Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1978
F; T PAVTNGj DRAINA B,U.x.j TY IMPROVEMENTS, 014 D'O~Nlp RA fY k Yx { ~ 3 W ~(M ~G1~Se a T~~ ~q~ i, w • SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF PAVING , (DRAINAGE AND`- UtILIT`t. IMPROVEMENTS ON BONNIE BRAE and AVENUE E PREPARED BY THE DEPARTMENT OF ENGINEERING ANiD DEVELOPMENT CITY OF DENTON, TEXAS SEPTEMBER , im i RjcK A. SYEHLA, P.E. CITY ENGINEER i o> , r TABLE OF CONTENTS Notice to iiiddars Didding Infot,pintion Proposal Standard Form of Agreement Performance Bond Payment Bond r Construction Schedule General Provisions Minimum Wage Scale Dofivition of Bid Items NOTICE TO BIDDER BID 08608 Sealed bids addressed to the Honorable Mayor and City Council of '6-ho City of Denton, Texas will be received at the office of the Purchasing Agent, City Hall, until 2 p.m. on October 31, 1978, for the construction of paving, drainage and utility im- provemontsfor Bonnie Brae and Avenue E in the City of Denton. The bide will be publicly opened and read in the Civil Defense Room, City Hall, at 2 p,m, on October 31, 1978. The City Council will officially review the bids at their regular meeting on Nov- ember 7, 1978, and award the contract as soon thereafter as prac- vical. 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 than five (5) percent of the bid submitted as a guarantee that the bidder will enter into a contract and execute a performance bond and a payment bond within fifteen (15) days after the notification of the award of the contract to him. The right is reserved, as the interest of tho City may require, to reject any and all bids, and to waive any informality in bids receiveJ. Major bid quantities for the project are as follows: 40,300 s.y. 6" Asphalt Pavement 12,100 1,f. Conc. Curb & Gutter 11,500 O.Y. Excavation 101$00 l.f. Rsinf. Conc. Ppe 70 ea, Drainer Inlets' 3,000 l,f. 6" - 8 N ter Pipe 20600`l.f. 8" San. Sewer Pipe Plana and specifications may be secured from the Director of Engineering and Development, 215 E. MelUpnay, Denton, Texas, on deposit of fifty, ($50,00) dollars per set, which sum so deposited will be refunded, provided the documents are returned to the City within fifteen (i5) days after the bids.are opened. CITY OF DENTON, TEXAS BY recto gine: ngg anT`.~` Attest: Development h ~ . Zrfty `T~"ltornoy BIDDING INFORMATION Due to the funding of the'prOosad paving, drainage and utility improvements on Bonnie Brae and Avenue E, this section the official proposal to provide for clarity in the biddQ Coss, ingpro, The proposal is divided into PART A and PART B, PART A contains all proposed work to be funded totally by the City of Denton, PART B contains all proposed work to be funded jointly by the City of Denton and North Texas State University. ing involves only the drainage work and accompanyi geexpensesuon the Avenue E portion of the project. The proposal was divided in this manner for, accounting purposes only. All items appearing on both PART A and PART B shall be at the sane unit bid price. The PART A bid added to the PART R bid shall const9.tute the TOTAL BID PRICE for the entire project. The project will be awarded based on this TOTAL BID PRICE. Monthly partial payments less five (5) pgrcent ratainap will be made b the City of Denton for all fro;k in place and com- plate. The City of Denton will have the final authority for acceptance of any and all work provided by tf, Contractor on the project, PROPOSAL t TO THL CITY OF DENTONt TEXAS ' For the Construction of PAVING, DRAINAGE AND UTILITY IKPROVEMENTS ON BONME BRAE AND AVENUE E IN DENTON, DENTON COUMY, TEXAS The undersigned, as budder', declares that the only person or. ,parties interested in 'this proposal as principals are those named herein, that thin proposal is made without collusion with=nny other ph son, firm or cotporationl that he has aore•• ined.the forme of contract, •Notica to Bidders, spec- • . fully exam ifi6ations And the }n1anf,, therein referred to, and has enre- fully examined the locations, conditions, a~nd•classes'of ma- terials of the. proposed work; and agrees that he will pro- toms, and apra wi dto 1. 6 villa end oth all her the items necessary labor, laborto incidental , machinery, to construction, a~l . the work and'uxnish all the materials called .f or in the con- t:raet And specifications in the manner proscribed thareln and according to the requireme'.tts of the Ealgineer an therein set forth. ' it i.s'understood thatthe follonaint; quantities of work to be ' done; 'at unit prices are approximate only, and are intended principally to serve as a guide in evaluating buds, xt is agreed that the quantities of wgrk to bo dorio at unit prices and material to be furnisljod may be increased ox dimin- ished as may be considered necessavy, in the opinion of the Engineer, to complete the %'roa:k fully as planned and content- plated, and that all quantities of work whethor increased or decreased are to be performed at th'o unit pricos set forth below. except as provided for in the specifications. + It in further agreed that lump num pri.een may he ino eased to cover additioinnl wort: ordna•cd by 010 B%igi.naeor taut: toot nhown on the plant or regntirccl by the cpec ificatloll c:, it) accorctaance wit:11 tlto ?rovitlioaia of the Ge ncrill. Condit:ionn. 81.nall.:arly, `tlar.y way tab dvore:a:.od to Coven dol,etion of wox•le. ~;o o~;+trred, ' 1'-1 . t it is understood and agreed that the work is to be completed in full within 250 working days,. Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five per- cent of the total bid. It is understood that the bid security accompanying this pro' posal. shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall payment ail to execute a contract and file a performance bond and a se thend with- in fifteen days after is acceptance, in which security shall become the property cf the Owner, and shall be considered as payment for damages due to delay and other in- conveniences suffered by the O,ener on account of such failure, of the bidder. It is understood that the Owner reserves 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: P-2 PA'~YNGr DRAINAGE AND UTILITY TMPRO1VFXE11'TS • FOR BONNIE BRAE AND AVENUE E PART A rr rrrr..rrrrrrwrwrrrrrrrrrrrrrrrrrrrrrrrr. rrrrrrr rrrrrrrr-rrr..rwwrrrrr Bid Item Approx. Description w/Unit Prices Unit Extension Written in Vords Price Amount No. R... rrr ....rrr..r..rM- rrrrr-rrwrrrwrrrr 100 Lump Preparation of 1R-0-14 for sum ~iF~y fOuY ~hwr~ ~/trtChur~<<UOl~a S ,S'4 351.cg Cents ear ftpuu► 1C4-A 185 Square Yards of Removing Con- 0 Crete Pavement for . Dt+llars & ( Cents 6'Q 7.,S0 or qu rc and 104-B 9000 Lineal Feet of Removing Con- Crete Curb & Gutter for Dollars & 'JcLka Cents er Qb4i*Aaa oot 125 ' 1 Square Yards of Removing Con- 7S 104-C 2j125' ' Crete Sidewalks & Driveways for % r .s-~~-~a------- Dollars & Cents* ~r 7 r8.7 5 er qua '1.91 rc` `Lb P-3 r Y rIM r F Y Y r F r r Y r Y Y F y Bid Item A prox. DescripPtion w/Unit Prices Un'i k Extension No. Uan. Writtcfl'in Words Price Amount r-.rF-F.....Frrrrr.Y.. ..r rr r............... ..rrrr 110 11,460 Cubic Yards of Unclassified 9,►0 Excavation (Density Control) for T:W Q_ Dollars. & Cents ' er Cubic Yard. 260 45,050 Square Yards of 6-inch Lima 95 ` Treated Subgrade (Density Control) for. Dollars & 49r797.5'0 e, gents or Squirre Yard, 264 405 Tons of T,Jpo A Hydrated Limo' r for X Dollars & h Cents ear` Ton. 340-A 40,310 -Square Yards of (-inch Asphalt 7.17 Pavement for .~ye r~ Dolly & SP WO ~ae n Cents 289, 02 z. 0 For Square Yard. 340-B 460 j Square Yards of 8-inch Asphalt CJ' 32 Pavement (Valley Cutter) for ' ' ~c~, Dollars & Cents 413 79.20 er qu re Yard. l • PF4 www►wr•~wrr_••drq~•w_rwwrwwwwwrrrwwwr www__wrwwwwww+_www wpJ~wrww_wr Bidr~ww 1,46 Item A p Desoxiption w/Unit Prices Unit Extension xax• in Words Price Amount No. vane Written i w w_ w w r w w w r w w w__ w_ r w r w w w_ L......... w n• 340-C •11905 Tons of Type D Asphalt Patch 0° ` Material, in place, for Dollars • Cents ' r 'ex on• '491-B 40 Cubic Yards of Class A Con- crate (Headwalls & misc. Structures) for ~'Y4 ollars Cents er u b c er` r 2,4p0 pounds of Reinforcing Steel, 440 in place, for od Dollars Cents. er otat - , • s I P - ~ , w M 4-. w, w Y. O. Y-. Y w Y w. w w.- Sid Item Agrox, Description w%Untt Prices Unit Extension No. Quan, written in Wr►rds Price Amount ww...«--..-...w ~.---~............w 465-A 410- Lineai Feet of 15-inch Reinforced Concrete Sewer Pipe (Circular-Class III) for 6117 Z~- Dollars & Cents ; Per Linea of. 465-8 935 Lineal Feet of 18-inch Re- inforxed Concrete Sewer Pipe"(Circular-C1aca III) for . S' Dollars &~eo • CJ ~~~Ce;1t s For Lineal Foot. ® 465-C 1,775 Lineal Feet of 21-inch Rein- forced Conerete'SQwer Pipe (Circular-Class 111) for PLZ~bollars Cents her Lineal o t. 465-D 800 Lineal Feet of 24-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for do, • - ,1~ty~,11/7'Y- .5/S!_- Dollars Z/Any,' po Cents Per Lineal Foot. 465-R 585 Lineal Fest of 27-inch Rein-' forced Concrete Sewer Pipe f (Circular-Class I1,X) for S.~ Dollars & ' ;Cents er tnea loot.. P-6 .-..•*.r.r.r..r--.......-.r...-..r-.r-r........... .rr-.r Bid item Approx. Description w/Unit Prices Unit Extension No. Quan. ,.Written in Words Price Amount .r.-......t---------.------- 465-F 1,425 Lineal Feet of 30-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for .1i~r~ Dollard & 3O~ 4,z 4/l} Cents Per Tine a"_ oot. 465-H 235 Lineal Feet of 36-inch Rein- €oreed"Concrete Seder Pipe (circular.-Class iII).for Dollars b Cents 7) er Linea Obt, 465-1 315 Lineal Fact of 42-inch Rein- forced Concrete Sewer Pipe (Circular-Class `III) for Dollars & a' Cents P"er L-ineal' Foot, - - 465-J 310 Lineal Feet of 48-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for Dollars &l~5p Cents c~ ear 1, neat Foot. . 470-A 12 Manholes (4-foot I.D.) and - covers for MAa Vr ~r/NI~C'tlJ tShclars 7~.-0 Q Cents 'or Manhole, P-7 ti ---.-.:..-.....r Bid Item A prox. Description w/Unit Prices Unit Extension No. ~uan.- ..Written in Words Price Amount r y 470-B 6 Junction Boxes (5-foot y square inside) with covers for Do11ara &~r'~ _ 4V0 Cents. C•t~C/~ e nction~Box. 470-C 6 4 Foot Curb Inlets for /~[JNQ~'d>fr/ Do lays & M Cents. ex n e . 470-D VA. 6 Foot Curb Inlets for Dollars lvr) Cents. Pier net. 470-E 11 8 Foot Curb,Inlets fok E ,/111AI"A0 Dollars & c,+4 00 -Cents. 99 1vy ear Inlet. 470-F 10 10 Poot Curb Inlets for 4/141F~✓/~17J.~/FIYAo] lcrs &C06 A//) Cents, ear In nn t 470-11 1 10 Foot Curb Inlets (Type I) for 4 r~ - /&60efi2 ollars &/~oo l 00 ONIO Cents hermit ; M P-8 . i rrMrrrrrrwrrrr~~rrrrrrr'•' rrrrrrrrrrrrrrrrrrrrrrrrrrrr rrrr~rrrrrr~rrrrrrr Bid ( Item A prox. Description w/Unit Prices Unit, Exte nsion • No. uan. Written in Words Price Amount r~rr rrrr..rrrrr rrrrrrrrrrrrrr.y , r rrr.rrrrr 4704 1 Rebuilt Inlet for fE_ 7ryDlJ~A~D Dollars & _ c! "e. 45M /00O AD eer Inlet. 470-K 1 Special Grate Inlets for ' ~Dollars & A In Cents ~0 00. er Inlet . 471 35 Inlet Frames with•Covera 'for • ~U/VTY /Cll Dollars &f % ^1...._ 6 ~Q Centa `J z41: er Frame and Cover. 479 15 Adjust Existing Manholes d' for z •~O a ~I~yO ~~~llars & 7°0 No, 3 5° ~ Per Manho e . • . 522 12,080 Lineal Feet of Concrete Curb 4,Z6S and Gutter for r Dollars & 'yam' "onto °o erLien Foot, P.9 r. rrrrww rw w...rr. wwrrrr rwr wrrrrwr MwrM r..rrrr.... • 15id Xtem Approx. Description w/Unit Prices Unit Extension j No. Quan. Written in Words Price Amount rrrrrrwrr rw.rr rrrw.w.wrr rrrrr rr r rrrr rr rrrrr . 524-A 10040 Square Yards of 4-inch 13,05 • Concrete Sidewalk for / ; r~ee r~ Dullard 13, 572.E Cents Per Square Yard, 524-B 1,7.70 Square Yards of 6-inch Rein- 19,20 forced Concrete Driveway ` Pavement for J a Dollars & r2 c Cents 3 2/ 2/4•°0- eP or Square Yard. 524-C 395 Square Yards of 6-1inch Rein- ~,2Q forced Concrete Pavement for J~ Dollars & ~o 00 ur tents 71 er Squar ad, d, S.P,r1 1,410 Cubic Yards of Compacted Fill, in plane, for . ~ Dollars & Z, f/S• J _...n • LIN, Cents (Ar :.u 1 Yard. S. P,4 240 Linea] Feet of Saw Cut on f,75 Existing Contrst4 VAVCmCnt for r~TN t?~ Dallnrn & .rr Cc~n1:a 420"00 to_ U II V `r s Lineal 1601 . Y , P-10 ~.rwr+rrrrrrrw.