6389 - Mayhill Road Widening and Improvements, 3.Statement of Work/ SpecificationsTABLE OF CONTENTS
PAGE
Notice to Bidders NB-1 - NB-2
Bidder Qualifications QB-1
Proposal and Bid Summary P-1 - P-29
Conflict of Interest Questionnaire CIQ-1
Contract Agreement CA-1 - CA-4
Performance Bond PB-1 - PB-2
Payment Bond PB-3 - PB-4
Certificate of Insurance CI-1 - CI-8
Invoice Attachment and Instructions Page 1 – Page 2
General Provisions G-1 - G-14
Minimum Wage Rates W-1
Special Contract Requirements and Bid Item Definitions D-1 - D-36
City of Denton Amendments to TxDOT Specifications AM-1 - AM-28
City of Denton Standard Details
Geotechnical Boring Logs
Construction plans titled “Mayhill Road Widening and Improvements Volume I” and “Mayhill
Road Widening and Improvements Volume II” prepared by Freese and Nichols, Inc.
This project shall be constructed by utilizing the October 2004 edition of the North Central Texas
Council of Governments’ Specifications for Public Works Construction. Any permissible deviation
from those standard specifications will be noted in the section of General Provisions, Definition of
Bid Items, Special Contract Requirements, Plans and/or these Specifications.
NB-1
NOTICE TO BIDDERS
IFB 6389
Sealed bid proposals addressed to the City of Denton, Purchasing Department will be received at
the office of the Purchasing Agent located at 901-B Texas Street in the Purchasing Department on
the second floor of the Service Center Complex until 11:00 a.m. on Thursday, April 20, 2017 for
the purchase of construction services for Mayhill Road Widening and Improvements in Denton,
Texas, as follows per bid instructions, plans and specifications:
IFB 6389
MAYHILL ROAD WIDENING AND IMPROVEMENTS
A prebid conference for the project will be held on Wednesday, April 5, 2017 at 10:00 a.m. in the
Service Center Training Room of the Service Center Complex. Questions regarding plans and
specifications must be submitted by telephone or email to Spencer Maxwell, P.E. at (817) 735-
7523 or SBM@freese.com by 5:00 p.m. on Monday, April 10, 2017. All questions submitted after
that date and time will not be considered to ensure all bidders are given equal access to the
information provided.
Bids will be publicly opened and read aloud. Bids received later than the specified time and date
will be returned to the bidder unopened. The bids will then be officially reviewed and awarded by
the City Council as soon thereafter as possible.
All bid proposals must be made on the printed document forms included in the specifications. The
submitted bid shall not be altered, withdrawn, or resubmitted within sixty (60) days from and after
the date of the bid opening. Bidder shall also submit one (1) additional copy of the proposal along
with their bid.
Electronic copies of the bid invitation with information to bidders, bid proposals, plans and
specifications can be downloaded for free at the City’s purchasing website,
www.dentonpurchasing.com
Qualified prospective bidders may obtain paper copies of the bid invitation with information to
bidders, bid proposals, plans, and specifications at the office of Freese and Nichols, Inc., 4055
International Plaza, Ste. 200, Fort Worth, TX 76109, upon non-refundable deposit in the form of
a check, money order or cashier’s check in the amount of two hundred ($200.00) dollars per set.
Cash will not be accepted.
Each bid must be accompanied by a cashier's check, certified check, or acceptable bidders bond
payable without recourse to the City of Denton, Texas in an amount not less than five percent
(5%) of the bid submitted as guarantee that the bidder will enter into a contract and execute a
performance bond, a payment bond and insurance certificate within ten (10) days after the
notification of the award of the contract to the bidder.
NB-2
The City of Denton, Texas reserves the right to reject any and all bids and informalities, unless all
bids are rejected, and award will be made to the lowest and most responsible bidder.
Minority and small business vendors or contractors are encouraged to bid on any and all City of
Denton projects.
CITY OF DENTON, TEXAS
Purchasing Department
901-B Texas Street
Denton, TX 76209
C/o Elton Brock
Purchasing Agent
Advertisement to run MARCH 8, 2017 and MARCH 15, 2017.
QB-1
BIDDER QUALIFICATIONS
In order to be considered for award of this bid, bidders must be able to demonstrate that they are
qualified by experience and capability to successfully construct the project within the Contract
Time and for the Contract Amount. At a minimum each bidder must demonstrate the following:
1. Firm experience of at least 5 years in the construction of public street projects, including
detailed information on prior project experience with the City of Denton, as applicable.
2. Firm experience in the construction of at least 3 separate public street reconstruction
projects or highway projects successfully completed which were similar in scope to this
bid. Similar projects for this purpose must be at least two thousand feet long, and must
involve removing and reconstructing an existing street with live traffic.
3. Firm experience in the construction of at least 3 separate drainage projects each with a
contract value of at least $1,000,000. (Drainage items must account for 60% of the items).
4. Financial capability to prosecute the work as supported by an audited financial statement
for the previous year.
5. List of equipment capable of performing the work.
6. Safety record as detailed in the Special Contract Requirements along with supporting
OSHA reporting documentation.
7. Contractor must include an acceptable bidder’s bond, cashier’s check or certified check as
stated in the Notice to Bidders. All proposals received without the above will be rejected
and considered non-responsive.
