and/or THOMAS J. HUMPHREYS of DALLAS, TEXAS
Its true and lawful attorney(s)-In-tact, with lull power and authority hereby conferred In its name, place and stead, !o sign,
execute, acknowledge and deliver in Its behalf, and as Its act and deed, as follows:
Specifically and only on bonds executed having Ou4rantee Indemnificstion of the SMALL BUSINESS ADMINISTRATION
In am amount not exceeding $200 000.00 as to anyy one ppro ct, for or on behol f of thin mpany, in 14 business and In accor-
dance with Its cheviot, an,'. o binb AMERICAN FIDELITY IRE INSURANCE COMPANY thereby, and tit of the acts of sold
Attorney-in-Mact, pursue.( 16 these presents, are hereby ratified and connktr ed.
IN WITNESS WHYREOP, the Anellcan Fidelity Fire Insurance Company bas caused these.presents to be signed by its President
and/or Vice•Prealdent, and Its Cor;Hwote Seal to be affixed.
AMERICAN FI)DEffLIIT~T~~Y~~ FIRE INSURANCE COMPANY
8RLl,~ '
Luther H, Williams, President
State of New York
u.
County of Nassau
,N this 28th day of January 1917 before the subscriber a Notary Public of the State of New York In and for the County
of Nruan duly commissioned and twillfied, camo Luther H. Williams of :he American Fidelity Fire Insurena Company is me
personally known to be the individual and o!:cer dq%eribed herein, and who executed the preceding Instrument, and ac~Cnoa1•
edged the execution of the some, anti being by me duly sworn deposed and said, that he Is the officer of sold Company aforesaid,
and that the seal affixed to the pre ceding Instrument N the Corporate seat or said Company and the told Corporate Seal and
signature as an officer were duly at xed and subscribed ±.o the amid Instrument by the authority and direction of the sold Corp.
oration, and that the resolution of sild Company, referred io In the preceding instrument, is now In force.
IN TESTIMONY WHEREOF, i have hereunto set my Eand, and affixed my official seal at Woodbury, New York the day
rnd year above written.
No Public
CtI7,ANETH M. ROSSLLE
NOTARY PUBLIC, State of Ne,t York
No. 90.8649115
Cdalined In Nassau County
LCoommlssior Lrxplres March 30,1978
State of New York
County of Nassau u CERTIFICATE
1 the undetclgyed Assistant Secretor d AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of
the Mete of Neer Yorf, DO IIEREBY CERTIFY that the foregoing and Attached Power at Attorney and C"Uncate of Authority
remains In full force and has not been revoked; and furthermore, that the Resolution of the Burl. of Directors, asset forth In
the Certificate of Authority', are now In force.
Signed and Sealed at the acid Company, at Woodbury, New York, dated this, i,gth,day of.............. 4ti9pgi .19yj
d., 4 0 L ~ ~ - e4, a;
Assistant Secretary
TX MIM 200 t1/71
rk {
4,D frl} j}S ~4 ~k ~f,t "'1~d` J hY, ~~11 P
AM I TCAN 1 f 9 f
X)NPAN'Y
*7 01URY, NEW YORK r
POWER 'OV ATTORNRY
KNOW ALL MEN PY THESE PRESENTS: That American Fidelity Fire Insurance Comppany, a Corporation in the State of
New York having its princlpa! office In Woodbury, State of New York, pursuant to the fotlowing resolution, adopted by the
Board of >ilrectots of the sold Company on the 18th day of Februrry, 1989, to wit,
"The Resident, or any Vtce•Presldent, or other officer dedpsated by the Board Executive committee shall have authority,
stvtrally, to make execute and deliver a power of attorney constituting u Attorney-Fact such persons, firms or corporations
u such officers may select from time to time" does hereby make, consttute and appoint;
J. FRANK MURPHY and/or THOMAS J. HUMPHREYS of DALLAS, TEXAS
Its true and lawful attorney O-In-fact, with full power and authority hereby conferred In its name, place and stead, to dgr,
execute, acknowiedge and dasher In Its behalf, and as Its act and deed, as follows;
Specifically and only on bonds executed havtn/ Osarantee Indemnification of the SMALL BUSINESS ADMINIS'T'RATION
In an amount not exceeding $200,000,00 as to any one prok et, for or on behal for this Company, In Its business and In accor-
dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and oil of the acts of said
Attomeyln-Fact, pursuant to these presents, are hereby ratified and confirmed.
IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by Its President
andfor Vice-president, and Its Corporate Sea] to be affixed.
AMERICAN FIDELITY FIRE INSURANCE COMPANY
Luther H, Wl lisrut, President
Sate of New York s
sa.
Carol, of Nauau
On this 28th day of Jonuary,1971 be fore the subscriber a Notary Public of the Slate of Nqw York in and for the County
of Nassau duly commissioned and qualified, came Luther H. 1~'illlatns of the American Fidelity Fire Insurance Company, to me
personally known to be the Individual and officer described herein, and who executed the preceding Instrument, and acknowl•
16
,Oge d the execution of the some, and being by me duly sworn deposed and said, that he Is the officer of sold Company aforesaid,
and that the teal affixed to the preceding Instrument is the borpa•ste Seal of Bald Company and the said Corporate Seal and
rlgtature as an officer were duly affixed and subscribed to the ulr: Instrument by the outho4ty and direction of the said C,rrp.