~wrwwrwrwrrrrwwrrwrrrrrrrrrrrwrwrrrrrrwrrrrrr~rr Bidr_rrr item A Prox, Description w/Onit Prices Unit Extension Written in Words Price Amount No. ~Uan, rrrrrr rrrrr......rrrrrwwrw rrrrwrrrrwr.wrrrrrrwrwrr rwrrrrr rrrrw . ` 850 Lineal Feet of 4" Sub-drain i S.P. 3 for Dollars b pp /_8~ Q Cents pr Lineal Foot. 10790 Lineal Feet of 8" Water Pipe f for ' .Sf yf~-"~71/ Dollars & / ~.5~1 . •O-y Cents er nea root S.P.-5 180 Lineal Feet of 6" Water Pipe' for tiv24 Dollars & 6 i~"`7'"Y Cents per meal root, S,P.-6 35 'Lineal Feet of 4" Water Pipe for <'S/ X Dollars n/D Cents or Lineal Fcot. S.P.-7 8 Fire hydrants for 00 0 Dollars & • ary• rant. Cents Y-11 ' r•.wrrrrrrrrrrrrrrrrr_rwrrr_r-----rrrrrrwrrrrrrrrrrwirrrrrrrrrwr.~„_w__. f . Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Wor(O's Price Amount wwwwrrrrrr--rw rrw-rr_rwwr---r-w--rwwrrwwwr r-------- S.P.-8 3 8-inch Gate Valves for • r ' h ,C NG !'f77f/f7Aollars & c,v o0 A/Q _Cents Per Valve. S.p,-9 4. 6-inch Gate Valves for D N~//~//J,~L7~r/c7]'bol~ars & e po Cents er Valve. S.P•.-10 3.5 Ton, of Cast Iron Fittings • for ~ --A A ; ! Dollars &00. ~JJvv /Vd Cents cr Ton S.P.-11 10 3/4-inch Taps Including Corp- oration, curb stop, and copper line for ONE 6V =22,_'Y A- ZhDollars & 700 /VD Cents M Tap. S.P,-12 b 1%-inch Taps including Corp- oration, curb stop, and copper, line for v0 l/,ice Dollars & e)o ' - ~OD•-- /dap L1~~ Lento r For Tap. P-12 , f M1! • YNNr►Y►YY.Y►MY Yr.•MNM YYYM►►YY►Y.~1.... .YYYM►- r .•r.• Y.• ' Bid . Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written-in Words Price Amount ...►.....r.............►....r...r..s rr►rr►.r. ..M---rrr..rr.. .....r----.r-rr S.P.-13 4 2-inch Taps Including Corp- ,;oration, curb stop, and copper line for t'/& /F'/i7)'Dollars _ A lQ Cents For Tap. S.P.-14 3 Existing water line Adjust- vents for [2.~/ 4 Dollars AM Cents ~Cw Ci Ver Lineal Foot. SIP.-15 1,860 Lineal Feet of 8-inch Sani- tary Sewer Pipe for Dollars !_/~7Y ' Cents e~ Lineal I'o~ot S.P.-16 90 Lineal Feet of 6-inch Sani- tary Sewer Pipe for Dollars & /'7d4 / Nn Cents 'er Lineal Foot. SIP.-17 5 Sanitary Sevier Manhole (G-foot I.D.) and cover for ~1eir- Z&_~A,%1,~ZZ Dollars & E ~ Nt'i% Cents fear Manhole. - - P-l3 • r d ► r . ► r ► ► ► . w ► - r - w . - r r r ► Bid Item Approx. Description w/Unit Prices*' Unit Extension • -No_..._--Quan. . Written in Words PriteMount ......r r ..'.."L S.P.-18 28 4-Inch Sanitary Sewer Services for f/IDN/N oilars $ 60 Cents Per Service S.P.-19 3 6-Inch Tapping Valves for Dollars 00 oc~ ~•--~Q~.r i~ Cents 7 Per a ve S.P.-21 20 3/4-Inch Taps Including Cor- poration, curb stop, copper line and tapping saddle for Da 11 a r s fi op Cp[~-~ca Cents 7-er ap S.P.-22 4 1 1/2" Taps Including,Cor- poration, curb stop, copper line and tapping saddle for FWII .C"7 IWO11to fars $ 7 'n0 C50 ,Cents Per ah S.P.-23 6 2-Inch 'taps Including Cor- poration, curb stop, copper line and tapping saddle for /'y 00 f, ~'OV Doll a r s Cents Vcr ap ( PART A BID MUCH $ e/2-05 7 I PART A DID 11MCP. IN WORDS l; ~l~~/,~~~ ~•~G~f..~~.7t/0L15%1N/> - -7 7- PART B ' Bid Item Approx. Description w/Uni.t Prices Unit Extension ; No. Quan. Written in Words Price Amount r-r.rr..r.........r.-r.........r.....r.......r........-r , 340-C 600 Tons of Type D Asphalt 50, q Patch Material, in place, ' for Cents per - on 421-A 175 Cubic Yards of Class A Con crete (Box culvert, wing walls, & headwalls) for 7?~,!' " /lL OlZV ~56V o lays & Cents 70o0 4(t.-;4 76 eI~"r Cubic Yard ' . 421-C 150 Square Yards of Class B ' Concrete Rip-rap for `/1! =Fr/~ Dollars & 3 OCR Nb Cents Per Square ar 440 24,300 Pounds of Reinforcing Steel, 'in placu, for Dollars & l Cents Per Pound 465-A 450 Lineal Peet of 15-inch Rein- forced Concrete Sewer Pipe (Circular-Class 111) for Dollars &/~y~ - Cents Per Lineal Foot p-15 r~r••~.r~rrrn rrrlrrwrwwwwrwrwrrrrr~wrrwrrrrrrw~•rrwrrrrrrrw-wwrwrwrrr~rrrw 7 Bid ; Item Approx. Description w/Unit Prices Unit Extension Written in Words Price Amount t No. Quart. wr -rrr , rwrww-wrww-.•..rr-w.•rwwrwr rrwwrrwwwwrrrrrrrrr rrr--r wrrr r- ..rw -r.. 'Y 1 465-B 265 Lineal Feet of 18-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for • Dollars & 150 ents ,c~' C ,ICJ Fe-IR nea oot 465-C 700 Lineal Feet of 21-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for .-7i3!/~Dollare & n ~ 16, 5o ,C al Fo6t Cents der ne o t ' 465-D 335 Lineal Feet of 24-inch Rein- forced Concrete Sevier Pipe (Circular-Class 111) for • ~~~,5/X' Dollars & Cents Pot Lineal Foot 465-E 475 Lineal Feet of 2;- nch Rein- forced Concrete Sewer Pipe (Circular-Class III) for /~7Y 7rj~/a Dollars & ' cents Fer veal Foot 465-F 300 Lineal Feet of 30-inch Rein- forced Concrete Sewer Pipe (Circular-Class III) for 77.~r Dollars &Q 00- • Cents er , tin P-16 Bid Item Approx. Description w/Unit Prices Unit Extension No. Quan. Written in Words Price Amount 465-G 30 Lineal Feet of 33-inch Rein- forced Concrete Sewer Pipe '(Circular-Class III)'-for f 2Vy,eZ' /(/Dollars "7'5 Cents Per Lineal oot 465-11, 250 Lineal Feet of 36-inch Rein- forced Concrete Sewer Pipe ' (Circular-Class III) for Dollars & ,el Wy F-/t/FCents v Per Lineal Foot • 465-1 890 ' ,Lineal Feet of 42-inch Rein- forced Concrete SSwer Pipe (circular-Class III)for /7'Dollars & (j Cents e~ r meal Foot 465-J 225 Lineal Feet of 48-in6h Rein- forced Concrete Sewer Pipe (Circular-Class III) for /~7Y SAY Dollars & -~~--yy Cents For Lineal Foot . 470-A 'l 1lanholes (4-foot I.D.) and k:overg for /,may 13 . Cents or fanhole P-1% 6 w wrrrrr,rrrrr ~rrrrrr •rw rr r w-• r r w r r r r w r r r r r w r r.r rrr r~.~rrrT r r r r r r r r w r r r r- -1 Bid Item Approx. Descr.tption w/Unit Prices Unit Extension No, uan. Written in Words Pricer----Amount--- t w r r r w r r- L r - r r 1 470-B 3 Junction Boxes (5-foot square inside) with covers for • E/F"T~//~l_.~C12Dollars &/~J~~a~ iJ~~©~t'o. Cents Per Junction Box 470-C 1 4-Foot Curb Inlets for .~~YLxC~CJ~F//dollars & /Up_ Cents er net 470-D 7 6-Foot Curb Inlets for V -&7.~1lLV&!.V&&2 Dollrs Cents ~:J" Per Inlet 470-E 8 8-Foot Curb Inlets for rvWz tftJN ?~_Dollars & ' p0 Cents elOO -ZZ60- ` Ter net 470-F 3 10-Foot curb Inlets for Wj Dollars & Cents cr nle 470-0 3 fo oot curb Inlets (Type I) ol lars V 0kX S Cents P'er Inlet P-18 a , .a f '7F .//.rrR/r YrRr Yrr Rrr Yrrr rwr Yrr rr'MrR rMrM Yrilrrwl r•L M,r l,rrAYYMrw rr rrMr Bidr YRr ension Item A prox/ Description trlUnit Prices Pri Kmount 1404 Pric ce Amount written in Words uan~ r•, i.-rwRrr rrrr./rr•-rrrr rr rrwrrrw.......... Rrrrrrrrrrrrw~~•nl'rrrr . 470-H 1 10-Foot Curb Inlets (Type I) for &ALDo11ars woo Tw~ Cents YCr Inlet. . 470-i 1 S-Foot Curb Inlet (Type II) for 'Yo11arB 6e/~,~ Ob n/n Cents er Inlet. 470-K 2 Special Grate Inlet for Dollars & e i~e Cents ' or Inlet. 471, 27 Inlet Frames with Covers for /1/p Cents T over. er iame aa 522 30 L4tival Fee, of concrete Curb h Gutter for l oC~ -Dollars & ~ ob 180 i ~ ~ Cents or Lineal Foot- P- 19 - YY -Y . Y Y - Y YY Y Y Y Y- ..-Y Y • 1 Bid Item Approx. Description w/Unit Price Unit Extension No. Quan. Written in Worde Price Amount i S.P.-4 1,040 Lineal Feet of 8-inch Water Pipe for Dollars & / fl /C1O Cents CJ' I Te-r Lineal Foot S.P.-5 10 Lineal Feet of.6-inch Water Pipe for iV& 222 N Dollars & 7Y Cents er Lineal Foot S.P.-7 1 Fire Hydrants for Dollars 410 Cents 4~0v- Hydrant - - S.P.-8 1 8-inch Gate Valves for 7ff~['l a Dollars & nn f~ 04 Al() „Cent a Valve S.P,-9 4 6-inch Gate Valves for 1/~d' /=~IYYDollar. s & Cants re Vu va 1). 20 { ..........-.r... .r..r.......w._.wrrr.r-.w..-.........r_.....rr_wrrrrr • Bid Item Approx. Description w/Unit Prices Unit Extension No. 4uan. Written in Words Price Amount ..rr_----_-----r.-._.rr...--.r.r..rr-r__-r_------r____----r__---------- S.P.-10 1.5 Tons of Cast Iron Fittings for • s~7~~ .f L~ /11,?,~'IJ~?ollars AtO Cents der ton S.P.-15 625 Lineal Feet. of 8-inch Sani- tary Sewer Pine for Dollars &y Cents / or nea oot S.P.-16 50• Lineal Feet.of 6-inch Sani- Sewer Pipe for Q " Dollars & /-700 Cents or nea oot Man S'P'-I7 2 foottlrD.)eand cover forG~ ZI MeoDollars & oa Cents er an ho e S.P.-19 2 -inch flapping Valves for -1~1ry~-,!/~ L~bol cars & oo pc w 700 Cents or a ve ;0 P-21 I Bid item Approx. Description w/Unit Prices Unit Extension , No. Written'in Words Price Amount Quan. - - r - r - r - - - - - - - - - - - - - - - - r ' - - - r r r r r - - - - - - - S.P.-20 40 Lineal Feet of 6-foot Chain Link Fence for Dollars & Cents Pe`r E near root PART B BID PRICE $ PART B BID PRICE IN WORDS /&W4eZ-4 4Z -Z- Mew 6~9 • 1 P-22 BID SUMMARY I . PART A BID PRICE $ PART B BID PRICE .7_<-en T'?TAL BID PRICE 3~ ee TOTAL BID PRICE IN WORDS In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with tine terms and provisions 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. It is understood that the work proposed to be done shall be ac- cepted, 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. ' ontractor r By r c,t . - ,'once, ! 30 Za Ff LAJ4 0 Y14I Seal & Authorization tre ess MC h 1 7`evc-j 7 ozo l (if a CorpoPatfon) ; c 08/71 25e / . ~__~,n cphoite N23 a ' N d C tiG i 0 v 'O 0 d N N 0 0 O O cc .o v i to 40i W CN N w ,t0'. w 0 0 N cc O 0 p a O 'qtl i~j b 6! >>>O r1 V N ~ y to N 44 - 0 u ti l U t~ a W ~ hS (CV3J O 00 10 lu 0 ~ 4 A N P > «O U p W A ~ C ~ 4 ~ y ~ qa ~ P4 z a Cd w a d a 4 o '0 eG 91 q 0 F16 j 41 w r-4 a O O H 0 N N t► 0 td w a[ u U 0, 0 0 U 0 ca Pi O a td 9 a s CJ v p H H 0 of O m C7 u P4 V C! N u d z ° N CA -ri 0-4 0 L) u a N aj 4) -r4 0 W "0 P4 U 0 0 N ro O O y ct d' 0 y - CJ rr4 u fl0 1~+ r4 P. 'U 0 d3 " ro 0 0 D+ Cyl O H Ouro -4 O v a 0 A w 0 a O N A t'Oi 0 u A H u o r4 L) p, ro a w 41 a go N u u 00 to 4) b g~ - u 10 10.1 0 y O O 0 44 ~ N rA ,0 H W ~ H~ a C) v 9 b~C H 0 5 ,p 4 0 w o N F+ C7 ,i 41 4) P4 O a W O 44 H NO pu , p 0 0 •,t{ u o p 41 R~ W U ► H a d i~ + W 0cd u. a0 0 O ~a a 0 4) Q O. ) 0 o " 'd o~i 4) u 41 4j 44 w t g 0 C) of cl 'G o to 15 0 O 4 y °N' 0 04 0 + 14 A N ~mj O o 0 k o a 644 ` 4 ,,'''r j CHi {0i ro ~ ~ o v 'L~~ rq f~'+ QOy ~ 0 O 0 U V1 a Cl CJ y1N .4 0 1V% Ct N CNI Cl C! cc 10 0 W 0 0. O Aw Hli .0 { 1 u ~ u 'Cpi M O y y ail V a N O CJ ro 0 H O 3 f~l O) y ca9 E g oq o 0 u w wNNN - ~ '0 r-4 Aj 0 ,gyp P4 41 PU (a bo 4) a0i b d o b 60 N Ql 0 rM4 3 0 ~V ''4 U 41 1j o A C1 0 ra o V1 U 0 W ~Vy y `Cf o 4) R U to y .o t~ . ro Cj p ~ y ,~a 0 p O p ml, fd N O 10 44 0 Z 'iJ Jam! ^ N 1 r pp w 00 ~ O u 41 go O 3 P'J r-4 x b o o d ~'r Om o/ U ro a aj u CJ td r44-4 0 , H 0 CO H ra v ~ ~ ~ i. g 3 ~ 0 u W N a. a G r. a k, 00 W 00 H H o d m it a00 0 cd sad id o' o a! o w a 'b w° a, o aH>.H H H u y u ro o .o o 0 q ~aj►, u as w ► ,a", 0 °J 4W v, O fA? 0% 11 u o u Q) 44 0 0 u 0 d O 10 'N u o y t/1 V '0 " o r4 u (A lb 0 10 4) u w `d a Jul C0 " a u 'u A ro 10 k N ~i d ar ar 'u u ar7 0 ar H c~ v rl 14 LO 44 1014 0 0, o z r 0 N a U t) v u N u 110 v O 41 H 4 to dl si V tJ O cu► t4i 00 41 pp U r u 4j ' rl zu x u W ao► QQ ,qn J ro ~ cry N V b . A 3 ~ N ~ ~ V ,c3 •N j 4) 0 4J 44 H co 44 C4 ri r4 r4 tv 04 4) W 0 U N N O IN a O d, , aQyi co a N d W u u a o ~ ~d g 14 0 0 w 4 .1 z~ d ~u u d ~ Ifl to V o ~ b u A to W ' 41 "s 4) 14 W :4j 44 4) ".1 i 0 41 4) 4-1 r4 P4 a, 4j 04 ONO may, a o a o +1 .01o 41 d rt co a o 41 4 10 m E 4 N wo ~ ~ ~ CJ u Oi w t/~ 1~ t~ Vi 'd ro c 14 toi 1+ O ro d d N No q ,,qq c~ dp H 41 14 a N H .k a ► 43 a 1 a y 8 k W 01 o y 's 4a$ PERFORIMANCE BOND i •STATE OF TEXAS COUNTY OF DALLAS X JAGOE-PUBLIC COMPANY AND KNOW ALL 14014 By I-iIESE PRESENTS: That CHARLES COHEN, INC. A JOINT VENTURE of the City of Denton and Dallas County of Denton and DA,1laa-, and State or ~Tgxt~ i as principal, and SELECT INSURANCE COMPANY authorized under the jails of tile. State of Texas to act as surety on bonds for principals, are held and firmly bortind unto r THE CITY OF DENTON (Owner), in tite penal sum of ~ , THRELF-OWD-RD TSIX THOUSAND, ONE HUNDRED NINETEEN AND 30/100----------- Dollars ($1►366,119.$0for the . payment whercof:, the said Principal and Surety bind l-hemse.lves, and their heirs, administrators, executors, successors Slid assigns, joint.. Wy and sevirnlly, by these presents: VnItI1 S, the Principal has entered into a certnin written coatrtrct witli the Osmcr, elated the 7th day of November 1178 , for Paving, Drainage and Utility improvements on'"Oonnio Brae .from interstate 35E fraatage road to approximately 600 feet noreh of Scripture Street and Avenue E from Eagle Drive to Oak,Street. to v,hicli cont•rtact is hereby referred to and made a part hereof no ful.l.y and to the name extent ns if copied at length herein. NQ4 TI l1:I:1 i URE, '17111; CONDITION OF TIMS 03LICATI0I4 is SUCI16 that 3. r: , 01c1 said pr.iltc.