8. Certificate of Status issued by the Texas Secretary of State. A “certificate of status” is a
certificate issued by the secretary of state that serves as official evidence of an entity’s
existence or authority to transact business in Texas. A certificate of status provides a
statement of an entity’s status, as well as the entity’s current legal name and date of
formation or registration. How do I obtain information about filing with the State of
Texas, or obtaining copies or certificates from the Secretary of State Webpage:
http://www.sos.state.tx.us/corp/copies.shtml ; Phone 512-463-5578; or email
corpcert@sos.state.tx.us.
9. If any of the work is to be done by a subcontractor, the subcontractor must comply with all
of the qualifications requirements listed above. The prime contractor must do a minimum
of 50% of the work.
Bidders who cannot meet the above minimum qualifications will not be considered for award.
Documents necessary to show compliance with the above requirements must be provided by the
apparent low bidder before a Recommendation of Award is presented to the Denton City Council.
P - 1
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
MAYHILL ROAD WIDENING AND IMPROVEMENTS
IN
DENTON, TEXAS
The undersigned, as bidder, declares that the only person or parties interested in this proposal as
principals are those named herein, that this proposal is made without collusion with any other person,
firm, or corporation; that he has carefully examined the form of contract, Notice to Bidders,
specifications and the plans therein referred to, and has carefully examined the locations, conditions,
and classes of materials of the proposed work and agrees that he will provide all the necessary labor,
machinery, tools, apparatus, and other items incidental to construction, and will do all the work and
furnish all the materials called for in the contract and specifications in the manner prescribed herein
and according to the requirements of the City as therein set forth.
It is understood that the following quantities of work to be done at unit prices are approximate only,
and are intended principally to serve as a guide in evaluating bids.
It is agreed that the quantities of work to be done at unit prices and material to be furnished may be
increased or diminished up to 25% to as may be considered necessary, in the opinion of the City, to
complete the work fully as planned and contemplated, and that all quantities of work whether
increased or decreased are to be performed at the unit prices set forth below except as provided for in
the specifications. The contractor shall provide the numeric unit price and the unit price in words for
each quantity. Unit price in words governs over the numeric price given.
It is further agreed that change orders may be negotiated between the contractor and the City to cover
additional work ordered by the City, but not shown on the plans or required by the specifications, in
accordance with the provisions to the General Provisions and the limitations prescribed by the Texas
Local Government Code. Similarly, change orders may be negotiated to cover deletion of work so
ordered.
It is understood and agreed that the works is to be completed in full within the time specified in the
General Provisions. Accompanying this proposal is a certified or cashier's check or Bid Bond,
payable to the Owner, in the amount of five percent of the total bid or $15,000, whichever is less.
IFB 6389
P - 2
It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless
in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a
performance bond and a payment bond within fifteen days after its acceptance, in which case the bid
security shall become the property of the Owner, and shall be considered as a payment for damages
due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder.
Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of
bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter,
change, or qualify any specification of the bid, Owner may automatically disqualify bidder.
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 - 3
Exhibit 1
IFB 6389 – Pricing Sheet for Mayhill Road Widening and Improvements
The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make
changes to this format.
i. Respondent's Name:
ii. Principal Place of Business (City and State):
iii. Respondent is a Corporation, Partnership,
Sole Proprietorship, or Individual?
iv.
Total calendar days after Notice to Proceed
is issued by City of Denton for substantial
completion of Base Bid (Maximum of 900
DAYS):
v. Total calendar days after Notice to Proceed
is issued by City of Denton for project start:
BASE BID
UNIT I - STREET IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE TOTAL
I-1 COD PROJECT SIGNS
12 EA
I-2 TXDOT
500
MOBILIZATION &
DEMOBILIZATION
(10% MAX)
1 LS
I-3
COD
NCTCOG
AM ITEM
203.3
RIGHT OF WAY
PREPARATION
224 STA
I-4 NCTCOG
801
BARRICADES, SIGNS, AND
TRAFFIC HANDLING
30 MO
I-5 TxDOT
6001
PORTABLE CHANGEABLE
MESSAGE SIGNS
12 EA
I-6 TXDOT
105
REMOVE ASPHALT
PAVEMENT
43,396 SY
I-7 TXDOT
104
REMOVE CONCRETE
PAVEMENT & MISC.