,>ratlar, and that the resolution of said Company, referred to In the preceding Instrument, Is now In force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day
and year above wr{lten.
No ublZc
ELIZABETH M. ROSELLE
NOTARY PUBLIC, State of New York
No. 30.8643115
(?uaiifled In Nassau County
Commission Expires Marc J, 1978
State of New York
County of Nassi' U. CERTIFICATE
I the undenl~ned Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of
the §tate of New Yorf, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certlficste or Authority
remalns in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, is set forth In
the Certificate of Authority, are now In force.
Signed and Sealed at she sold Company, at Woodbury, New York, dated thtt,.j 2.tMsy of.,, A.4.911.3t .................1" f
~ Assistant Secre
lify
try
MIN zoo un.
TABLE OF CONTENTS
Notice to Bidders
Proposal
Standard Form of Agreement
Performance Bond
Payment Bond
Construction Schedule
• General Provisions
e NOTICE TO BIDDERS
Sealed bids addressed to the Honorable Mayor and City Council of
the City of Denton, Texas, will be received at the office of the
Community Development, City Hall, until 2•p,m, on July 14, 1977,
for the construction of water improvements in the City of Denton.
The bids will be publicly opened and read by the Director of
Community Development in the Civil D^.fense Roost at 2 p.m, on
July 14, 1977. The City Council will officially review the bids
at their regular meeting on July 19, 1977 and award the contract
as soon thereafter as practical.
Each bid must be accompanied by a cashier's check, certified check
or acceptable bidder's bond payable without recourse to the City
of Denton, Texas, in an amount not less that five (5) percent of
the bid submitted as a (TO) that the bidder will enter into
a contract within ten (i0) days after the notification of the
award of the contract to him.
The right is reserved, as the interest of the City may require, to
reject any and all bids, and to waive any informality in bids re-
ceived.
Major bid quantities for the project are as follows;
I
2900 L.F. 8" Water Main
600 L.r. 6" Water Main j
6 -each Fire Hydrant
? each 6" valves
4 each 8" valves
Plans and specifications may be secured from the Director of
Community Develo ment, 215 E, McKinney, Denton, Texas, on deposit
of twenty-five (25.00) dollars per set, which sum so deposited
will be refunded, pprovided the documents are returned to the
City within five (5) days after the bids are opened.
CITY OF DENTON, TEXAS
PROPOSAL
to
THE CITY OF DENTON, TEXAS
For the Construction of
WATER IMPROVEMENTS
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-
fully examined the form of contract, Notice to Bidders, speci-
fications and the plans therein referred to, and has carefully
examined the locations, conditions, and classes of materials of
the proposed work; and agrees that he will provide all the nec-
essary labor, machinery, tools, apparatus, and other items
incidenti,al to construction, and will do all the work and furnish
® all the materials called for in the contract and specifications
in the manner prescribed therein and according to the requirements
of the Engineer as therein set forth.
It is understood that the estimated quanitities of work to be done
at unit prices are approximate only, and are intended principally
to serve as a guide in evaluating, the bids. j
It is understood ,nrid agteed that the work is to be totally completed
on or before October 1, 1977.
Accompanying this proposal is a certified o: cashier's check or
Bid Bond, payable to the'Owner, in the amount of five percent of
the total bid.
It is understood that the bid security accompanying this proposal
shall be returned to the bidder, unless in case of the acceptance
of the proposal, the tidder shall fail to execute a contract within
ten days after its acceptance., in which case the bid security
s?vall become the property of the Owner, and shall be considered an
payment for damages due to delay and other inconveniences suffered
by the Owner on accotint of such failure of the bidder. It is under-
stood that the owner reserves the right to reject any and all bids.
The undersibned 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:
WATER IIIPROVEMENrs ON
MOCKINGBIRD LANE
AND
AUDRA LAME
Base Bid
Bid'
Item Approx. Description w/Unit Pricas Unit Extension
No. uan. Written in Words Trice Amount
I 2900 Lineal feet of 8" Cast
Iron Water Pipe .'-or
Twa/vc -Dollars &
Ald Cents
Per nee ~'t-_ /4.00 9s; 000.00
II` 600 Lineal feet of 6" Cast
Iron Water Pipe for
Seven Dollars &
Cents
Per LirfeaIFE7
x'40.00
III 7 6 inch Gate Valves for
One Hundred
,~Yrnf~_ fiY~ _ ._Do l l ors &
12P Cents
Per Ali"a t v'e
/7.x:00 zss'.oo
IV 6 Fire Hydrants for
five Nvnd►ed
~E~X _ _Dol lars It
~p Cents
Per Frydr.l`nt:
.l'a'a - eo 3 a o. A0
V 4_ 8yihch Cate Valves Cor`--~
71ve Nund►ud
E1}y_ „-Dollars &
,gyp Cents
M Per Vu~Vt. ,zsa.oo oCIO, oo
r~r4 rrrrrrrrrww~r~rrw rrrrrrwrrrwwrrrrrrrrr~rrrrrrr~r~rrrwrrrrr.rwrw
Bid
Item Approx. Description w/Unit. Prices Unit Extension
No. Quan' Wr tteninWords Price Amount
_ , _ rrr_Y___
r V r.\...................