•ipal t.hsll, faithfully perTnrut said Coittrnct and Shall in all. r.cr:peCL11 clcll.y and frtithful ly observe and perform all and sini;rtlar thu covel-lants, conditions and nf;rr.emant:: in and by said cont:rnct all,rced acrd cuvennilt.od by this I'ri.ncip0l to be observacl --mil porforn«od, and'oe- cording to the true illL !rlt tiltd wealli.ng or. said Contract: nncl Lila. I'l.i)js and tip~c•ificr,ti.o:~s heraCo annexed, then Oita 01MI;aLian a;lurll. be void; utlrr.ri~i.cc t~ rc•mtiin !.n fu~i. tc~rccand rffecc; 2`. PROVIDET) 110 MVEM, that this bond is executed toursuant to the pro- .1i.sioits of Article 5160 of the Revised Civil Statute;: of Tcxas as a- a Wended by the lets of the 5601 1.c;jslatura, Rer,ulac Session, 1959, and ll l liabilities oti this bond shrill be determi.ucd in accordance with the provisions of said Artielr, to the same extent as if Yt were copied at length herein. Surety, for value received, stipulates and a1;rccr4 thitt no change, extension of time, alteration or addition to the terms of the contract, or to the wort, performed thereunder, or the plans,.specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of.- nay such chringe, ex- tension of time, alteration or addition to the ter:as of the C:Oniract, or to the work to be performed thereunder. IN VITNESS WHEREOF, the said Principal and Surety have sii;ned and sealed this instrument this -7th clay of _ November 1978 JAGOE-PUBLIC COMPANY CHARLES COHEN, INC. Principal lrindfpai 13y: _ y•_ Q Title- V) Title: TREASURER ' '•..L,tcs~~~ Address: P. O. Box 250 Address: P. fl. Box 29409 Denton, Texas 76201 Dallas, Texas 75229 a a The n6me and addiess of the Resident Ago. of Surety is: James N. Powers lOQO Dallas# Texas 7520I - - SELECT INSURANCE C ANY Surety. ELLIS CROTTY POWERS & CO. BY a C~-w`D•t,•-- 1000 FIDELITY UNION TOWER ar s N. mowers, Attornay ,a=foot DALLAS, TEXAS 75201 100 Fidelity Union Tower Tef. (214) 7444311 Da as, Texas 75201 PAYh '111T BOND 9'ATI: OF TEXAS ~ X county 01' Dallas KNOW ALL 1.11;;1 BY THEM PRl SEOTS: That JAG__ 0r,-PVBLjC__CQMPANY_AND_ CHARLES COHEN, INC. A JOIN'Wf the city of Denton andDallas VENTURE Denton and Dallas and State of TExas as County'Of prineipal., and SELF~T INSURANCE COMPAtIX authorIzed udder the lnws'of the state of 'texas to act as surety on bonds for principals, ara held and firmly bound unto THE CITY OF DENTON (owner), in the penal sum of p; ►f}I'A WD -06 SIXTY SIX THOUSANDS ONE the HUNDRED NINETEEN AND 30/100--_ -T--- Dollars ($1,366,119.30) for payment whereof, the said Principal and Surety bind themselves and heir-heirs, administrators, executors, successors and assigns, joint- y slid severally, by 0iiese presents: IMEREAS, the Principal has. entered into a certain written contract with the Owner, dated the 7th day of November.- - 19'x for paving, drainage and utility improvements on Bonnie Brae from Interstate 35E frontage road to Approkimately 600 feet .north of Scripture Street and Avenue E from Eagle Drive to Oak Street to which Contract is hereby referred to and made a part hereof as fully and to the game extent- as if copied at lerogth herein. uolif '111EA1;r01(ho 'r11r, CONDITION 01: THIS OBLICATION IS SUCH, that if i roz~ter~ Lila said Principal shall pay all claimants suppl.,yiiij; labor. sInd al. to him or a Subcontractor in the prosecution of the wort; provided for in said contract, thnn thin, obligation shall be void, otherwise to rclimi.n in full force and effect; PROVTD1'1)' 11ma wl'-.1s Hint thin, bond in executed pursuant to the pro- Oinionn of Article 5160 of the 14:vi.sed Civil, SLaLutes of Texas ns . amended by t.hu acts of the 56th LegIsInture, Rogultu.• Session, 1959, and 11 liabilitien on this bond shall be deLermitaed Ili accordance with the provision, of said Article to the same extent as If, it were copied at e letipth herein. Surety, for value received, stipulates and threes that no chnnge, extension of ti.:ne, alt-crati.on or addition to the terms of the contract, or to the wort: performed thereunder, or the plans, spec'ific.ations or dritwings accompnnyi.ng the same, shall in anywise affect its obligation on this bond, and it doe, hereby waive notfc of any such chime, qx- tension of time, alternation or addition to the terms of the•,rontract, or to the work to be performed thereunder. ' I IN IdlT14'SS 6IIIEREOI', the said Principal and Surety have signed and sealed this instrument this 7th (lay of. November 19 78 JAGOE-PUBLIC COMPANY CHARLES COHEN, INC. rincFp-nY- 0 ci 44 k By: 1 •Titla 1~`'dgti~~ Title: TREASURER__ AiIdvcss: P. 0. Box 250 A('dress: P. 0. Bor. 29409 Denton, 'T'exas 76201 _ Dallea, Texas 75229 ` The raamd ' and address < f the Resident Agent of Surety is: James N. Powers 1000 Fidelity Union-Tower Dallas, Texas 75201 SELECT INSURANCE COMPANY Surety ELLIS GROTTY 401gRS & C tlp'4" 1000 FicalTY UNION 1nwEa Q11 BY 9 -(E)(A5 75211' J mes N. Powers, Attorney-in-fact .DADS' 1 00 Fidelity Union Tower fie) (214) 744-4311' D llas, Texas 75101 SELECT INSURANCE COMPANY DALLAS, TIXAS i i MAINTINANCI BOND KNOW ALL SrE1r SY THEU PRESENTS, That we,_ JArt30R'PTJMe= COMPANY MD CIRARL1l;11 t tom, INC* a A Join VIAI'!'Im is Principal, W the SELECT INSURNCE COMPANY, Incorporated under the laws of }Sa Stale of !eras, with its Home Oifloo la Dells, t iss, as Surety, are held and firmly bound unto - TIM CITY Or D7: TONa I'w" yY thereinaftercaalllleed of Obligee! In tha NEUMMigg AMOORNI':T==' ~•~~'1~ ~'^~Ifil~ Slim p•1Arrrr~MYrM~,1.Mr o1• to voich payont well and truly ",o; be midi in fs,441 money of the United States wt hereby bind ourselves, ow heirs, esecutore, adminbtrators, +ucei?sedrs and seslgns, IcIntty Ind sovefalip, firmly by these precenis, : THE CONDITION Of THIS gKIGATIQN IS SUCH, Thai whereu, 14(" frinfEIQ~1) aht (pd. fd a contract with the Obngn dated d n ,IM f B t igNis 01rlas t0 ;j AND, WHEItw a Oblllle requirit a luarsntee from the Pripclpel against dofectivs materlelo and wortm"Ip b tannectlon with aid ~I Cony r I I~~ r i I j NOW, THEREFOR, H` the P Ioclpol iholl malls sny repairs or replocements which may become pagola r durlnl 1M WW ot~ ~ r: _from "IM9 7 a 1989 beceu;o of defactlve m ilerfsts or woAmenAlp In cmctW with Sold eontresi, of which defoeiivenrie the Obillso Aill give Do Principol Vd Surety written nutke withln fifteen 1151 days Oil dlsml;y hhereof, than this eblllewa shill be Vold, otherwise It shell be In full force and effect, All wile at few of proceedings in epul,, to recover on this bond must be Instilulod wlthln twelve 1121 months after tree eaplretlon of the maintenance period provided for herelo, Signed, allied and doted this "f! 7thor of 9 x IAnoua) ELLIS CROTTY POWERS & Co. sh:t.fcT INSUhtANCE ORIPAN~i 1000 FIDELITY UNION TOWER ~ . . DALLAS, TEXAS 75201 JOIN" M, POW11 iMm3till (9 41) Tel. (214~_744-21i aT1fJsit~9 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SELECT INSURANCE COMPANY, a corporation of the State W Texas, hereinafter called Company, does hereby appoint PORTER ELLIS OR WILLARD CROTTY OR JAMES N. POWERS OR TOM P. ELLIS, III OR GLADYS EASLEY OR PETER A. RUSH OR WILLIAM G. KLINGMAN OR WILLIAM It. STEELE,JR. OR JOHN E. RATLIFF OR WILLIAM D. BIRDSONG,DALLAS, TEXAS its true and lawtul Attorney-in-fact to mate. execute, seal and deliver on its behalf, as surely, any and all bonds and undertakings of Sl,tetyshlp. The execution of such bonds or undertakings in pursuance of these presents shall be as binding upon the Company as it they had been executed and acknowledged by the regularly elected officers of the Company, This Power of Attorney Is issued pursuant to an3 by authority of the following resolution of the Board of Directors of the Com- pany, adopted effective September 29, 1961, and now in ful: force and offer- ftasolvad Thal the Prosidenl or any Vice President or any Secrelery may appoint A110meys-in-lood In any Sute• Temfoty of Federal District to r"Wt this company N1d to act on ill behat wilhin the 9COpe of the authority ohnled to them in willing, which authordy may Include the power to make, eaecule. alai and deliver on behalf of this Company as surely, And as its act and dead any and all bonds and undertakings of su•etyship anJ other documi that IM will course of sursfy busmost may requite includi 9 authoril y to appoint agenls tot the service W process In any Iurisdiclion, S144 of Federal and authorly to attest to the signature of the President or any Vice Prrd- dent of Any Wrhtary and 10 verify any afhdavll of other slatemenl relating 10 ft foregoing, and to corldy to a cc-py of any of the by-laws of IM Company and Io any rSsolu- lions adopted Cy nk Board of Directors. and any such Atlornsy-in-fact,hey be rento,ed and IM authority granted him revoked by Ina President or any Vke Pealdr;d or any SeC!elary W by My licard of Direciots " This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following reso- ~ulion voted by the Board of Directors of the Select insurance Co. at a meeting duly called and held on the 2<th of July, 1971, 'Resolved I" the signatures of Warren J Kwedw, Prwldenl, or as Frede.tck Boger, Send Vke Presidedr or of Anhur C Werden, Vlce Presdenl, of of Jack W MAy• PA4 Vice Presidenl• Of of William U Elston, Yice Prtident, or of Douglas Simpson. ISacretary, a of A. C. Felher610n, tioCMary, HW Ills leaf of 04 Company .nay be allixed by latsimle to any pow%a of attorney Of 10 any cenilicale relating thereto yhypoining Atlorntys-In-fad for pWpow only of oxet,uling std attesting WWII and undertaklrtgl and other writing$ obiigat.yry In the nature Iheroof, and any at-+ power of allorney or Wihcalt haring such facsimile ai"ure of facsimile oval atwl be void and Willing upon the Company and any such poor so executed And witiod by rich facsimile ttirolure and fatalmile asst shat bf valid end binding upon the Company In the future with respect"Ic am bond of undMaklnq to which t la attached ,,i.r H,rl,., ` 1A VItheas efAereol, the Company has caused this Power of Attorney to be signed and its corporate seal to be affixed by its aulno. r"I'fillficerlhfe 14th day n1january 19 76 . i, c . %S •I 1' JACK W. MAYNAAO VICEPAESIDENT 5TATEr'l?fr"1 ExAS } ss. COUNTY OF DALLAS JJ On this day of r 19 j(y Wore me, a Notary public of IM State and Grunly atotew,d rend,ng therein, duly commissiorhad14%h Oro. personally tame the a60W-h3r tIlicer of the CompNiy, who being by me first duly oworn according to Is*, did depose and key that he is that Mica? 01 the company deacrob0d in and wnlth executed the foregoing inalrumeM; Thal he 0woo the tool of ter Company, that ter seal affixed to rJCh Insfrurrrenl is the corporate seat d the CAmpany. and Thal the corporate beat and his signature of such ohhcer sore aill Nid and oublvibed to the said InsllumM} by Me authority and ditectidn IM Company IS EAlI CLIFFORDR ItAM BLOC }om'muiyn esgfres the let day of June 11 77 CERTIFICATE 1, Jhe undetllighed, do hereby csrl,fy tnet the original Po*erof Attorney of which the foicpoing IL a true and correct COPY is In full rcejQdWIpot,'arld the foregoing resolution is a true and correct thtnseript from the rtterd9 of the Company. and Ilia) the above TT was-ofd this date of execution of the foregoing Power of Attorney aulhcr►riKv to execute this Power of Attorney. • horefol, I har reunto subscribed by name and affixed the torporate seat of • is Company this S~J day h I fy y, MARY rwm359111%131 CONSTRUCTION SCHEDULE Since Bonnie Brae and Avenue E are major traffic arteries for the NTSU campus and the west side of town, the schedulirg•of construc- tion will be very important. The contractor must plan in advance and coordinate his work to insure timely completion. If subcon- tractors are employed, they must be capable of meeting the schedul- ing requirements that are jointly established by the contractor and the City Engineer. Each street will be divided into several sections and roust be built in a certain sequence in order to allow for orderly movement of traffic. In some cases, construction will be allowed in several areas if the contractor has sufficient forces to carry 3 out the work in a timely manner. The contractor will not be allowed to begin construction, in several areas without fully completing the work previously