CONCRETE
12,850 SY
I-8 TXDOT
104
REMOVE CONCRETE
CURB & GUTTER
12,518 LF
I-9 TXDOT
105
REMOVE ASPHALT
DRIVEWAY
655 SY
P - 4
UNIT I - STREET IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE TOTAL
I-10 TXDOT
104
REMOVE CONCRETE
DRIVEWAY
3,940 SY
I-11 TXDOT
104 REMOVE SIDEWALK
1,395 SY
I-12 TXDOT
450
PEDESTRIAN RAIL
(COMBINATION TY C1W)
1,101 LF
I-13 TXDOT
450
PEDESTRIAN RAIL
(TY C221)
110 LF
I-14 NCTCOG
203
UNCLASSIFIED
EXCAVATION
79,340 CY
I-15 NCTCOG
203 EMBANKMENT
165,410 CY
I-16 NCTCOG
301
LIME TREATED SUBGRADE
(6")
146,946 SY
I-17 NCTCOG
301
LIME (HYDRATED LIME)
(SLURRY)
3,233 TON
I-18 NCTCOG
302 HMAC TYPE D (PG64-22)
18,520 TON
I-19 NCTCOG
302 HMAC TYPE B (PG64-22)
1,363 TON
I-20 NCTCOG
302
HMAC TYPE B (ASPHALT
DRIVEWAY) (PG64-22)
186 TON
I-21 TXDOT
360
CONTINUOUSLY
REINFORCED CONCRETE
PAVEMENT (12")
139,391 SY
I-22 NCTCOG
301.5 6" GRAVEL DRIVEWAYS
548 SY
I-23 TXDOT
528
MEDIAN APRON (COLORED
TEXTURED CONCRETE)
8,552 SY
I-24 NCTCOG
303
CONCRETE CURB
(MONOLITHIC)
82,505 LF
I-25 NCTCOG
305.1
CONCRETE CURB AND
GUTTER
1,083 LF
I-26 NCTCOG
305.2 CONCRETE DRIVEWAY
7,391 SY
I-27 NCTCOG
305.2
REINFORCED CONCRETE
SIDEWALK (4")
32,462 SY
P - 5
UNIT I - STREET IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE TOTAL
I-28 NCTCOG
305.2
CURB RAMP (TY 1)
(SHARED LANDING)
(ALL WIDTHS)
18 EA
I-29 NCTCOG
305.2 CURB RAMP (TY 1)
26 EA
I-30 NCTCOG
305.2
CURB RAMP (TY 1)
(10' WIDTH)
8 EA
I-31 NCTCOG
305.2 CURB RAMP (TY 7)
12 EA
I-32 NCTCOG
305.2
CURB RAMP (TY 7)
(10' WIDTH)
66 EA
I-33 TXDOT
677
ELIMINATE EXISTING
PAVEMENT MARKINGS
(ALL WIDTHS)
3,000 LF
I-34 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (Y)
(4") (BRK)
106 LF
I-35 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (Y)
(4") (SLD)
3,225 LF
I-36 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(4") (BRK) (10')
34,668 LF
I-37 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(4") (BRK) (2')
110 LF
I-38 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(6") (SLD)
11,929 LF
I-39 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(8") (BRK) (2')
1,445 LF
I-40 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(8") (SLD)
5,648 LF
I-41 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(12") (SLD)
750 LF
I-42 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(24") (SLD)
7,442 LF
I-43 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(ARROW)
49 EA
I-44 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY I) (W)
(WORD)
49 EA
P - 6
UNIT I - STREET IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE TOTAL
I-45 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (Y)
(4") (BRK)
106 LF
I-46 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (Y)
(4") (SLD)
3,225 LF
I-47 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(4") (BRK) (10')
34,668 LF
I-48 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(4") (BRK) (2')
110 LF
I-49 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(6") (SLD)
11,929 LF
I-50 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(8") (BRK) (2')
1,445 LF
I-51 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(8") (SLD)
5,648 LF
I-52 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(12") (SLD)
750 LF
I-53 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(24") (SLD)
7,442 LF
I-54 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(ARROW)
49 EA
I-55 TXDOT
666
PAVEMENT MARKERS &
MARKINGS (TY II) (W)
(WORD)
49 EA
I-56 TXDOT
672
RAISED PAVEMENT
MARKER (TY II-C-R)
1,422 EA
I-57 TXDOT
672
RAISED PAVEMENT
MARKER (TY II-A-A)
165 EA
I-58 TXDOT
644
SMALL ROADSIDE SIGN
ASSEMBLY
124 EA
I-59 TXDOT
540
METAL BEAM GUARD
FENCE