VI 6 ' 8110"x6" Tees' for
TCvo Mrnd►4e d
Dollars &
Ad Cents
Per Tee X00.00
VII 1 811x8"x8" Tee for
Two Nahd►edd
Selreao-five Dollars &
er i:e:::e- --Cents
a 7.s, do 7j-, 00
Vi i1 1 6"x6"x6" Tee for
Two H4vnd►od
ran Dollars &
20 Cents
Per Tee
.~/o.oo ~tw\eo
IX 2 8" Plugs for
Dollars &
o Cents
er ug
.s'a.oo 0•00
X 1 6" Plug for
_.EdyP Dollars &
-jo-e -Cents
Per Plug,
4'0-00
.~'u • ov
XI 16 3/4" 'Caps including
corporation, curb stop
and copper for
One Nuhd~t~
• S Dollars &
Cents
erPS~ap`----- /y.r.a a ..t, Pao•Oo
TOTAL BID PRICE X19, 7L e. nn
O TOTAL BID PRICE IN WORDS
rh~~ -rftn~ T/~e.iae~,d std
&4d POdOI S Add 40,1100
ALTERNATE PROPOSAL
In substitution for the cast iron water Pipe (2400 feet of
and 600 feet of 6" pipe), the contractor shall furnish and lace
ductile iran water pipe and shall increase the base bid price by
a lump suin amount of Dollars and
Cents.
TOTAL BID for base project plus additional cost for providing
ductile iron pipe in words The city reserves the right to accept the base bid with or with-
out the alternate for a ductile iron pipe substitution.
In the event of the award of a contract to the undersigned,
the undersigned will furnish a performance bond and a pay-
ment bond for the full amount of the contract, to secure
proper compliance with the terms and provisions of the con-
tract, 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.
It is understood that the work proposed to be done shall be
accepted, when fully completed and finished in accordance with
tho plans and specifications, to the satisfaction of the
Engineer.
The undersigned certifies that the bid prices contained in
Ois 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 evens: of a discrepancy,
it is understood that the words shall control.
T(C;Ontractorltr~.
$y -i,1 ~x
es.'dent
Seal & Authortzation
treet Address
h V-4-0
tieet)
.A G 9 - 3 e. ✓I/
'e ep o-ne-NN mFiCr
.
s a
STANDARD FORM OF AGREEM1NT
STATE OF 'TEXAS X
X
COUNTY OF DENTON X
THIS AGREEMENT, made and entered into this 2nd day of
August, A.D. 1977, by and between the municipal government of the
City of Denton, Texas, acting through its Mayor, Elinor Hughes,
thereunto duly authorized so to do, Party of tide First Part,
hereinafter termed OWNER, and the Jay-Mar Corporation, Incorporated
of the City of Irving, County of Dallas 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 ex-
pressed in bond bearing even date herewith, the said Party of t1e
Second Part (CONTRACTOR), hereby agreas with the said Party of the
. First Part (OWNER) to commence and complete the construction of
certain improvements described as follows:
(1) water line installation on Mockingbird Lane and Audra Lane; and
all extra work in connection therewith, under the terms as stated in
the General Conditions of the Agreement and at their own iroper cost
and expense to furnish all the materials, supplies, machinery, equip-
ment, tools, superintendence, labor, 'insurance and other accessories
and services necessary to complete the said construction, in accor-
dance with the conditions and prices sta.ed in the Proposal attached
hereto, and in accordance with the Notice to Bidders, 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 Engineer, Jim Jones, Texas
Professional Engineer, registration 437688, herein entitled the
ENGINEER, each of which has been identified by the CONTRACTOR and the
ENGINEER, together with the CON'TRACTOR'S written Proposal, and the
General Conditions of the Agreement-, hereto attached; all of which
are trade a part hereof and collt..;tively evidence and constitute the
entira contract. The CONTRACTOR'S Proposal is hereby amended to
ref.ect a total bid of $45,2310.00, The bid'prices for both 6" and
8" cast iron water pipe are reduced by $0.50 per lineal foot to
:eflpcL I:he deletion of sand backfill material (3500' @ $0.50 = $1750).
The CONTRACTOR shall not provide item #11, 3/4" taps, with a resulting
contract reductio►: of $2800,00. All other payment items shall be ns
. por the stibmiLted bid prices.
s
The CONTRACTOR heroby agrr-ed to commence work as soon
as poseible after award of the contract by the Cily Council and
to complete the entire project on or before October 1,'1977. The
contractor acknowledges the importance of the completion date and
fully understands that a substantial liquidated damages assess-
ment will be made for any failure to perform according to the
written construction schedule.
The OWNER agrees to pay the CONTRACTOR in current funds
the price or prices shown in the proposal, which forms a part of
this contract, such payments to be sub,jeot to the General and
Special Conditions of the contract.
IN WITNESS WHEREOF, the parties to these presents have
executed this Agreement in the year and day first above written.
CITY OF DENTON TTXAS JAY-MAR CORPORATION INC.
Party o the First Part garty-of M ',9-ccon art
(OWNER) (CURTRACTOR)
By: By:
• ~1-
x/ L
Attest: Attest-.