started. Prior to beginning construction, the con- tractor shall submit a tentative schedule for each section. This time table should be updated monthly or when any major changes occur. Due to the proximity of Avenue E to the North Texas State University Campus, the construction scheduling will be of utmost importance. Avenue E excavation and paving operations shall begin June 1, 1979. Every effort must be made to completa this paving by September 1, 1979. Avenue E will be divided into three separate work areasi 1} from and including Eagle Drive to the north side of Highland Street; 2) from the north side of Highland Street to 200 feet south of Hic- kory Street; 3) from 200 feet south of Hickoryy..Street to Oak Street. The order of construction at these sections sha11 be coordinated with the City Engineer, Storm sewer construction on Avenue F,.along Prairie street, along hickory Strel,t, and along Avenue C must be ac- complisheu „lth due consideration to all traffic patterns,. Reasonable access shall be given to the businesses and apartment complexes at all times. Construction of Bonnie Brae will also be divided into three sections: 1) from I-35 frontage road to midblock between Oak and Hickory Streets; 2 from midblock between Oak and Hickory Street to 300 feet south.of Scripture; 3) from 300 feet south of Scripture to the north connection with existing Bonnie Brae. The order of construction of these sections shall be coordinated with the City Engineer. Number of move-ins and completion of all underground work will be de- pendent on the capabilities of the contractor and his coordination of all work forces with regard to disturbance of traffic patterns. The paving operations may require moving equipment to various sections of the project. It will be mandatory that the contractor make every ef- fort to leave the roadway open to local traffic at tho end of every work day. lie must also provide limited access to local traffic dur- ing working hours whOnever possible. Although this project will pre- sent some difficult problems, with the prop^r planni.ng and scheduling the contractor should be able to complete it in a timely and orderly fashion. Any contractor who is unwilling to schedule his construction • activities, proceed in a cooperative manner, and work for the beat in- terest of the citizens of Denton, should refrain from submitting a proposal on this job. AI_N, ■ Hf1 t 73 1 1rr~ICl1 L ~.i= I CCCC~ L U'L J L ~I~...~LIL_ 1 e L v ON ~iu,J❑ ~o • t lis cJ cA.,wr _ 1 r.. C]L,`. JENA pROPOS~ 1 PR VEMENTS uLi ON AND AVENUE E ~ `~AU IAe~sr. rbNe ~ C T •..11{41~~1 ~ ~ r raw 1 r. 1 1 r. r GF.i` ERAL PROVISIONS • SPECIFICATIONS This project shall be constructed by utilizing the Texas Hi hwa Department 1972 Standard Specifications for`ton- s truction o I wa s treets an 13ri_,~es. ny perm;s- a_[Uec ev at on rom those sp~fications will be noted in the section on Ceneral Provisions. Where the Highway Department specifications make reference to the "State" this project shall be interpret:.-d to refer to the City of Denton, Texas. Likewise, the terms "Commission" and "Department" shall -efer to the Engineering, and Develop- ment Department 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 representative, 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 the general location of the drainage and paving improvements is included in the plans ,,COPE 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, drainage and utility improvements on Bonnie Brae and Avenue E as de= tailed by the plans, PLANS AND SPECIFICATIONS Plans and specifications may be obtained,at the office of the Director of Engineering and Development,'Denton City Hall, uppon deposit of fifty ($50.00) dollars. The entire deposit will be returned to the plan holder if the plans and specifications are returned to the City, in good condition, within fifteen (15) days following the official opening of bids. If the prospective bidder does not properly return the pplane and specifications, the deposit sum of fifty ($50.00) dollarn shall become the property of the City, of Denton, Texas. EXAMINATION OF SITE PROJECT Prospective bidders shall make a careful examination of the site of the project, soil and water conditions to be encoun- tered, improvements to be protected, disposal sites for sur- plus materials not designated to be salvaged materials, and as to the method of providing ingress and egress to private properties, and methods of handling traffic during construc- tion of the entire project. COMPETENCY OF BIDDLRS The State requirements for contractor pre-cfualificati.on prior to the bidding date shall he waived. However, the City re- serves the right to thoroughly investigate the financial re- sources and the experience of all bidders prior to award of j the contract. ! QUALIFICATION OF 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 ppossession of such equipment as may be needed to prosecute the work in an expe- ditious, safe and satisfactory manner. Should the low bidder fail to produce evidence satisfactory to the Engineer on any of the foregoing points, he may be disqualified and the work awarded to the next low bidder so qualifying. J A14ARD OF THE CONTRACT i By authorization of the City Council of the City of Denton, the City Manager or his representative will notify the suc- cessful bidder, in writing, within thirty (30) days after the date of receiving bids, of its acceptance of his proposal. The Contractor shall complete the execution of the required bonds and contract within fifteen (15) days of such notice. 1 PERFORMANCr AND PAYMINT BONDS 1 The Contractor shall execute separ.nt:e performance and paymc,11t bonds in the sum of one hundred (100) percent of the total f contract price. These bonds shall be executed on standard forms for this purpose which will ~,uarantcc the faithful per- formance of the work and further guarantee the payment to all • persons supplying labor and materials or furnishing any equip- ment used in the execution of the contract. The contract GP -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 ood and sufficient maintenance bond with an approved surety n 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 bein8 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 gparantee,"the Contractor sh61l at his ovm expense take out and remove all worn nest, soft, inferior or defnctive 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 pp,ood 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 nec,;:isary repairs as herein provided, then the City shall have the right with or without further notice, to ~rocced to wake such repairs or caust; the same to be done eittier 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 I GP-3 'thereof, 4he sold City shall have the right of action on the • Maintenance Mond; 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 i:epairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so deter- mined shall be conclusive upon the Contractor and Surety in any action upon said bond. Tim, ALLOTTED FOR COMPLETION The time allotted for the completion of all items of work shall be 250 working days, which time shall begin on or be- fore the fifteenth (15th) day after the issuance of the Work Order. The Work Order shall consist of a written request by the Engineer for the Contractor to proceed with the construe- 1 tion of the project. The Contxactor will not be allowed to prosecute the work on Sundays aithout written permission ty the Owner. LIQUIDATED DAMAGES FOR DELAY The Contractor agrees that time i.s tho essence of this con- tract and that for each day of delay beyond the number of date herein agxeed'upon for the completion working completio danys of or any portion of rlye work herein specified and contracted for the OWNER may withhold, permanently, from the Contractor=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 TJID Standard Specifications. TESTING OF MATERIALS .The Contractor shall furnish all materials for tests which will be done by the Owner. 1 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 SAIJI'S TAX This contract is issued by on organization which q%ialifies • for exemption pursuant to the provisions of Article 20.04 (F) of the Texns Limited Sales, Excise and Use Tax Act. GV-4 The Contractor performing this contract may purchase, rconsumed nt in lease all materials, supplies, equip lfe an • the performance of this contract by issuinp, to his supp exemption certificate in lieu of the tax, said exemption cer- tificate complying with State Comptroller's ruling, 095-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall bu subject to the provisions of he State Comptroller's ruling X95-0.09 as amended to be effec- tive October 2, 1968. WAGE~ RATES All employees of the Contractor on the work to btheerforme.d- under this contract shall not be paid less than wage scale in this locality for work of a similar char- acter, and in no event less than the rates specified in the Minimum Wage Scale. COORDINA'T'ION WITH OTHERS •In'the event other contractors are performing work in the same area simultaneously with this project, the Contractor bhall coordinf.te his proposed construction with that of the othc,r contractors. PUBLIC UTILITIES It is anticipated that utilities will be relocated prior to the work u:lder this contract being started; however, utility relocations may be done during the performance of this con- tract ire whicl, case the right is r.eservc l to the owner of public :!Jlities to enter upon t', ,o limits of the project for the purpose of making such chznges or epairs of their pro- perty that may be made necessary by the performance of this contract. The Contractor will not be responsible for reloca- ting or adjusting utilities except as provided for in the plans or in the Definition of Bid Items section. SXISTJ NG STRUCTURES The flans. show the locations of i,ll known uurfnee rind subsur- face structures. lk,- 4evcr, the Owner .assumes no responsibility for failure to shots any or all of these structures rtii Clio IL is mu- plans, or to shots them in their exact locations. tunl.ly agreed that such failure shall not be con^ideved suf- ficent basis for claims for additional compensation for extra • work or for increasing the pay quantivi.es in tiny mnnner what- soever, unless the obstruction encountered i.s such as to ize cessitate chnnges in the lints or grades, or requires the G1'- 5 building of special work, provisions for which are not made in the plans and proposal, in which ease the provisions in ® these specifications for extra work shall apply. The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or bet- ter, at his own cost and expense, with the exception of those items included in the bid schedule. Water meters shall be adjusted by the municipal utility corn- pany. The Contractor shall adjust existing, tonholes to grade a separate bid item. The adjustment of utility valves shall be performed by the Contractor as an incidental item to the general contract. POLES, SIGNS, fUY WIRES, ETC. All utility poles and guy wires, private sign posts, signs and similar private obstructions which interfere with the construction of this project will be removed and replaced by the owners thereof, without cost- to the Contractor. The City will remove and relocate all traffic and street name signs without 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. BARRICADES, LIGHTS. DETOUR ROUTES AND SIGNS The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, flashers, signals and signs, and shall provide such other precautionary measures for the protection of persons and property as are necessary. Safety to the working forces and the general public ehall 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 latest edition of the Manual on Uniform Traffic Control Devices. From sunset to sunrise, the ontractor shall -furnish an maintain at least .one battery type flasher at each barricade and a sufficient number of barricades shall. be erected to keep vehicles or ped- estrians from entering hazardous work areas during construction. GP-6 T 71 The Contractor will be hold responsible for all damages to the work due to failure of tlse barricades, signs, lights, and watch- . men required to protect the work area. rk The shall Contracnot ctor'eas se re- %onsibility