1,652 LF
P - 7
UNIT I - STREET IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE TOTAL
I-60 TXDOT
544
GUARDRAIL END
TREATMENT (WOOD POST)
(TY I)
10 EA
I-61 TXDOT
423
RETAINING WALL (TxDOT
TYPE RW 1(H)(C))
6,190 SF
I-62 TXDOT
423
RETAINING WALL (TxDOT
TYPE CSWD-08 (FW))
3,385 SF
I-63 TXDOT
423 RETAINING WALL (MSE)
4,735 SF
TOTAL UNIT I
P - 8
UNIT II - STRUCTURAL
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
II-1 TXDOT
416 DRILL SHAFT (30")
995 LF
II-2 TXDOT
416 DRILL SHAFT (36")
1,398 LF
II-3 TXDOT
420
CLASS C CONCRETE
(ABUTMENT)
162 CY
II-4 TXDOT
420
CLASS C CONCRETE
(BENT)
187 CY
II-5 TXDOT
420
CONCRETE (APPROACH
SLAB)
28,782 SF
II-6 TXDOT
425
PRESTRESSED CONCRETE
GIRDER (Tx40)
2,552 LF
II-7 TXDOT
425
PRESTRESSED CONCRETE
BOX BEAM (4B20)
174 LF
II-8 TXDOT
425
PRESTRESSED CONCRETE
BOX BEAM (5B20)
1,562 LF
II-9 TXDOT
428
CONCRETE SURFACE
TREATMENT
3,213 SY
II-10 TXDOT
432 RIPRAP (RR8)
537 CY
II-11 TXDOT
442
STRUCTURAL STEEL
(MISC NON-BRIDGE)
689 LB
II-12 TXDOT
450 RAIL TY C411
870 LF
II-13 TXDOT
450 RAIL TY C223
631 LF
II-14 TXDOT
450 RAIL TY PR1
488 LF
II-15 TXDOT
454
SEALED EXPANISION
JOINTS (4")
292 LF
TOTAL UNIT II
P - 9
UNIT III - LANDSCAPING
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
III-1
COD
NCTCOG
AM ITEM
202.5
SODDING
66,936 SY
III-2
COD
NCTCOG
AM ITEM
202.6
HYDROMULCH SEEDING
66,936 SY
III-3 NCTCOG
202.2 TOPSOIL (4")
133,872 SY
TOTAL UNIT III
P - 10
UNIT IV - ELECTRICAL & LIGHTING
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
IV-1 TxDOT
618
CONDUIT (PVC)
(SCHD 40) (1")
600 LF
IV-2 TxDOT
618
CONDUIT (PVC)
(SCHD 40) (2")
22,975 LF
IV-3 TXDOT
624 PULL BOX (12" X 12")
231 EA
TOTAL UNIT IV
P - 11
UNIT V - STORM SYSTEM IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
V-1 TXDOT
104
REMOVE STORM DRAIN
PIPE
187 LF
V-2 TXDOT
104
REMOVE STORM DRAIN
INLET
2 EA
V-3 TXDOT
104 REMOVE HEADWALL
100 CY
V-4
COD
NCTCOG
AM ITEM
107.19.3
TRENCH SAFETY
(STORM DRAIN
SYSTEM)
38,500 LF
V-5 NCTCOG
501.6 RCP (CLASS III) (18")
7,394 LF
V-6 NCTCOG
501.6 RCP (CLASS III) (24")
13,788 LF
V-7 NCTCOG
501.6 RCP (CLASS III) (30")
3,867 LF
V-8 NCTCOG
501.6 RCP (CLASS III) (36")
1,391 LF
V-9 NCTCOG
501.6 RCP (CLASS III) (42")
3,732 LF
V-10 NCTCOG
501.6 RCP (CLASS III) (48")
1,442 LF
V-11 NCTCOG
501.6 RCP (CLASS III) (54")
180 LF
V-12 NCTCOG
501.6 RCB (5' X 4')
155 LF
V-13 NCTCOG
501.6 RCB (6' X 3')
480 LF
V-14 NCTCOG
501.6 RCB (6' X 4')
2,055 LF
V-15 NCTCOG
501.6 RCB (7' X 6')
1,035 LF
V-16 NCTCOG
501.6 RCB (8' X 4')
906 LF
V-17 NCTCOG
501.6 RCB (8' X 8')
43 LF
V-18 NCTCOG
501.6 RCB (9' X 6')
800 LF
P - 12
UNIT V - STORM SYSTEM IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
V-19 NCTCOG
501.6 RCB (10' X 6')
65 LF
V-20 NCTCOG
501.6 RCB (12' X 6')
372 LF
V-21 NCTCOG
501.6 RCB (12' X 5')
795 LF
V-22 NCTCOG
702 MANHOLE (TYPE 1C)
55 EA
V-23 NCTCOG
702
JUNCTION BOX (TYPE 1)
(4'-4" X 4'-4")
45 EA
V-24 NCTCOG
702
JUNCTION BOX (TYPE 1)
(4'-11" X 4'-11")
10 EA
V-25 NCTCOG
702
JUNCTION BOX (TYPE 1)
(5'-6" X 5'-6")
7 EA
V-26 NCTCOG
702
JUNCTION BOX (TYPE 1)
(6'-1" X 6'-1")
4 EA
V-27 NCTCOG
702
JUNCTION BOX (MOD)
(9' X 5')
2 EA
V-28 NCTCOG
702
JUNCTION BOX (MOD)
(11' X 9')
2 EA
V-29 NCTCOG
702
INLET (COMPLETE)
(CHANNEL HEADWALL)
(10')
3 EA
V-30 NCTCOG
702
INLET (COMPLETE)
(TY Y INLET) (4' X 4')
3 EA
V-31 NCTCOG
702
INLET (COMPLETE)
(RECESSED CURB
INLET 10')
95 EA
V-32 NCTCOG
702
INLET (COMPLETE)
(RECESSED CURB
INLET 15')
64 EA
V-33 NCTCOG
702
INLET (COMPLETE)
(RECESSED CURB
INLET 20')
22 EA
V-34 NCTCOG
702
HEADWALL (TY PW)
(CULV-1)
1 EA
V-35 NCTCOG
702
HEADWALL (TY PW)
(CULV-2)
1 EA
P - 13
UNIT V - STORM SYSTEM IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