•
PER(oIMANCE: BOND t10MD / 01-016-2223761
STATE OF TEXAS X
COUNTY OF
KNOW ALL MEN BY THESE PRLSIsNTS ; That 1AY-MAN-CORIGANTION
of the City of .1"Imt,
County of _ NLIAs and State of sMS as
principal., and /U4Ettlt'AN ftDEI tTY FI!!i 1N3liMNCE COM►ANY -
authorized under the laws bf the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
CIYY Of DENTON (Owner) , in the penal suan of
forty-.nine thoutsnd~ seven hundred xty--..Dollars ($;g.760.00...~ foz the
payment whereof,* the said Principal and Surety bind themselves, and
their heirs, administrators,, executors, successors and assigns, joint-
ly and seve),.killy, by these presents;
WAERi'.AS, the Principal has entered into a certain written contract
with the Owner, dated the day of 197,
to which crntr.nctr is hereby tefrrred to and made a part hereof as fully
and to the same. extent as if. Copirdt at lcnl;th h(!rei.n.
NOIJ, 'illl',RI:1'ttltli, Y'1i1; C014I)TT1011 01' TO 1;; ON,] CATION IS SUCII, th.aL i f
the said l'rIi 11CJ1);11 s1aa11 fatLhf.nIIV pcrfnI'III r;rai.d Contract rand .9;1;,;11 in
art roc-I)OCL!; (Italy ,arid fniChful!y ohavrvr and perform all and r;tnptilar
the eovenrutt1a, c•ondi1.tow, "Ild al;rdruu~nt:t; in aatd by Bald contract ;i;'I'Ctld
and ruv('n,anIvd by Lli% 1'rfiieipca) to br. dyh:;drvcd And performed, anal iw-
curdinl; to the tru(~ inlaatit ;anal wooning of n l.dl Contract rartd thr 111,iaa,
and :~p~ctfir.,atid~;a 110rotu aranexcd. then tI(ia oblil;ratlon :;hall btu w11+1;
othevt,lIsv to rvmraiu in foil I'orcv road (effect;
o PROVIDED, HOWEVER , that tills 'fond in executed pursuant Lo the pro-
Visions, of Arti.cle 5166 of the itcvisod Civil Statutes of TvXas As n-
mendrd by the nets of the 56th Lvgislatura,,Regular Session, 1959, and
acrdance t,werewith
all l4nthis Ll to lthe same determinod
copied
the,provir•ions of snid Article at 1rngt:ll herein. .
Surety, for value received, stipulates and apr.ees that no ch,inge,
extension of time, alteration or addition to the terms of the contract,
or to the wort: prxformed thereunder, or the plans, specifications, or
drnwings accompanying the some, shall in anywise affect its obligation
o this bond, 'and it does herehy waive notice of any such change, ex-
t lsion of time, alteration or addition to the terms of the contract,
o to the work to be performed thereunder..
IN 1411NESS WLLERVOF, the said Principal and Surety have signed and
sealed thLs instrument this 116 day of &Iqust 1971-•i
JAY-MAR CORPORATION AMERICAN FIOfLljy.F1$!`kllSltB/ C[ tDllP~17lY
tsurety
. s y
13y B : - -
P KEYS
TNOMA .HU-M1
,Y- 1 NTitle _ AT-0 r f
ACT
Address: 110008URY, N[bl Y0R1(
The, naujc, .Ind addl:vss of the Resident Agent of Surety is:
TEXAS SURPLUS Llr, fH AGENCY
Dallas, Texas 75247
t
PAYMENT BOND
• BOND 104-816-,1223781
STATE OF 'crxnS X
X
Y
COUNTY OF
11NOW ALL ME.N BY TNCSE PRESENTS: That .IAY-ttAR CoRpoRATION
of the City of IRVING
county of DAIIIAS and State of TEXAS as
principal, and AMERICAN FIDELITY FIRE INSURANCE COMPAItY
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
CITY OF Dr►fTbN ~ (Owner) in the penal sum of
row-nine thoueend, sewn hundred sjxAV_...... Dollars ($49,760,00------) for the
paywi nt whereof, the said Principal and Surety bind themselves and
their heirs, ndrrinistrators, executors, successors and assigns, joint-
ly and sever.,lly, by these presents:
WHEREAS, the Principal. has entered into a certain written contract
with the Owner, dated the day of 1917,
to which contract ir, hereby rofcrred to end :Wade a part hereof as fully
and to the wane cxtenf ns if copied at length herein.
11014, 11WHA"'FORK, 'Tills CONDITION 01' THIS 0111.TCATION IS SUCH, 'hat if
the said Princilint shall pay all c 1nimallL : supplying Inhor ;wd iwitcr-
in1 to him or a s0l1contrnctor iii the pro,'wvUtton of the work provided
fUT in said controeLj then thin, oblil,aLfon shn1.1 he void, otherwise
to remoto iu full fovev and effect,;
(vil
1'1MV1111;1), 1101J1',V'11, that this holld it: oxoCuted pul-suant to the pro-
vlaiow: of ArC.10e .1.60 of tho l1ovL-;uJ Civil Statute,; of Texatl a;;
-2-
amended by the acts of the 56th Legislature. Regular, Session, 1959, ind
rill IinMIWi cs on this bond slialL he determined fit accordance with the
pprovisions of said Article to the same extent its if it were copied It
length herein.
Surety, for. value received, stipulates and ngrees that no chnnr,e,
extension of time, alteration or addition to the terms of the contiact,
or to the )r.k performed thereunder, or the plans, specifications or
dr•awinF;s accompanying the same, :.krill in anywise affect its obUgat:i.on
on this bond, and it does hereby waive notice of nny such chanp,c, nr•-
tensioti of time, alternation or addition to the terms of the contract,
or to the work to be performed thereunder.
IN 4 ivalSS IdHNmor, • the said' Principal and Surety have signed and
sealed this instrument this 12th day of August 1977 .