for the protection of the wo until the project has been accepted by the City. if, in the opinion of the Engineer or his duly authorized represen- tative,'the barricades and signs installed by the contractor do not properly, protect the work area, the Contractor shall immediroe cease all other work activities and correct the deficiency--fn 'proper barricading. The Contractor shall provide an ultimate effort toward safe and smooth flora of traffic during work hours. .Flagmen will be essential in many areas. Flagmen shall have standard reflective vests and flags as minimum equipment. Flagmen shall also be knowledgeable as to the correct procedures for flagging and shall be aware of traffic patterns and traffic needs, All broken, damaged, or ineffective barricades or signs shall be removed from the project and replaced within two (2) hours after notification by the Engineer or his representative. No work will be allowed to begin prior to proper placement of all bar- ricades and signs, call ur'- The Contraotor shall designaterso erson who will be in.c ea ggofea of barricades and signs, Th s p procedures for barricading rent regulations of law regarding proper p in construction areas. This person shall be available to perform these duties during working hours, might hours, weekends and holidays. The Contractor shall also be required to provide watchmen after work- ing hours, on weekends, and on holidays for the entire length of the project. All detours, closures, partial closures, or other construction ac- tivities that require a major one w displacement traffic shall bedsche- duled to begin on Mondays. that the Engineer can communicate this information to the -public. All barricades and sign locations shall be'coordinated prior to any closures through the use of schematics prepared by the Engineer, A barricading meeting will be held by the Engineer with the contractor's superintendent, the person in charge of the barricades and the foreman in charge of the particular construction to be done. GP-7 • WATER FOR CONSTRUCTION Water used for jetting or, flooding trenches, sprinkling, testing, and flushing, of pipe lines, or any other purpose incidental to this project, will be furnished by the Con- tractor. The Contractor shall make the necessary arrange- ments for securing and transporting such water and shall take such water in a mn it and tit 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. pro- vide the water required and tl:.- Contractor shall pay for the water at the prevailing rate. SITE CI.LANLINESS During construction of the work, the Contractor shall, at all times, keep the site of the work and adjacent premises as free from material, debris and rubbish as is practicable and shall remove same from any portion of the site if, inthe opinion of the Engineer, such material, debris or rubbish constitutes a nuisance or i3 objectionable. The Contractor shall remove from the site all of his surplus materials and temporary structures when no further need 1 therefor develops, STAKING LINES AND CRADE The City shall furnish staking for dll alignments, grades and elevations which the Contractor shall protect and maintain. Any surveyy stakes or markers that are disturbed by the Con- tra2tor shall be replaced by the Contractor immediately upon notification by the City. The Contractor shall furnish suitable mat-2rial, labor and expertise to erect and maintain adequate batter boards for utility line construction as the job progresses. 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 adjacent residents on the project. While portions of the project are completely closed to traffic, the nail boxes shall lIc relocated to a nearby street corner where they shall he placed for temporary drliv&y service. YhO contractor shall relocate the boxes working; in coopera- tion Wi.t.h the Postal Director and the City 1.nfAnccr. Fol- . lnuint; thr completion of tho paving;, the Contractor shall restore .111 postal boxes to the approximate location behind the new curb, Because of the legal significance of the pascal clel,ivcry servico, the COlltracLor shall considar this responsibility as a first priority. Ci'-8 , MTNIt1lfM WAGE SCALE The rates below have been determined by the City of Denton, Texas, in accordance with the statutory requirements and prevailing, local wages. Overtime shall be paid for at the hrate of one our worked andeone-half forty) times the regular rates for every (40) hours per week. CLASSIFICATION RATE PER }TOUR CLASSIFICATION RATE PER HOUR Asphalt Raker $4.50 Power Equipment Operators: Crane, Clamshell, Backhoe Batching Plant Scaleman 5,00 Dragline, Shovel Carpenter, Rough 5.00 (Less that 1 1/2 C.Y.) $4.70 Concrete Finisher Crann., Clamshell, Backhoe Concrete Finisher helper 3.75 Dra line, Shovel Form Builder (Structures) 5.00 ( lgl/2 C.Y. & Over} 5.00 Form Builder Helper 5,00 Foundation Drill Operator 6.00 Form Liner (Paving} Form Setter (Paving) 4.00 Froiit End Loader Form Setter 11-alper 3.75 Fx12ont2 C. End Y. Lo & Loader Leas) 4.15 Form Setter (Structures) 5,00 (Over 2 112 ader 5,00 Mj6hani Common 53100 100 Motor Grader Operator 4.75 Mechanic 4.20 Motor Grader Operator • Oiler 4.00 Fine Grade' 5.00 Pipolayer Powderman 4.75 Roller, Pneumatic 3.95 Power Equipment Operators: Sera .75 45 Scrapers ers, Fine Grade 44.50 Asphalt Distributor As Tractor, 150 K.P. & Less 3.85 p halt Paving Machine 4.50 75 Bulldozer 4.50 Tractor, Over 150 H.P. 44..75 Bulldozer, Fine Grade 4.75 Boring; Welder Machine 5 ' 00 50 Concrete Curbing Machine 5.00 Concrete Paving Machine 4.95 Concrete Paving Saw 4.75 The CONTRACTOR shall comply will all State and Federal Lhwa applicable to such work. eir bids th~ aexpectrtompay,uifrin excessdofrthosellisted.thThe OWNER willtnot P claims for extra payment to CON'T'RACTOR on account o payment consider of wages higher h those specified. GP-9 DEFINITION OF RID ITEMS The following technical specifications pertain too specific bid items which correspond to provisions of the 1972 edition of the Texas Hi hua Denartment Standard Secificati.onsfor Construction o 1f ghways, Streets and Bridges. Item 100 Preparing Right-of-Way This item shall consist of preparing of 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, plastr,,r, 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 gutt- er,_3riveway slabs )r 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-A Removing Concrete Pavement Removing concrete pavement shall include intersection or radius pavement, some existing parking areas, and any concrete pave- ment under existing asphalt to be excavated.. Payment- shall be on a square yard basis. Item 104-B Removing Curb and Gutter Pavement Removing curb and gutter pavement shall include the removal and disposal of existing sections of concrete curb and gut- ter. Payment shall be on a lineal foot basis. Item 104-C Removing Concrete Sidewalks and Driveways Removing concrete driveway and sidewalk slabs shall include all other concrete sections which are less than pavement type . sections. Paymeni shall be made on a square yard basis. D-1 Item 110, Unclassified Excavation • Provide labor and equipment necessary co excavate materials to the grade indicated on the plans. Existing asphalt sur- face pavement shall be included along wiith th otheContractorr materials as a part of this bid item. sha3l stockpile sufficient suitable material to back fill Toand psoil areas outside the actual limits of the pAvement. it from the shoulders'and areas adjacent to the existing, pave- ratoffillbehind tecurbein .ment shall be stockpiled in order areas which abut sodded lawns. materinl shall approved by the Engineer. The backlmaterial shall le of the black loam type with suitable properties for exc lshall growth of grass or shrubs. Adjacent property ooniers be entitled to any surplus property. Anyxothereexcavateadlmaterialsrwbichtis fill their propp Y the actual construction not needed for filling or leveling of on the Contractor for dis- posal shall become the property posal as he sees fit. All excavated areas whether street ex- cavation, storm sewer excavation, or utility excavation sha. be watered down to prevent dust at the direction of the Engineer. The Engineer shall require this to be cone a minimum of three times each day at his discretion. Item 264 Hydrated Lime Type A, hydratedlime 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, outlined on page item 340-A 6" Asphalt Pavement This item shall consist of a 6" total depth asphalt pavement as- section. Payment shall be made on a square of type ia,f n place. The section shall consist of . phalt pavement wearing course placed on a 4 1/2 type "0" asphalt base. a and for 5/8" size Coarse aggro ate used under this item, largger, abaft be crushed mineral aggregate. AC 20 grin place asphalt complying with THIS Item 300 shall be used. apeci- density shall be provided utilizing ulletin C-14 at a the shall plant heated to be afications ratmethods. dmore pp that 1 350OF material placed a temperature aced at a minimum temperature of at least 2500F. No mate- rial shall be placed when general weather co ditibns indicate an air temperature of less than 500F. RC-2 cutback asphalt and shall be applied at a rate of 0.05 gallon per square yard. Type "0" paving mixture shall have the following gradation: r Percent Coarse Graded Base Course By Weight Passing 21sieve 100 Passing 1-3/4" 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" sieve, retained on No. 4 sieve 10-25 Passing No. 4 sieve, retained on No. 10 sieve 5-20 Total retained on No. 10 sieve 65-80 Passing No. 10 sieve, retained on No. 40 sieve 0-20 Passing No. 40 sieve, retained on No. 80 sieve 3-15 j Passing No. 80 sieve, retained on No. 200 sieve 2-15 Passing No. 200 sieve 0-8 Type "D" paving mixture shall be crushed mineral aggregate. Gravel screenings shall not be used in any of the paving mixtures. Item 340-1i 8" Asphalt Pavement This item is identical to the material and placement specifications in 340-A. The thickness shall consist of a full depth asRhait-sec- tion of 1 1/2" of type "D" material and 6 1/2" of type "G' material. Payment shall be made on a square yard basis, in place. Item 340-C Asphalt Pavement Patch Material (Type "D") Material specifications for this item shall conform to typpe "D" Texas Highway Department paving mixture, This item will ba paid by',he ton, in place, for various patches where the roj- ect abuts other streets. Patches will'be approximately 2' in thickneso and will. sometimes be irregular. Material for this item to be placed at locations as directed by the Engineer. Item 421-A Class "A" Concrete Provide class "A" concrete, in place, for the 7' x 3' and the 9' Y 4' box culverts along Prairie Street from just west of Avenue G to thft channel at Avenue It, Also included in this item are the winhvalls with the railing and posts, the concrete flume, and the concrete cur 'and gutter transition sections. Reinforcing steel for the culverts and walls shall be measured and paid for as bid Item 440. The cubic yard price for this class "A" concrete is to include all materials, labor and equipment necessary to place and finish the culverts and walls as per plans and specifi- cations. The curb and gutter parallel and south of the box culverts is to remain in place. If the contractor destroys any or all, of this curb, it shall be replaced at the contractor's expense. All exposed surfaces shall be hand rubbed to obtain a smooth durable finish. All exposed corners and edges shall be chamfored at the direction of the Engineer.. All exposed surfaces shall be painted with an approved compound to provide for a proper continuity in appearance. D-3 t • Item 421-'S Class "A" Concrete Provide class "A" concrete, in place, for headwalls, wingwalls and aprons on outfall storm sewers as shown on the plans. Also included in this item are miscellaneous retaining, walls and small structural work including steps required by the Enginecr at points along the project where cut or fill may be excessive. This item is included to provide safe and proper connections from the new roadway to slabs, sidewalks, driveways or other existing structures. All work will be class "A" and will be hand rubbed to provide for a smooth durable finish. All exposed surfaces will be chamfered and painted at the direction of the Engineer as outlined in Item 421-A. This item shall be measured and paid for on a per cubic yard basis. This item shall include all materials, labor, and equipment neces- sary to place and finish all required work.. Reinforcing steel shall r be paid for as bid Item 440. Item 421-C Class "B" Concrete Rio Rap Provide class "B" concrete rip rap, in place, for channel lining at the downstream end of the 91 x box culvert on Prairie Street as detailed on Plan Sheet # 5 . The reinforcement for this item shall be included in the per squarr. yard price. This item includes all materials, labor and equipment necessary to place and finish the work shown on the plans. The,rip rap shall be broom finished and shall have tooled joints placed at points directed by the Engineer. 