V-36 NCTCOG
702
HEADWALL &
WINGWALLS (TY SW-0)
(CULV-1)
1 EA
V-37 NCTCOG
702
HEADWALL (TY PW)
(SD-A3)
1 EA
V-38 NCTCOG
702
HEADWALL &
WINGWALLS (TY FW-S)
(SD-A3)
1 EA
V-39 NCTCOG
702
HEADWALL &
WINGWALLS (TY FW-S)
(SD-D1)
1 EA
V-40 NCTCOG
702
HEADWALL &
WINGWALLS (TY FW-0)
(SD-E1)
1 EA
V-41 NCTCOG
702
HEADWALL &
WINGWALLS (TY FW-0)
(SCULV-1)
1 EA
V-42 NCTCOG
702
HEADWALL &
WINGWALLS (TY FW-S)
(SCULV-1)
1 EA
V-43 NCTCOG
702
HEADWALL &
WINGWALLS (TY FW-0)
(SCULV-2)
1 EA
V-44 NCTCOG
702
HEADWALL (TY PW)
(SCULV-2)
1 EA
V-45 NCTCOG
702
WINGWALL (TY FW-0)
(SPENCER RD CULV)
1 EA
V-46 NCTCOG
702
HEADWALL (TY PW)
(SCULV-5)
2 EA
V-47 NCTCOG
702 CONCRETE FLUME
415 SY
V-48 NCTCOG
501.6
LATERAL WYE
CONNECTION (SD-D1)
4 EA
P - 14
V-49 NCTCOG
803.3 RIPRAP (CONC) (6")
150 SY
V-50 NCTCOG
803.3 RIPRAP (STONE) (6")
5 CY
V-51 NCTCOG
803.3 RIPRAP (CONC) (12")
275 CY
V-51 NCTCOG
803.3 RIPRAP (STONE) (24")
1,200 CY
TOTAL UNIT V
P - 15
UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS
ITEM SPEC. NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VI-1
COD
NCTCOG
AM ITEM
SS01
CUT AND PLUG
EXISTING SANITARY
SEWER LINES
34 EA
VI-2
COD
NCTCOG
AM ITEM
SS02
ABANDON SANITARY
SEWER MANHOLE 11 EA
VI-3
COD
NCTCOG
AM ITEM
SS03
REMOVE SANITARY
SEWER MANHOLE 6 EA
VI-4
COD
NCTCOG
AM ITEM
107.19.3
EXCAVATION SAFETY
(TRENCH SAFETY)
(SEWER SYSTEM)
5,580 LF
VI-5
COD
NCTCOG
AM ITEM
505
24" X 3/8" THICK STEEL
CASING INSTALLED
BY OPEN CUT
50 LF
VI-6
COD
NCTCOG
AM ITEM
503.3
20" X 3/8" THICK STEEL
CASING INSTALLED
BY BORE
125 LF
VI-7
COD
NCTCOG
AM ITEM
503.3
18" X 3/8" THICK STEEL
CASING INSTALLED
BY BORE
40 LF
VI-8
COD
NCTCOG
AM ITEM
505
18" X 3/8" THICK STEEL
CASING INSTALLED
BY OPEN CUT
40 LF
VI-9
COD
NCTCOG
AM ITEM
505
16" X 3/8" THICK STEEL
CASING INSTALLED
BY OPEN CUT
42 LF
VI-10
COD
NCTCOG
AM ITEM
503.1
12" C-900 DR-25 PVC
WASTEWATER PIPE
INSTALLED IN CASING
50 LF
VI-11
COD
NCTCOG
AM ITEM
503.1
10" C-900 DR-25 PVC
WASTEWATER PIPE
INSTALLED IN CASING
125 LF
VI-12
COD
NCTCOG
AM ITEM
503.1
10" SDR-35 PVC
WASTEWATER PIPE
INSTALLED IN CASING
42 LF
P - 16
UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS
ITEM SPEC. NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VI-13
COD
NCTCOG
AM ITEM
503.1
8" C-900 DR-25 PVC
WASTEWATER PIPE
INSTALLED IN CASING
80 LF
VI-14
COD
NCTCOG
AM ITEM
501.17
21" F679 115 PSI PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
79 LF
VI-15
COD
NCTCOG
AM ITEM
501.17
12" C-900 DR-25 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
65 LF
VI-16
COD
NCTCOG
AM ITEM
501.17
12" C-900 DR-25 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
123 LF
VI-17
COD
NCTCOG
AM ITEM
501.17
12" SDR-26 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
184 LF
VI-18
COD
NCTCOG
AM ITEM
501.17
12" SDR-26 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
524 LF
VI-19
COD
NCTCOG
AM ITEM
501.17
10" SDR-26 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
920 LF
VI-20
COD
NCTCOG
AM ITEM
501.17
10" SDR-26 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
888 LF
VI-21
COD
NCTCOG
AM ITEM
501.17
8" C-900 DR-25 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
121 LF
P - 17
UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS
ITEM SPEC. NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VI-22
COD
NCTCOG
AM ITEM
501.17
8" C-900 DR-25 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
56 LF
VI-23
COD
NCTCOG
AM ITEM
501.17
8" SDR-26 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
67 LF
VI-24
COD
NCTCOG
AM ITEM
501.17
8" SDR-26 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
241 LF
VI-25
COD
NCTCOG