JAY-MAR CORPORATION MVISM. L I LOMPA 1t
- -fr nc Vn - Surety
By• r
By•
22, H"NREYS
Title:.-.- &4s, _ Title. ATTORM- i N-TACT
Address : _,e? ;D_ 3r Address: 1IOODAURY. NFV YORK
'Cho trans and oddre:,s of the Reaident Agent of Surety iz:
TEXAS SUPPI I ►S LINF'S AGCNCY
.~..._.~w---------_•-_--_-----------------1111__4Yesi._pq<wk~:bfirt~tane`Suto 925
Dallas, Texas 75247
CONSTRUCTION SCHEDULE
The Contractor shall proceed with construction in an orderly
manner after conferring with the City Engineer to establish
a work schedule. All of the work activities are within the
city limits of Denton and are identified on the location map.
The Contractor is to fully understand that the time of
completion is of upmost importance and that any delay beyond
October 1, 1977, would be of irreparable harm to other public
improvement projects. The contractor fully agreea to tot 11
complete all work activities on or before October 1, 1 and
to plan his work schedule with this date firmly in Lnind.
Payment for completed project, with no retainage, shall be made
when the pro ect is completed and accepted. No partial
payments will be made for any incomplete work.
~I
LIQUIDATED DAMAGES FOR DELAY
The Contractor agrees that time is the essence of this
contract and that completion on or before October 1, 1977,
is absolutely necessary for the scheduling of ther Denton
improvements. The contractor further agrees that the owner
shall be entitled to withhold, permanently, from the
contractors total compensation a sum of fifty dollars ($50)
per calendar day for each day of delay beyond October 1,
1971. This sum of money shall be conside:e3 as liquidated
damages to partially compensate the cititths of Denton
for delays and inconveniences due to this and other im-
provements not being complete and usable by the public.
•
CONSTRUCTION DETAILS
SLetion 1
Excavation, Trenching, and Backfill
1. Scope of Work
Work under this section shall consist of furnishing all
materials, equipment and labor for excavation, trenching,
and backfilling of the project shown on the plans.
2. Methods of Construction
A. General
1. Clearing and excavation to a dipth shown on the
drawings. Excavated material not required for
backfill shall be removed from the site and
disposed of by the Contractor or as directed by
the Engineer.
2. Excess excavation below required level shall bn
backfilled at Contractor's expense with materials
end methods as directed by the Engineer.
• 3. Unstable soil that is found in place shill be
removed and replaced with materials and methods j
as directed by the Engineer. These limits shall
be determined by the Engineer and the Contractor
paid on an extra work basis for the work involved.
i
4. Grading of adjacent ground shall be performed to
prevent entry of surface water as much as possible.
Water accumulated in the excavation shall be
removed by pumping or other approved means at the
Contractor's expense.
B. Trench Excavation
1. Trench sides shall be cut vertical from the bottom
of the trench to a point one foot above the top
of the pipe. From this point to the surface the
sides should be generally vertical unless a variat+on
is approved by the Engineer.
2. Vidth of the trench shall be 6" minimum and 9" maxi-
mum on each side of the pipe bells. Bell holes
shall be excavated accurately by hand. They
shall he of ample size to make the joint and relieve
the boll of all load.
• C. Rock Excavation
Rock excavation shall be carried 6" below the bottom
of the pipo. An approved granular material shall be
used for backfill, tamped throughly and shaped where
required for pipe bedding. Rock excavation shall
include removal of boulders larger than 1/3 cubic yard
in volume, ledge rock, concrete or masonary structures
that require drilling or blasting.
D. Bracing, Sheathing and Shoring
Bracing, sheathing, and shoring shall be provided
where required for safety, directed by Engineer or
to conform to governing laws. All sheathing, shoring
and tra^ing shall not be paid for directly, but shall
be subsidiary to the other work. Ail shoring, sheathing
and bracing shall be removed prior to backfilling
operations.
3. Backfilling
A. Trenches
1. General - After the pipe installation has been
tested or approved, an approved granular material
shall be placed evenly and carefully around and
over the pipe in 6 inch maximum layers. Each
layer shall be thoroughly compacted until 1
foot of, cover is in place over the top of the pipe.
The remainder of the backfill, which shall be
free of large clay clods and stones, shall be placed
moistened and compacted. The density of all back-
fill shall be equal to that of the surrounding
undisturbed material.
2. Jetting or water settling of backfill will not be
permitted in heavy clay soils, but may be used with
the approval of the Engineer in lighter soils.
B. Maintenance
Contractor shall refill for settlement all backfilled
areas prior to moving off the job.
C. Clean Up
Contractor shall clean up and properly dispose of all
excess material, trash, forms and other debris.
• Measurement and Payment
a. Excavation and backfilling is subsidiary to various
bid items 'and will not be paid for separately.
b. unstable materials removed and replaced shall be
measured and paid for at an agreed upon price by
the Contractor and Engineer.
c. No payment will be made for rock encountered in
the ditch or for rock excavation. The Contractor
shall include any anticipated rock excavation cost
in the price of his pipe bid.
Section 2
Six and Eight Inch Watermain
1. Scope of Work
Work under this section shall consist of constructing pipe
bedding, furnishing all water pipe, together with fittings,
hydrants, valves, joint materials, blocking, closures and
• appurtenances necessary to complete the work.