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 %Alls as noted under Class "A" concrete bid item, 140T included under this bid item is the required rip rap einforeement for the channel lining below the 9' x 41 bo)c culvert on Prairie. Street. Bid item 440 shall provide for all costs associated with the placement of the steel as per THD spec- ifications. Item 465-A to 1465-3 Reinforced Concrete Sewer Pipe Provide and install 15", 18", 21"; 24", 27"0 30", 3311, 36", 42", and 48" reinforced concrete sewer pipe (Class III) as noted on the plans. Bid price per lineal foot to include tre>ich exeava- tion, bedding preparation, installation of pipe and backfilling of the ditch. Jetted sand baekfill to be utilized in all ditches. All concrete pipe joints shall be constructed with either G.S. . 702-Telco joints,. Ram-Nek joint material, or an equivalent product. b-4 Item 470-A Manhole 4' I.D. & Cover • Construct pre-cast or monolithic storm sewer manholes as per detailed on plan sheet ~ 6. Lump sum bid price to include all materials, Labor and equipment necessary to place the manholes. Frames and covers for the manholes are included in the lump sum bid price. All manholes, regard ess o depth, will be paid at one bid price, per each structure. Backfill around manholes shall be with the same material .used for pipe trench backfill. Item 470-B Junction Box & Cover Construct 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 for each. rice to include all mater- ials, labor and equipment to fully construct the structures. Back 11 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 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 equip- ment necessary to fully construct the inlets. In some cases, in- lets w'.ll be constructed in'continous'groups to obtain large capa- city structures. Backfill around inlets shall be with the same material used for pipe trench backfill. Items 470-G & 470-H 6' & 10' Curb Inlets (Special T e I Construct curb inlets (Special Type I) as per detailed on Ian sheet #3. The Special Type I designation increases the ide width of the inlet basin from 2' - 4" to 4' - 6". Inlet _.,me and covers to be aid as a se agate`bid ir.em. Lump sum price, per inlet, to iric u e- a or, er mater a -'f , 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 8' Curb Inlet (Special Type II Construct 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 2' -4' to 5' -611. Inlet frame and cover to be paid as a se arate id item. Lump sum price to include all other mater a a, labor and equipment necessary to fully construct the inlet. Backfill around inlet shall be with the same material used for pipe trench backfill, D-5 Item 470-3 Rebuilt Inlets This item shall include removing the inlet top, pouring a new top.and any necessary side walls, pouring a new invert and pro- viding a frame and cover. Lump sum bid shall include all mate- rials, labor, and equipment necessary to fully construct the inlet. 8ackfill arounA inlets shall be the same materials used for pipe trench baekfill. This item proposes to convert exist- ing curb inlet structures to junction boxes with a minimum of damage to the surrounding pavement. Item 470-K Special Grate Inlet Construct storm sewer inlets as per detailed on plan sheet #6. Lump sum bid price to include All materials, labor and eyq ip- ment necessary to fully construct the structure. Cist around grates to be included in the lump sum price. the inlet sUe w_.th the same material used for pipe trench backfill. Item 471 Inlet Frame & Cover Provide and install inlet frames with covers ss specified on plan sheet #3. These framesrwill be placed as a part of the curb inlets, Bid Items 470-C througgh 470-I. Frames and covers for manholes and junction boxes will be bid as part of those items. Construct one frame and cover at each location for an inlet, regardless of the number of inlets that may be connected in series Item 479 AdyustinY, Ex.istin Manholes Adjust existing manholes to match the new street grade as indicated on plan and profile sheets. L-umn sum bid price, per adjustment, to include all materials, labor and equip- ment necessary to complete the work unless otherwise speci- fied by the Engineer. Item 522 Concrete Curb & Gutter Construct concrete curb and gutter as per detailed on plan sheet #6. Reinforcing steel is not, required when the entire section is placed as one monolithic pour. All concrete ahnll be a minimum strength of 3,000 P.S.I. at 28 days. The curb and gutter section shall receive an approved curing compound soon rafter the work has been com- pleted. The Contractor may use an approved curb and gutter extrusion machine, with or without forms. This bid item shall include all materials, labor and equipment necessary to place the curb and gutter as noted on the plans. Item 524-A 410 Congete Sidewalk The bid price for sidewalk, in place, shall include all expenses for excavation, forming; constructing and finishing U-6 the walk, and back filling the completed work. The sidewalk o 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 3,000 P,S.I, strength and shell be placed at a minimum slump, consistent with proper finishing. The sidewalk shall be 4" ;hick, 4' foot wide, and at locations as noted on the plans. Some short connecting sections of walk between existing and new slabs will also be required. Rein- forcing steel will not be required for the sidewalk slab. All sidewalks shall receive an approved curing compound after the slab has been placed. Approve: 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 plans.' All concrete shall be a mini- mum strength-of 3,000 P.S,I, at 28 days, The driveways shall be placed on a subgrade that has been compacted to at least 90% density And is moist and clean, Reinforcing steel will be required in the driveway ppavement as shown on plan sheet #2. The driveway pavement shall be jointed as shown on plan sheet # 2 . Where driveways are, pplaced 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. Wherd driveways are placed adjacent to asphalt street pavements, they shall be measured from the front of the guttc- section, Approved expansior'. material shall },e placed at the back of all, driveways where they abut a fixed structure or pavement. All driveways shall receive an ap•~roved curie compound after the slab has been placed. This Lid item shah include all materials, labor and equipment necessaryy to place the driveway slabs within the limits as ab ve described. Any costs assoc- iated with the construction of padestrain ramps to connect to sidewalks shall be considered as incidental to the flat work bid item. D-7 i seJ Item 524-C V Concrete Pavement 0 Construct 6" thick sections of concrete pavement at the intersection radii as shown on the plans. All concrete shall be a minimum strength of 3,000 P.S.I. at 28 days. Reinforcing steel Shall consist of 3/8" bars on 15" centers both ways or 6" x 6" 46 wire mesh. These steel quantities will not be included in Item 440 for separate payment. All concrete slabs shall receive an approved curing, compound after the slab has been placed. This bid item shall include nll-materials, labor, and equipment necessary to place the intersection radii as noted on the plans. .Item S. P. -l Compacted Fill This item to include the placement and compaction of excavated material along the entire project. The fill material may be selected from the regular excavation which is necessary on the project. Compaction shall be tested at not less than 98% of the density as determined in accordance with Test Method TEX-114F. This'bid price to include all costs incurred in hauling, placing, sprinkling, rolling and obtaining final comppaction for the compacted material. Final pay quantities shall be computed in cubic yards, in place, by cross sectioning the fill area. Con- struction methods provided by Texas State Highway Department, Item 132, "Embankment," shall generally apply. Item S.P.-2 Saw Cut {Existing Concrete This item shall provide for sawing existing concrete pavement, j driveways and sidewalks where noted on the plans. The saw cut shall be deep enough to provide a smooth edge when a por- tion of the concrete slab is removed. Any damage to concrete slabs which are marked to be saved will be the direct respon- 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 he considered as incidental to the removal items. Item S.P.-3 4" Sub-drain Provide 4" diameter sub-drain, in place, as detailed on plan sheet fl. The location of the construction project has limited ground water problems typical of the Denton area. This item provides for placement of a sub-drain north of the north curb on Eagle Drive from Avenue D to Avenue P. Other locations on ,the project may bo selected for application of this sub-drainage system to facilitate construction progress and to prevent main- tenance problems. This f.tem shall be paid for on a cr lineal foot basis. All work and rsnterial incidental to the completion of the drainage system shall be included in the unit bid price. D-3 .r S.P.-20 6 Foot Chain Link Fence Provide a 6' chain link fence as shown on plan sheet #4. The posts shall have an 8' spacing,. This item shall be paid for.on a per lineal foot basis. The bid proce shall include all work, equip- ment and material to complete the construction in an acceptable manner. The posts shall be embedded in concrete for stability with pipe cross members at the top of the fence. This chain link fence shall conform to the standards of the industry in all respects. Item 260 Lime Treatment for Materials in Place This item shall consist of treating the existing subprade by the pulverizing, addition of lime, mixing, and compacting the mixed material to a 95% compaction as determined by test method TEX-114-11s. Payment shall be based on-a square yard measurement for a section of 6" thickness. A minimum of 18 pounds of lime shall be placed per square yard utilizing the slurry method. Density control will be utilized from the High- way specifications. All subgrade including the treated layer and underlying layers shall be sound and stable before paving operations will be allowed to btgln, Payment for the hydrated lime will be completed by item 264. D-9 WATER AND 3MWER LINE CONSTRUCTION SPECIFICATIONS Special provisions 4 through 14 provide for the construction of new water and sewer lines with accompanying appurtenances. The following construction details are in direct relation to this ut- ility work. After the details are covered each item will be list- ed and payment schedules will be discussed. SECTION 1 Excavation, Trenching, and Backfill 1. Scope of Work Work under this section shall consist o°. furnis%ing all materials, equipment and labor for excavation, trenching, and backfi.lling of the project shown on the plans. 2. Methods of Construction A. General J.. Clearing and excavation to a del,,;, shown on the drawings. Excavated material not require, J ~ , backfill shall be removed from the site and digE,ged of by t`.*- Contractor or as directed by the Enginepi 2. Excess excavation below s:vquired l( lei shall be back- filied at Contractor's expense wits materials and meth- ods as directed by the Engineer. 3. Unstable soil that is fo+, 'd in plac( hell be removed and replaced with materials and meet .cis as directed. b the Engineer, These limits shy!l be determined, by the Engineer and the Contractor paid on an extra work basis for the work involved. 