AM ITEM
501.17
8" SDR-35 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
425 LF
VI-26
COD
NCTCOG
AM ITEM
501.17
8" SDR-35 PVC
WASTEWATER PIPE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
845 LF
VI-27
COD
NCTCOG
AM ITEM
502.1-A
4' DIA CONCRETE
MANHOLE,
STANDARD OR DROP
(0'-6')
4 EA
VI-28
COD
NCTCOG
AM ITEM
502.1-A
EXTRA DEPTH OF 4'
DIA CONCRETE
MANHOLE (OVER
INITIAL 6')
16 VF
VI-29
COD
NCTCOG
AM ITEM
502.1-A
5' DIA CONCRETE
MANHOLE,
STANDARD OR DROP,
INCLUDING
WATERTIGHT LIDS
AND VENTS WHERE
SPECIFIED (0'-6')
23 EA
VI-30
COD
NCTCOG
AM ITEM
502.1-A
EXTRA DEPTH OF 5'
DIA CONCRETE
MANHOLE (OVER
INITIAL 6')
204 VF
P - 18
UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS
ITEM SPEC. NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VI-31
COD
NCTCOG
AM ITEM
502.10.4
6" SANITARY SEWER
SERVICES 13 EA
VI-32
COD
NCTCOG
AM ITEM
502.12.4
CONNECT TO
EXISTING MANHOLE
BY CORING
2 EA
TOTAL UNIT VI
P - 19
UNIT VII - WATER SYSTEM IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VII-1
COD
NCTCOG
AM ITEM
W05
REMOVE FIRE
HYDRANT 5 EA
VII-2
COD
NCTCOG
AM ITEM
W06
REMOVE AND
SALVAGE GATE
VALVE
34 EA
VII-3
COD
NCTCOG
AM ITEM
W04
CUT AND PLUG
EXISTING WATER
LINES
66 EA
VII-4
COD
NCTCOG
AM ITEM
107.19.3
EXCAVATION SAFETY
(TRENCH SAFETY)
(WATER SYSTEM)
16,809 LF
VII-5
COD
NCTCOG
AM ITEM
503.3
36" X 1/2" THICK STEEL
CASING INSTALLED
BY BORE
95 LF
VII-6
COD
NCTCOG
AM ITEM
505
36" X 3/8" THICK STEEL
CASING INSTALLED
BY OPEN CUT
57 LF
VII-7
COD
NCTCOG
AM ITEM
503.3
30" X 1/2" THICK STEEL
CASING INSTALLED
BY BORE
30 LF
VII-8
COD
NCTCOG
AM ITEM
503.3
24" X 3/8" THICK STEEL
CASING INSTALLED
BY BORE
120 LF
VII-9
COD
NCTCOG
AM ITEM
505
24" X 3/8" THICK STEEL
CASING INSTALLED
BY OPEN CUT
195 LF
VII-10
COD
NCTCOG
AM ITEM
503.1
20" C-905 DR-14 PVC
WATER LINE
INSTALLED IN CASING
95 LF
VII-11
COD
NCTCOG
AM ITEM
503.3
18" X 3/8" THICK STEEL
CASING INSTALLED
BY BORE
175 LF
VII-12
COD
NCTCOG
AM ITEM
505
18" X 3/8" THICK STEEL
CASING INSTALLED
BY OPEN CUT
348 LF
P - 20
UNIT VII - WATER SYSTEM IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VII-13
COD
NCTCOG
AM ITEM
503.1
18" C-900 DR-14 PVC
REUSE LINE
INSTALLED IN CASING
57 LF
VII-14
COD
NCTCOG
AM ITEM
503.1
16" SPECIAL CLASS 52
DIP WATER LINE
INSTALLED IN CASING
40 LF
VII-15
COD
NCTCOG
AM ITEM
503.1
12" C-900 DR-14 PVC
WATER LINE
INSTALLED IN CASING
315 LF
VII-16
COD
NCTCOG
AM ITEM
503.1
8" C-900 DR-14 PVC
WATER LINE
INSTALLED IN CASING
523 LF
VII-17
COD
NCTCOG
AM ITEM
504.5
CONCRETE
ENCASEMENT OF
WATER LINES
230 LF
VII-18
COD
NCTCOG
AM ITEM
501.14
20" C-905 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
111 LF
VII-19
COD
NCTCOG
AM ITEM
501.14
20" C-905 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
157 LF
VII-20
COD
NCTCOG
AM ITEM
501.14
18" C-905 DR-14 PVC
REUSE LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
128 LF
VII-21
COD
NCTCOG
AM ITEM
501.14
16" C-905 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
1,102 LF
VII-22
COD
NCTCOG
AM ITEM
501.14
16" C-905 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
20 LF
P - 21
UNIT VII - WATER SYSTEM IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VII-23
COD
NCTCOG
AM ITEM
501.14
12" C-900 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
1,289 LF
VII-24
COD
NCTCOG
AM ITEM
501.14
12" C-900 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
10,781 LF
VII-25
COD
NCTCOG
AM ITEM
501.14
8" C-900 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
868 LF
VII-26
COD
NCTCOG
AM ITEM
501.14
8" C-900 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
668 LF
VII-27
COD
NCTCOG
AM ITEM
501.14