2. Excavating, Trenching and Backfilling
All excavation, trenching and backfiiling,shall conform
to specification in Section 1.
3. pipe
A. Pipe shall conform to the sizes and materials shown on
the drawings.
8. Specifications defining acceptable pipe shall be
as follows:
1. Cast Iron Pressure Pipe
This pipe shall be class 150/22, domestic cast iron,
with Cemalin Rubber Seal Joint (Bell tite or super
bell ti.te joints only). Pipc shall be made of highest
quality cast iron to insure a tough, resilant and
even grain soft enough for satisfactory canting and
frilling. Pipe shall conform to American Standard
Specifications for cast iron pipe and to the latest
AWWA C 108-70 specification.
The mechanical joint shall conform to American
Standard Specifications to lock a single rubber ring
agtinst 6inplace.mont to withstand pressure without
cauWng. Rubber Rin in shall be of vulcanizect crude
os~n► ~
.r
rubber compound or a synthetic rubber free of
imperfections and forwarded with the pipe. The
lengths of pipe shall not be less than fifteen
feet nor greater than nineteen feet or substandard
in any way or it will be rejected upon delivery.
2. DUCTILE IRON PIPE
Ductile Iron Pipe shall be designed in accordance
with the latest revisions AWWA specifications C150,
and shall be centrif4gally cast and furnished in 18
foot nominal lengths.
The pipe shall be manufactured with a pus'n on
type joint. The joint shall be of the type which
provides a recess in the bell for the employment of
a single lubber gasket, locked against displacement,
to be placed before the insertion of the succeeding
spigot. The joints shall be made in strict. accord-
ance with the manufacturer's specifications. Accept-
a:jle joints shall be Tyton Joint or egtil.
The pipe under these specifications shall be
manufactured in accordance with the latest revision
of AWWA Specification C151 and to the applicable
• requirements of AWWA Specification C111.
Ductile Iron Pipe shall be designed for a minimum
total design pressure (rated pressure plus surge)
of 300 PSI. The design shall incorporate a safety
factor of 2:1 on total design pressure, and shall
be a minimum thickness class 50.
All Ductile Iron Pipe and fittings shall have a coal-
tar coating on outside surface with a minimum thick-
ness of one (1) mil. The interior of the pipe and
fittings shall have cement mort~ir lining and a seal
coat of bituminous material. Th6 exterior and
interior coatings shall be in accordance with AWWA
C151 and AWV1 C104, latest editions.
Certificates of Compliance will he submitted and shall
show the results of Tensile and impact tests con-
ducted in accordance with AWWA Standard C151-76. In
addition each piece of Ductile Iron Pipe shall receive
a ball impression test prior to cement, lining validating
the ductiV.ty of the pipe.
C. Each pipe bend must have a flat area sufficient to accept
. appropriate blocking. Each bend must be sufficiently
reinforced to counter all thrust when used W.th this
blocking.
•
4. Laying Pipe
a. General
All water lines shall be laid true to line and
grade and all joints shall be laid such that the
main will have a smooth and uniform invert. Each
joint shall be inspected for defects before being
lowered into the ti.:nch.
b. No water shall be allowed in the trench while
pipe is being laid.
c. Exposed ends of all pipes shall be protected with
approved stoppers to prevent earth and foreign
substances from entering tre pipe.
d. All joints shall not be covered until approved by
Engineer.
5. Fire Hydrants & Valves
The fire hydrants bid shall be manufactured in strict
compliance with the latest specifications as approved
by the AIM. In addition, the other dedignatod features
listed below shall be incorporated in the manufacture of
the fire hydrants furnished under there specifications.
The fire hydrants shall be of the compression type which
closes with the pressure and shall have two drain ports
that are integral parts of the main valve assembly and
work automatically when the hydrant is operated. The
main valve shall be provided with a safety flange assembly
locate6 at a point about two inches above the ground line,
and shall have a two piece stem and barrel so designed
that there will be no breaking or damage to either the stem,
the upper, or the lo% lr barrel when struck by a vehicle.
The hydrants shall be of a dry top design with all working
parts and operating threads sealed away frum the water
in either the open or closed position. The "0" ring seal
packing shall be used to prevent water and oil leakage
between the barrel and the dry top of the hydrant. The
stem shall be bronze lined where it passes through the "0"
ring seals.
Provisions shall be made so that lubrication of all working
parts and operating threads will be permitted without the
removal of the hydrant bonnet. The oil for lubrication of
tho stem shall be stored in a reservoir, and all bearing
surfaces and working pa~-tH :shall be lubricated by normal
operation of the fire hydrant.
Hydrants shall be designed so that all maintenance, including
the installation of extension sections,, may be performed above
ground with no excavation necesailry.
F
All castings shall be made from a superior quality of
• iron with even grain and shall possess a tonsil strength
of not less that 320000 P.S.I.. All bronze castings shall
be made from bronze having a tonsil strength of not less
than 30,000 P.S.I..
The Yore hydrants furnished in accordance with these
specifications shall be Mueller improved or an approved
equal.
6. Mechanical Joint, Gate Valves
The gate valves furnished under these specifications
shall be of the double disc perrallel seat type, and shall
be of iron body, bronze mounted, designed for 200 PSI pressure.
In addition to these conditions, gate valves shall be designed
so that when closing or opening the valves, the disc moves
freely with the wedging mechanism in a collasped position,
thus eliminating abrasive action between the seating rings
and the disc rings.