4. Crading of adjacent ground shall bt performed to prevent entry of surface water as much as possible. Water ac- cumulated 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, j From this point to the surface the sides should be gene- rally vertical unless a varinnee is approved by the En- gineer. D-10 2. Width of the trench shall be 6" minimum and 9" maximum . on each side of the pipe bells. Bell holes shall be excavated accurately by hand, They be of ample siz.1 to make the joint and relieve the bell of al. load. C. Rock Excavation Rock excavation shall be carried 5" below the bottom of the pipe, An approved granular material shall be used for'back- fill, tamped throughly and shaped where required for pipe oval boulder bedding. Rock excavation shall include rem rock,fconcretes larger than 1/3 cubic yard in volume, or masonary structures that require drilling or blasting. D. Bracinn, Sheathing [ Shoring Bracing, sheathing, and shoring shall he provided where re- quired for safety, directed by the Engineer or to conform hall to governing laws. All sheathing, shoring and bracing, not be paid for directly, sbut heathing and bracing shall be All snoring, other «orki removed pror to backfilling operaeions. 3. Backfr i1 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 belacer- place over oughly compacted until l foot of cover is in the top of the pipe. The remainder of the backfill, which shall be free of large clay clods and stonees,g fall be pplaced moistened and compacted. The density backfill shall be equal to that of the surrounding, un- disturbed material. Jetting or water settling of back- fill will not be permitted in heavy clay soils, but may be used with the approval of the Engineer in lighter soils. Approved granular material shall be required where pippe trenches are under strereas. Thevel and ular backfill shall be brought up to subgrade jetted properly. B. Maintenance Contractor shall refill for settlement all hackfilled areas prior to moving off the .fob, C. Clean u Contractor shall forma and other properly disponie of all excess material, trash, ` D-11 measurement and Payment • a. Excavation and backfilling is subsidiary to various bid items and will not be paid for separately. b. :instable materials removed and replaced shall be treasured 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. Four, Six and Eight Inch Watermain 1. Scope of Work Work under thie section shall consist of constructing pipe bedding, furnishing all water pipe, together with fittings, hydrants, valves, joint materials, blocking, clot)ures and appurtenances necessary to complete the work. . 2. Excavating, Trenching and Backfilling All excavation, trenching and backfilling shall conform to- specification in Section 1. 3. Pi e A. Pipe shall conform to the sizes and materials shown on the drawings. B. Specifications defining, acceptable pipe shall be as follows: 1. Cast Iron Pressure Pipe This pipe shall be class 150/22, domestic cast iron, with Cemelin Rubber Seal Joint (Bell tite or super bell tite joints only). Pipe shall be made of highest quality cast iron to insure a tough, resilient and even grain soft enough for satisfactory casting wid 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, against.dis- placement to withstand pressure without caulking;. Rubber . icings shall be of vulcanized crude rubber compound or n synthetic rubber free of impede<tions and forwarded with flit pipe. The lengths of pipe alinll. not he less that fif- teen feet nor grantor thnn nineteen feet or substntidard in nny way or it will be rejected upon delivery. D-12 77 a 1 ' r - ~ 2. DUCTILL IRON PIPE . Ductile Iron Pipe shall be designed in specifications accordance with the latest revisions AWWA spe t and shall be centrifugally cast and furnished in 18 #I foot nominal lengths. The pipe shall be manufactured with a push which , type joint. The joint shall be of the type provides a recess in the bell for the employment of a single rubber 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 joints shallbeTyton'Jointcor specifications. Accept- The pipe under these specifications shall be irevision manufactured in accordance with the lates~i of•AWWA Specification C151 and to the app requirements of AMIA Specification C111. Ductile Iron pipe shall be designed for a minimum total design pressure (rated pressure plus surgg) of 300 PSI. The design shall incorporate a safety , factor of 2:1 on total design prossuro, and shall be a minimum thickness class-50. All Ductile Iron'Pipe and fittings shall have a coal- i tar coating on outside surface with a minimum thick- ness of one (l) mil. The interior of the pipe and fittings shall have cement mortar lining and a seal coat of bituminous material. The oxterior and interior coatings shall be in accordance with AWWA C151 and MAI C104, latest editions. Certificates of Compliance will be submitted and shall show the results of Tensile and.impact tests con- ducted in accordance with AVAIA Standard C151-16. In W ition each piece of Ductile Iron Pipe shall receive a ball impression test prior to cement lining val Wating the ductility of the pipe. C. Bach pipe bend must have .a flat area sufficient to accept appropriate blocking. Each bend must lie sufficiently reinforced to counter all thrust when used with this ' • blocking. D-13 Laying _PipQ 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 trench. • t be No water shall be allowed in the trench while t pipe is being laid. Co Exposed ends of all pipes shall be protected with approved stoppers to prevent earth and foreign ` substances from entering the pipe. d. All 'joints shall not be covered until approved by the Engineer. t 5. Fire Hydrants & Valves IPhe fire hydrants bid shall be manufactured i.n•strict oompliasice with the latest specifications as approved by the AWA. in addition, the other designated features listed below shall be incorporated in the manufacture of the fire hydrants furnished under these specifications.' The fire 1sydrants shall be of the compression type which i closes with the pressure and shall havo 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 located at a point about two inches above the ground line, i 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 lower barrel when struck by a vehicle. The hydrants shall be of a dry top design with all working parts and operating threads sealed away from 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 "O" ring seals. Provisions shall be made so that lut;r.ication of all working parts and operating threads will be permitted wil•hout- the removal of the hydrant bonnet. The oil for lubrication of the ntosn shall be stored in a ro&orvoir, and till bearing surfaces and working parts shall be lubricated by norinal operation of the fire hydrant. llydrantn shall he designed so that all maintenance, incl.ucltnct the intstallation of axtennfon nuctionu, may be performed abovo ground with nu excavation noceonary. D-14 All castings shall be made from a superior quality of p iron with even grain and shall possess a tensile strength of not loss that 32.000 P.S.I.. All bronze castings shall • be made from bronze having a tensile strength of. not less than 30,000 h.S.1,. The fire 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 parrallel seat type, and shall be of iron body; 'bronze mounted, designed for 200 PSI pressure. t In addition to these conditions, gate valves shall be designed so that when closing or opening the valves, the disc moves 4 freely with the wedging mechanism in a collasped position, thus eliminating abrasive action between the seating rings g and the disc rings. To climate deflection of the valve disc, seating force rasul.ting from the wedging mechanism shall be applied • equallyy and at four separate contact points on the back of each disc. ! All gate valves shall be equipped with "O" ring type package. Lubrication of the collar shall be accomplished by means of a spenial lubricant sealed bei.ween two "O" rings. A 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 stern shall be 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, etc., shall be made from a' superior. quality of iron. Iron shall he made from even grained and tough material. Valves shall have it tensile strength of not less than 31,000 PSI. Ali bronze castings, except the stem, ah.711*have a tensile strength of not leas than 300000 PSI. All stems shall be m-ado from bronze having a tonsil strength of not less that 60,000 PSI. All valves chnll lsc mechanical joint using a single rubber ring to seal, againot displacement. Valven shall be furnished with the necessary rubber rinds for intstall.i.ng. y~ D-15 +ec I In-addition.to the detailed specifications n!iovo, all gate valves furnished, under these specifications, shall comply in all respects to the AMIA specifications, and shall be Moller, 7, Service Tames These taps shall include tapping and installing a corporation in the main lire, laying a designated size copper service line to the appropriate property line and install a curb stop at the end of the coppor service line, All corporations and curb stops shall be Hayes James-Jones, MwIller or equal. They shall also be all brasa, All copper ahall be soft "Type V. The lengths and locations Ahown on the plans are approximate only. Some small adju6tmenta may be itecessary in the field due to terrain, 8. Field Ter,ts A, Alignment shall be checked•as the pipe is laid. H, before tho t:i.o-ins aru.made all new pips shall ba tested at 150 pounds of pressure for 24 hours. All visible leaks shall be reassembled to minimize this • leakage reggardless of the total leakage shown 'oy test. No installation will be accepted until 1-.90 leakage is less than the number of gallons as daLcrmincd by the following formullaa'~p.- 1° ~ Whero 1, equals allowable leakage in gallons per hour; N equals numbor of joints in length of pipe; d equals the inside diameter of-pipe in inches, and r equals the average test pressure, • I D-16' l 1 SVC,fION 3 ,Six and Eight Inch Sanitary, Sewor Pipe flppo of Wort WM Work undor this section shal% consist of" constrtating pipe,. bedding and bell fi, l.es, and ~t»rnishing and Installing all sower pipe, togncher with a,,,, fitti.nfs, connections and an- purtenances nocensary to caisjlete worlc. 2. Excavating Trei!4t,bi_and l eckfi,_11i,r.yr All excavation t;ronching and back.filling shnll conform to the opeoif icationa in Section 1, 3. Pipe A. Pine shall conform to the s1zes and materials shown on the drawings, B. Sp' ocifi.cAtion,s defining aceeptnble, pipe shall be tle,latevt re.visione on the following sper,ificattons. 1. Standard poly vinyl chlorid,a pipe and fitting AS'IM U3034 SpR 35, 2. Cast iron pipe and fitt,itl40 ASA. A21,6 clans 150, 4. Joints Joints shall be of the compression ring' type unless otherwise designated or approved Ly the Engineer. Joint materials shall conform to the foil, witlg requiremeas, a. Preformed or compression ring Joints shall comply with the latest ASTM C-425. 5, JlipyLa L Pipe a. General: All sewers ohali be laid true to grade with bolls upgrade. The Joints or ri,~,ppa It1 Ili ' laid and fitted so that when completed the sewer tail, have n smooth and uniform in- vort, Each pipe joito: 8101 1 60 inApeeted for defects before being lowered into the dit 0i. b, Water shall not be allowed i1i r1,e trenches while pipe is being laid, e. Not more than 200 feet of tv~)neh •Aull bo opened in advi: ,ca of pipe laying unless. pormit ed,b),. the Engineor., D- 1.7 d, All exposed ends of all pipes shall be protected with an cr to prevnt'Lhe entry of earth or any other • approved stcpp~ foreign BubgLonce, e, Mechanical Joints shell be made in accardaitico with the,Ye- commendations of the joint manufacturer. f, Bolted joints shall be made in Accordance with the recom- mendations of the joilit 6. Connections Connections for future use shall 'tie properly capped with a plus; of the same material as the pipe. 7, Ins ectioat of Joints Joints shall not be covered until approval iy the Engineer. S. Ap)roval of Materials basis for :acc:o n& 4 as Manufacturer's inrtanierestsml~y Lheui:nBineer, Pipe manuracturers materials, pending any the gngineer. shall furnish .5/. of order for testing whop required by 9, FieTests a, nsfiexceed5 iriand inflow inch ofedia eter ~~eremile of nbt exceed 4 h U.S. sgallons per ement shall sewer for roved bystheaEnginerrwhich shall W?aooinclucte in a manner appPprocedures. air testing p straipht- b, Pipe shall be vinddicracinspected kso Eachfpiecelshall bee inspected and nese~, soundness before incorporation into the sy$Lem. 100 PProtectinPublic 4later ~ d at leant 10 feet laterally and/ con- Sanitary sewer shall be installe where this con- d& sect below water ra recauti nsesuchiassencasement with dition cantiiot be met, extra p approved A.W.W.A. class 150 cast concrete or installation of an iron pipe shall be taken to safeguard the water from contamination. U-18 SECTION 4 Sanitary Sewer Manholes Scow of Work The work to he performed under this item shall consit of man- of u manhole the lgrade, and complete inin place stallation including casting i and cover. to 2, Material a. Concrete used in construction shall be 3000 p.s.i, b, All manholes shall be cnst in place. No sanitary manholes will be precast. c. Manhole frames and covers shall conform to shape and demanaions shown on plans. Bearing surfaces shall be inachined. so that even bearing may e had in any positio;i in vhich the cover is seated, 3. Conatruction Methods a. All construction methods shall bf. as outlined in the Texas Fif~hwa Uo artment 1972 Standard_ Specifications O Co_n.