6" C-900 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U201
190 LF
VII-28
COD
NCTCOG
AM ITEM
501.14
6" C-900 DR-14 PVC
WATER LINE
INSTALLED BY OPEN
CUT, BACKFILL PER
DETAIL U202
125 LF
VII-29
COD
NCTCOG
AM ITEM
502.6.2
20" GATE VALVE,
VAULT AND BOX 4 EA
VII-30
COD
NCTCOG
AM ITEM
502.6.2
16" GATE VALVE,
VAULT AND BOX 4 EA
VII-31
COD
NCTCOG
AM ITEM
502.6.2
12" GATE VALVE AND
BOX 27 EA
VII-32
COD
NCTCOG
AM ITEM
502.6.2
8" GATE VALVE AND
BOX 22 EA
P - 22
UNIT VII - WATER SYSTEM IMPROVEMENTS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VII-33
COD
NCTCOG
AM ITEM
502.6.2
6" GATE VALVE AND
BOX (EXCLUDING
FIRE HYDRANT
ASSEMBLIES)
10 EA
VII-34
COD
NCTCOG
AM ITEM
W01
12"X12" TAPPING
SLEEVE AND VALVE 2 EA
VII-35
COD
NCTCOG
AM ITEM
W01
8"X8" TAPPING
SLEEVE AND VALVE 3 EA
VII-36
COD
NCTCOG
AM ITEM
501.7
6" DUCTILE IRON PIPE 29 VF
VII-37
COD
NCTCOG
AM ITEM
502.3
NEW FIRE HYDRANT
ASSEMBLIES 13 EA
VII-38
COD
NCTCOG
AM ITEM
502.3
RESET & RECONNECT
TO EXISTING FIRE
HYDRANT
ASSEMBLIES
2 EA
VII-39
COD
NCTCOG
AM ITEM
502.10.3-A
RELOCATE EXISTING
WATER METER VAULT
AND ALL ASSOCIATED
APPURTENANCES
1 EA
VII-40
COD
NCTCOG
AM ITEM
502.10.3-A
WATER SERVICES,
ALL SIZES 16 EA
VII-41
COD
NCTCOG
AM ITEM
502.6.3
COMBINATION AIR
AND VACUUM AIR
RELEASE VALVE
ASSEMBLY - 2"
1 EA
VII-42
COD
NCTCOG
AM ITEM
502.6.3
COMBINATION AIR
AND VACUUM AIR
RELEASE VALVE
ASSEMBLY - 1"
5 EA
TOTAL UNIT VII
P - 23
UNIT VIII - ENVIRONMENTAL
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
VIII-1
COD
NCTCOG
AM ITEM
201
STORM WATER
POLLUTION
PREVENTION PLAN
1 LS
VIII-2
COD
NCTCOG
AM ITEM
201
TEMPORARY SEDIMENT
CONTROL FENCE
(INSTALL)
45,949 LF
VIII-3
COD
NCTCOG
AM ITEM
201
TEMPORARY SEDIMENT
CONTROL FENCE
(REMOVE)
45,949 LF
VIII-4
COD
NCTCOG
AM ITEM
201
BIODEG EROSION
CONTROL LOGS
(INSTALL) (12") (INLET
PROTECTION)
2,095 LF
VIII-5
COD
NCTCOG
AM ITEM
201
CONSTRUCTION EXITS
(TY I) (INSTALL)
6,111 SY
VIII-6
COD
NCTCOG
AM ITEM
201
CONSTRUCTION EXITS
(TY I) (REMOVE)
6,111 SY
VIII-8
COD
NCTCOG
AM ITEM
201
ROCK FILTER DAM
(TY 2)
40 LF
VIII-9
COD
NCTCOG
AM ITEM
201
ROCK FILTER DAM
(TY 3)
227 LF
TOTAL UNIT VII
P - 24
UNIT IX - SIGNALS
ITEM
SPEC.
NO. DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
IX-1 TxDOT
ITEM 681
MCKINNEY STREET
TEMPORARY TRAFFIC
SIGNAL
1 EA
IX-2 TxDOT
ITEM 681
UNIVERSITY DRIVE
TEMPORARY TRAFFIC
SIGNAL
1 EA
IX-3 TxDOT
ITEM 680
SALVAGE EXISTING
TRAFFIC SIGNAL
EQUIPMENT (ALL
INTERSECTIONS)
1 LS
IX-4 TxDOT
ITEM 680
SPENCER ROAD
TRAFFIC SIGNAL
1 LS
IX-5 TxDOT
ITEM 680
MORSE STREET
TRAFFIC SIGNAL
1 LS
IX-6 TxDOT
ITEM 680
MCKINNEY STREET
TRAFFIC SIGNAL
1 LS
IX-7 TxDOT
ITEM 680
MILLS ROAD TRAFFIC
SIGNAL
1 LS
IX-8 TxDOT
ITEM 680
RUSSELL NEWMAN
TRAFFIC SIGNAL
1 LS
IX-9 TxDOT
ITEM 680
UNIVERSITY DRIVE
TRAFFIC SIGNAL
1 LS
TOTAL UNIT IX
P - 25
TOTALS
TOTAL UNIT I
TOTAL UNIT II
TOTAL UNIT III
TOTAL UNIT IV
TOTAL UNIT V
TOTAL UNIT VI
TOTAL UNIT VII
TOTAL UNIT VIII
TOTAL UNIT IX
TOTAL BASE BID
P - 26
BID SUMMARY
TOTAL BASE BID $
TOTAL BASE BID IN WORDS:
The award of the contract will be based on the Total Base Bid. The lowest responsive proposal for purposes
of award shall be the conforming responsible bidder offering the lowest cost for the base bid.
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 the terms and
provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to
guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of
the contract.
It is understood that the work proposed to be done shall be accepted, when fully completed and finished in
accordance with 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 as shown for each item listed in this proposal shall control over extensions.