To elimate defle:tion of the valve disc, seating force
resulting from the weet;ing mechanism shall be applied
equally and a;; four separate contact points on the back of
each disc.
• All gate valves shall be equipped with "0" ring type package.
Lubrication of the collar shall be accomplished by means of
a special lubricant eealed between two "0" rings.
Seat rings shall be screwed into valve body. The disc rings
shall be pressed or rolled into the discs in an approved
manner. Both seat rings and disc rings shall be of bronze
and shall make an absolutely water tight joint.
The threads on the bronze stem shall loo Acme threads. The
stem for valves, size 16 inch and smaller, shall be made from
rolled bronze rod with the collar formed by a forging operation.
All iron castings, bonnet body, disc, otc., shall be made from
a superior quality of iron. Iron shall be made from even
grained and tough material. Valves shall have a tonsil
strength of not less than 31,000 PSI.
All bronze castings, except the stem, shall have a tonsil
strength of not less than 30,000 PSI. All stems shall be
made from bronze having a tonsil strength of not less that
60,000 PSI.
All valves shall be mechanical joint using a single rubber
ring to seal against displacement. Valven shall be furnished
with the necessary rubber tinge for installing.
In addition to the detailed specifications above, all gate
valves furnished, under these specifications, shall comply
in all respects to the AiAIA specifications, and shall be Huoller
Asir
7. Service Taps
These taps shall include taping and installing a
corporation in the main line, laying a 3/4" copper
service line to the appropriate property line and
install a curb stop at the end of the copper service
line.
All corporations and curb stops shall be Hayes,James-
Jones, Mueller or equal. They shall also be all
brass.
All 3/4" copper shall be soft "Type K". The lengths
and locations shown on the plans are approximately.
Some small adjustmento may be necessary in the field
due to terrain.
The unit price quoted fjr these taps shall include all
operations, tools and workmanship to install the taps
completely.
• 8. Field_ Tests
A, Alignment shall be checked as the pine is laid.
B. Before the tie-ins are made all new pipe shall be
tested at 150 pounds of pressure for-24 hours. All
visible leaks shall be recssembled to minimize this
leakage regardless of the total leakage shown by
test. No installation will be accepted until the
leakage is less than the number of gallons as determined
by the following formuullaa:
L" N rs50
Where I. equals allowable leakage in gallons per hour;
N equals number of joints in length of pipe; d equals
the inside diameter of pipe in inches, and P equals
the average test pressure.
GENERAL PROVISIONS
•
SPECIFICATIONS
This project shall be constructed by utilizing the Texas
Hiighwa DDeiartment 1972 Standard Specifications forte
struction o ~f Yw_a •s, Streets an Bridges.. Any permis-
.s a ev at on from, those .;pecit cations will be noted
in the section on Ganeral 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, i:i authorized to act for the City of Denton on
all matters concerning the construction procedures, speci-
fit;ations, 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 pruiect is totally located within the city
limits of the City of Denton, Texas. A map showing the
general location of the individual projects is included in
this general provisions section.
St:OPE OF WORK
The work to be performed under this contract consists of
furnishing all materials, labor, supervision, tools and
equipment necessary for the construction as detailed by
the plane.
PLANS AND SPECIFICATIONS
Plans and specifications may be obtained at the office of
the Director of Community Develo ment, Denton City Hall,
upon deposit of Lwenty-five ($25~ 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
five (5) days following; the official opening of bids. If the
prospective bidder dots not propo~.ly return the lans and
specifications, the deposit +tirn of twenty-five J25) dollars
all become the property of the City of Denton, Texas,
I'MMINATION OF SI'tl. PROJECT
Prospective bidders shall male a careful examination of the
81.Ce of the project, soil and water conditions to be encoun-
tered, improvements to be protected, disposal sites for sur-
plus materials not designated to be salvaged materials, and
aq to the method of providing ingress and egress to private
properties, and methods of handling traffic during construe-
tiun of the entire. project.
COI.IPETE(ICY OF BIDDERS
The State requirements for contractor pre-qualification prior
to the bidding date shall be waived. -However, the City re-
serves the ri.~ht to thoroughly investigate. the financial re-
sources and tlIe experience of all bidders prior to award of
the 'contract.
UOALIFICATION 0 LOW BIDDER
Before being awarded a contract, the low bidder shall submit
such evidence as the Engineer may require to establish his
financial responsibility, experience and ~1ossession of such
equipment as may be needed to prosecute the work in an expe-
ditious, safe and satisfactory manner.
Should the low bidder fail to produce evidence satisfactory
to the Engineer on any of the foregoing, points, he may be
disqualified and the, work awarded to the next low bidder so
qualifying.
AWARD OF THE CONTRACT
The City of Denton, nct:ing through the City Manager and as
authorized by the City Council, will notify the successful
bidder, in writing, within ten (10) dayai after the date
of receiving bids, of its accelanuce of his proposal, The
Contractor shall complete the execution of the required bonds
and contrilet within five ( 5) days of such notice,
PERFOMANGE A14D PAYMI-:0'r BONDS
The Contractor shall exocute ccparate perforiiiance rand payment
bonds in the sum of one hundred (100) percent of the total
• contract pi-tee, Theoc bond, ^hnt). be executed on stnndnrd
foals for this purpo. a whi.r.h tall guarnnLOP Ole falAhrul pur-
Cotm anev of the work antd furl:her gonrantne the ppnyament to all
persons supplyfiig layer wind materials or fur.nicIIng ably equip-
ment usr.d in tho exeeution oC the, contract:. The contract
CP-2
7
r
e shall not be in effect until such performance and payment
bonds are furnished and approved by the City Attorney.