~ str"- uTc~on~t'~fTTwava""; 3~xeets~a- nd_ Hr~geg . b. Where the PVC SDR 35 sewer pipe is connecter) to the manhole a transito collar shall be required in order for a proper bond between the concxeto and pipe. 4. This unit bid price shall be full compensation for all labor and materials including castings consrete, excavation and back filling and all other ork Incidental to furnishing man- holes complote and in place,' SECTION 5 , Sanitary Service Lines i 1, Sco a of Work The work to be performed under this item shall consist of sorvtce lines complete in lace including, the wye connection made on the line. required to existing service at " ~ thsewer ie e property (SDR main tic to i the and the lenth of Material and Conslruction 24 The service line shall be 4" diameter FVC pipo (SDR 35) as ahown in the plans and dotailed on sheet 07. h-19 S.P.-6 81' 6'$ & If Waterr_ Pine S„!+. Provide 8", 6", and 4" water pipe, in place, i.tlcludii~q all work, equipment and materials necessary to cempleto the required work., The 7'" water pipe is a main service line to an apartment complex. tyby using a pe too in Ths 4" line shall installed thetmainalineibid. This 4" line shell be the same Those items shall be paid t-:- on a per lineal fuot basis. The water pipe shall be either ducle or. cast iron r,s mentioned in 'the previous utility Specifications, SSOP.-7 Fire 1_yArants Provide fire hydrants at locations shown on the plans, in place, and all work, equipment, and materialg necessary to complete the required construction, This includkis all new main line fire hy- drnnts and all exititing main line fire hydrant relocations as shown on the plans. yypp const Details acceptable hydrantsnshM IS)oapaid forrontaoperrunittbasis Firefire on plan s sheet . fied. Al which tn locatinalthe ffirenhydrantsdlongstheimain linelshall611 Used i g for ~,.Ider Item S.P,-5. &6" G#to Vall,.,ps 8,P.-8 & 8,P,-9 8" _ Provide S,' and 6" gate valves, in lace, and.all work, equipment, ~ and materials necessary for installation as show~li on the, plane.' The g,a valvus shall be paid for on a pee unit basis. thanesheet 07 shoto ws the type and construction valves. Cast Iron Ilitt*Bs Provide all necessary cast iron fittings to make connections to wires on a per ten t new and existing water lines on the pproson , This sall all work, equipment, materials and blocking req basis, The fitti,igs a~%d connections, (including toes, allsbesltem- bonds., bolts, and appurtenances) shown on the r ized and calculated using standard tables of -weights and measures to obtain the tonagc. . , 3 3 1 1/211" Water Tags S Y . -11 S, P.-12 & Provide 3/4", ~ 1 1/2"S, ,P_._:_ and 2" service linos, in place, including corporation, curb'&topp and copper lino to tho proparty line. The ed in e lenpt1 eachequipmentcopperandH.11materi0 in cord~letee items ms is a1 and the tappcet 7. Eachscoto be shown mplete water11tapeshnlldbe paid f uraokiea per plan sh i~ • unit basis, b-20 71' 7 E tments to water meter boxer. will be accomplished by the local ,ut1Jilusity company, All water services cut or disturF~ad by the Con- tractor during paving, $torn serer or utility operrtitions shall be paired or replaced at the Contractor's expense. Any adJustments repaired water services required by storm sewer construction shall be ac- complished at the Contractor s expense. $.1'µ_-lei Exiswater- Line Ad uspnonte Providn existing, water line adjustments duo to storm sewer construc- Con- tion a3 shown on plan sbeot 06+, This item includes all work, equment and materials required to compplete the total adjustment. struction of those adjustments shallconfnrm to nil specifi- cations previously described. This i cations r unit basis (i,e, por adjustment price). SS,P,L15 & S.r, ~.6 8" & 6" Sanita_y 5ewar ripe Provide 8" and 6" sanitary sewer lines, in place, including all work, equipment and materials to complete the construction shown on the plans, These items shall be measured and paid for on a per lineal fcot basis. Regsiutilite for typo and strength of pipe are previous reviewed in the 6,P,-17• Sanitary Sewer lfar~holo Provide (4 foot inside diameter) sanitary sewer manholes on prorsed now sanitary sewer lines as shown on the Oland price This item incladee ~ paid for on a per ,unlP, basis. all work, equipment and materials to "complete the constrncti.on re- quired, All sanitaryy sewer manholes shall be cast-in_place. The ring and'cover for the manholes shall be included in the bid price and shall be the type shown on plan sheet 07. S. IL $ _n1t, r. Sew,^r Servico Provide 4" sanitary sewer service to the propperL line o be shown in the field and as detailed on plan sheet #7, T item shall Include the connection to the sewer main, the length of service pipe, and the connection to the existing sewer service at the property line. ra30 foot. Thin4 service Tho average lea th of the service line is line shall boo~ the same mateial and c item shall be paid for on a per unit basis. All sewer services out or disturbed by the Contractor dt►ring paving, storm sewer, or utility operations shall be repaired ar replaced at the Contractor's expense, A jshallt►9taccomplishedPtsthejContractor's by storm sewer constxuction expense, S,1°-19 G,.L`°irpinP Vaivoa Provide 6" tapppitt66 valves in place, at locations shown on the plans. The valves s1tia11 Ue installed in accordance with the previously do- scribed utility specificntkcns, These valves shall be paid for on a " p6r unit basis. The bid prioa shall include all work, materials, equilmusnt and blocking rooluitod for proper construction, D,21 t ADDENDUM Paving, Draintge and utility Improvements on Bonnie Brao and Avenue B in Denton, Texas The following additions shall be made to the proposal for Bonnie Drao and Avenue B on PART A. The following should be included in the total bid price submitted for opening on October 310-1978, at 2;00 p.m., in the Civil Defense Room. Item 100 Pro aration ef.R-O-W T T'i ifem shall nc u e he cosf of demolishing and removing the house facing Oak Street on the Avenue B portion of the projoat. Item 421-B Class A Concrete Ileadwalis $ Misc, Structures s em shal nc l~le an a t ono cubic yards o ass A Concrete for a head"all on the 30" storm sewer outfall on Scrip- turo Street. Item 440 Reinforcing Steel' s em sha3 nc u e an Vdi:ional 300 pounAs of steel reinforc- ment for the hoodwall on the 30" storm sower outfall on Scripture Street. Item 524-B b" Concrete Driveway s em shat no-u e sn a ?fi't onal 300 square yards of ro- inforced concrete driveways. S.P.-21 S.P.-22 S.P.-23 114" 1 1/211 4211 Water Tops P -a- a 20 - 3-14,"4 - 1 '1/2'1, , n~ $ erv C - Ues, In place, including corporation, curb stop and copper line to the property line. The avoragge length of each copper line is 30 feet. These water taps will be on an existing 16' concrete cyiind#~ir pipe and will be wot taps including tapping saddlos. The tops ore located on Bonnie Brao from Hickory Etroot to Scripture on both sides of the street. Included in Rose items is all work vquipment and materials ocrInttheofiold, tEachacompletetwator tonppa o shall bet 17 and as located paid for on a per unit basis. For clarification of the item Backfil,lling on page D-11 of the spec- ifications - jotted sand backf~i~s permissible in all utility and storm sewer trenches. In areas whore traffic must be maintained, temporary asphalt patches shall be required until such time that a permanent patch or new street constvuction is completed. - - talk 77 T ADDENDUM #2 PAVING, DRAINAGB AND UTILITY IMPROVBMaNTS ON BONNIE DRAM AND AVENUE E IN DENTON, TEXAS OCTOBER 25, 1978 Regarding the backfilling of utility and storm sower trenches, during consl ructionify procedures'the the following hould use intonded to contractor s 1. All utility trenches storm sewer trenches, box culvert trenches and backfil'i areas for headwalls and re- taining walls may be backfilled using suitable sand that is proporly jetted, 2, The jetted sand backfill shall be brought up to the bottom of the subgrade under the new st eeet construc- tion areas - t,o, Eagle Drive, Avenu~in Bonnie Brae, " 3, The jetted sand backfill shall r, ;brougght up to the bottom of the asphalt pavement whor,. ouat~alll lines are constructed in existin streetshe asphalt patch will bid to n Item 340-C. bey paid y for from 211 4, Any trench that is not immediately ppatched shall be barricaded to protect vatchlmadenuntiletheifinalapatching shall have a temporary p p is completed, S. Patching tranches under existing streets shell in- cludo extra care in providing for the bopenn ngtthe oa- the sand backfill immediately prior tion, This procedure should prevent rutt ng of the sand backfill and pYovide proper consolidation of all backfill. RECEIVED OCT 2 .7 WO CITY OF DENTON UTILITYTiM ROVEMFNTSSON FOR BONNIENWE AND AVENUE E ADDENOUN NO. 3 October 26, 1978 Bids to be opened: 2;00 P.M.,on October 31, 1978 PLANS 1. Plan Sheet No. 4: On the Wing Wall, a bottom late is shown to secure the Railing Post t t top of the ox`culvert, This bottom plate shall, be 1/2 inch by 10 inches square 2. Plan Sheet No. 5: a. tThe Plan he base plaawte. This sshand all Rbelcorrected to / show 4-1 and 1/16 inch holes. b. The Section view of Posts and Railing show a Railing size of 12u20/6 inches. This shall le- corrected to show 12x2x3/16 inches . c. The Section view shows 4-7/8 inch bolts W/HEX nuts and washers in the parappet. This shall be corrected to show 4.7/8, inch diameter A30? bolts W/HEX nuts and bolts, d. Optional anchor bolts to those shown will be permitted. The optional bolts shall be 7/8 inch diameter A36 rods threaded at each end to accept nuts and washers. Embeded nut shall be tack welded to threaded rod. e. The shorter bolts chall be embeded 8 inches and shall extend 2 and 3/4 inches above parapet. f. A minimum of 1/2 inch grout shall be provided under each base plate for le).16ing. g, The Posts, Railing and appurtenances shall be galvanized. Metal fabricated from rolled, pressed or forged steel ggshappas, and pplater shall be nats and washers ccordac betgalvanizediinaaccordance3with All bolts, nuts ASTM Designation: A163, Class C or D. h. Railing shall be field welded to the posts. Galvanizing damaged by the welding shall be repaired by application of zinc=flu;( while the metal is still hot. ADDENDUM NO. 3 CITY OF DENTON DEPARTMENT OF ENGINEERING AND DEVELOPMENT OCTOBER 26, 1978 0 e'-0 to 0 00 ' 9'- 0" I, tlL of r / „ .h, ~~o7ro p6RTc ' 10 SAN, SEWEtt' IL 65 ,80 ~ LL a FOOTING I' • .0" 10, 2„ u 42 2" WING _WALL SCALE, /4"m I'-0"---- ~ - OE510NED G.C. JOB NO, N7S 770~9Q F tnnceo J•Q~ onrE Y,~ 9 .w.. AY CNECK[0 SCALE As SIJOWN , i 1 F „ +x{' , 4 j r w , --4 F-1f16i'HOLES i" BASE 3/16V I 12"x 2"x mfr" PLATE M . W6 x25 o► Af1,v1144fM B!~ . 00 OK'ouy bNC6/~ ' W6x25 ! ` g~ fTgs~ ,a~ArP N 1/2" y It 31/4 611' 13/4 lo" 3 8 BASE, PLATE PLAN SCAM 11/2 r 1'- 0" • f N • M A307 _ opr~o~rAG ' ANcN~'R 4-7/81` BOLTS w/ HEX NUTS A3` a WASHERS 4" 811 r'NRtwo ROD 3/4" DRIP HEAD wl#Fs Nur j Alw SECTION r4eu #0140 SCALE'11/2"= 11.0 Nur ro Rib. POSTS a RAILING DESIONEO - DRAWN TRACED r. ogre