MAINTENANCE BOND
The Contractor shall file with the City of Denton, Texas a
good 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 water main 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 water
line improvements 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-
e 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 oUc, soft, inferior or defective
materials found in either the water lines or any other part
or accessories thereto, and good acceptable materials shall
be substituted therefor, including any materials that have
become injured, or has settled out of place by reason of
its Seing in close proximity to such sc`t or imperfect material.,
the Contractor shall take up and relay „r re-set or replace
all water line etc, that has settled out of place, become un-
even or defective 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
Contractor 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 pproceed to make such repairs or cause the same to
be cone eiti~or 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
• thereof, the nnid City shall hacvc the right. of action on the
Naintenanrce bond; or in casc Lice said repairs shall not ac-
tually be male by tile. City after such failure on the part of
the ConLrneLor of Surety, tite City shall have the right to
ascertain and determine that the costs of such 'repairs anr.A to
maintain an action ai;ainst- the said Contractor or Surety, or
both under said bond, to recover the amount so determined in
any court of competent jurisdiction, and the amount so deter-
mined shall be conclusive upon the Co:nitractor and Surety in
any action upon aaid bond.
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.
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
certificate complying with State Comptroller's ruling #95-0.07.
Any such exemption certificate issued by the Contractor in
lieu of the tax shall be subject to the provisions of the
State Comptroller's ruling X95-0.09 as amended to be effec-
tive' (~ctoer 2, 1968.
EXISTING STRUCTURES
Th plans show the locations of all known surface and subsur-
face strucLures. However, the Owner assumes no responsibility
;:^r fail lure: to show any or al.l, of these structures on the
plans, or Lo show them in their er.,cct lucaLiotts. It is mu•-
Lually al;re.ed that such Hilurc shall nOL he cortsidertlti suf-
ficient bests for claims fOr td(1it.ional compensaHon for extra
wort: or for increaslnl; the hay yuanti.ties in any manner w1taL-
soever, u;cles, L11C 0115 rtcctiocr CtirounLer.ed is such an to ne-
cessitate. clung s ire tl;e 11-lies or I;rude:,, or requires Lhe build-
,c of specin]. work, kpr'ovisionn for whicl. are trot. nmde. in the plans
anti proponal, in which cnt,e the pro%,t3iou, in these bpecificacLion:c
for exLrn work shnI.l. apply.
The Contrarctor sliarll he re.oponnihle for Lhe protection of all
exillt:inr, ut1 l.iLJ.r.a or service 1 ttic:. cronscd or exponed by his
conotruct:gon ope.r.ationrs. Where exinLinl; ut:i l i.Lfes or a,ervice
11110:; arc cut, broom or• dntnaged, the Co11L1%1eLn'r shall replace
or repair 010 trttift_ica or service lines with Ole same LypO of
orir,in,ll rnrtt:ericri .end con:,Lructf.otc, or 1cr.tt.er, at hip owls CUM.
and expc'nso, wl.lh the. excvpLion of those iLcl:rtr included in
.tile bl.d :;cltcc1t11e,
S STAKING LINES AND GRADES
The City shall furnish all alignments, grades and elevations
which the Contractor shall protect and maintain. The Contractor
shall furnish suitable material and labor to erect batter boards ,
as directed by the Engineer.
BARRICADES, LIGHTS, DETOUR ROUTES AND SIGNS
The Contractor shall be fully responsible for erecting and
maintaining all barricades and construction signs as speci-
fied in the plans, The Contractor shall, at his own cost
and expense, furnish and erect such barricades, fences,
flashers, signals and signs, and shall provide such other
precautionary measures for the protection of persons and
flagmen, as necessary. Safety to the working forces and
the general public shall be of uppermost consideration in
scheduling all construction activities.
All signs and barricades shall be constructed and erected
to conform to standards as established in the 1471 edition. of
the Manual on Uniform Traffic Control Devices. From sungat
to sunrise, the Contractor shall urns an maintain at least
one battery type flasher at each barricade and a sufficient
number of barricades shall be erected to keep vehicles from
being driven on or into any work under construction. The
Contractor shall furnish watchmen in sufficient numbers to
protect the work.
The Contractor will be held responsible for all damages to
the work due to failure of the barricades, signs, lights and
watchmen to adequately protect the work area. The Contractor's
responsibility for the protection of the work shall not cease
until the project has been accepted by the City.
If, in the opinion of the Engineer, the barricades and signs
installed by the Contractor do not properly protect the work
area, the Contractor shall immediately cease all other work
activities and correct the deficiency in proper barricading.
SITE CLEANLINESS
During construction of the work, the Contractor shall, at nll
times, keep the site of the work and adjacent promises as free
• from material, debris and rubbish as is practicable and shall
remove same from any portion of the site if, in the opinion
of the Engineer, such material, debris or rubbish constitutes a
nuisance or is obje.ctionalbe.
The Contractor shall remove from the site all of his surplus
materials and temporary structures when no further need thereof
develops,
i
I
i
Q
D
OOu
WATER LINE 1MPROVEM S
f AUDRA LANE a MOCKINGBIRD L E jj
g
i
< C?., / L
S; .~lJWl,.apn