The undersigned agrees this bid becomes the property of the City of Denton after the official opening.
The undersigned affirms that they are duly authorized to execute this contract.
Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract
which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise
under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq.
P - 27
Bidders are required to acknowledge addenda with their submission. Bidders will be responsible for
monitoring the City of Denton Purchasing website at www.dentonpurchasing.com to ensure they have
downloaded and signed all addenda required with their submission. Bidders shall acknowledge each
individual addendum below:
Addendum No. 1 dated ______________________ Received _____________________
Addendum No. 2 dated ______________________ Received _____________________
Addendum No. 3 dated ______________________ Received _____________________
Addendum No. 4 dated ______________________ Received _____________________
Addendum No. 5 dated ______________________ Received _____________________
CONTRACTOR
BY
Street Address
City and State
Seal & Authorization
(If a Corporation)
Telephone
_______________________________
E-mail
P - 28
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident
bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state
contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder
by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to
obtain a comparable contract in the state in which the non-resident’s principal place of business is located. The
appropriate blanks in Section A below must be filled out by all out-of-state or non-resident bidders in order for your
bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify
that bidder. Resident bidders must check the blank in Section B.
A. Non-resident bidders in __________________ (give state), our principal place of business, are required to be
____________________percent lower than resident bidders by state law. A copy of the statute is attached.
Non-resident bidders in ___________________ (give state), our principal place of business, are not required
to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas: ___
BIDDER:
COMPANY
BY
Street Address
City and State
THIS FORM MUST BE RETURNED WITH YOUR BID.
P - 29
CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE
Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that the Contract Amount
is divided as follows:
Materials incorporated into the Project $_________________
(resold to the Owner as defined in Tax Code)
All other charges and costs $_________________
Total $_________________
The total must equal the total amount of the Contract.
CONTRACTOR:
COMPANY
BY
Street Address
City and State
THIS FORM SHALL BE EXECUTED AT THE TIME OF EXECUTION OF THE
CONTRACT AND SHALL BE MADE A PART OF THE CONTRACT.
CIQ-1
CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as
defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the
date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a
misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day
after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship
as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer
named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an
officer or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4
I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
CA - 1
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this day of
A.D., 2013, by and between City of Denton of the County of Denton
and State of Texas, acting through thereunto duly authorized so to do,
hereinafter termed "OWNER," and
of the City of , County of and State of Texas , hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by OWNER, and under the conditions expressed in the
bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete
performance of the work specified below:
IFB 6389 MAYHILL ROAD WIDENING AND IMPROVEMENTS
in the amount of $ and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense
to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance,
and other accessories and services necessary to complete the work specified above, in accordance
with the conditions and prices stated in the Proposal and the Performance and Payment Bonds,
attached hereto, and in accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as
referenced herein and on file in the office of the Purchasing Agent, and in accordance with the
plans, which includes all maps, plats, blueprints, and other drawings and printed or written
explanatory matter thereof, and the Specifications therefore, as prepared by:
Freese and Nichols, Inc.
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract.
CA - 2
Independent Status
It is mutually understood and agreed by and between City and Contractor that Contractor
is an independent contractor and shall not be deemed to be or considered an employee of the City
of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or
sick leave benefits, worker's compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of Contractor, and it is expressly
understood that Contractor shall perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the City of Denton, Texas, or his
designee under this agreement.
Indemnification
CONTRACTOR COVENANTS AND AGREES TO AND DOES HEREBY
INDEMNIFY, HOLD HARMLESS AND DEFEND, AT ITS OWN EXPENSE, OWNER,
ITS OFFICERS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL
CLAIMS OR SUITS FOR PROPERTY LOSS OR DAMAGE AND/OR PERSONAL
INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER
KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF THE
WORK AND SERVICES TO BE PERFORMED HEREUNDER BY CONTRACTOR, ITS
OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR
INVITEES, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY THE
ALLEGED NEGLIGENCE OF THE OFFICERS, SERVANTS, EMPLOYEES, OF THE
OWNER. CONTRACTOR LIKEWISE COVENANTS AND AGREES TO, AND DOES
HEREBY, INDEMNIFY AND HOLD HARMLESS OWNER DURING THE
PERFORMANCE OF ANY OF THE TERMS AND CONDITIONS OF THIS CONTRACT,
WHETHER ARISING OUT OF IN WHOLE OR IN PART, ANY AND ALL ALLEGED
ACTS OR OMISSIONS OF OFFICERS, SERVANTS, OR EMPLOYEES OF OWNER.
THE PROVISIONS OF THIS PARAGRAPH ARE SOLELY FOR THE BENEFIT OF THE
PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS,
CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date established for
the start of work as set forth in written notice to commence work and complete all work within the
time stated in the Proposal, subject to such extensions of time as are provided by the General and
Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown
in the Proposal, which forms a part of this contract, such payments to be subject to the General
and Special Conditions of the Contract.
CA - 3
Right to Audit
The OWNER shall have the right to audit and make copies of the books, records, and
computations pertaining to this agreement. The CONTRACTOR shall retain such books, records,
documents and other evidence pertaining to this agreement during the contract period and five
years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which
case records shall be kept until all audit tasks are completed and resolved. These books, records,
documents, and other evidence shall be available, within 10 business days of written request.
Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other
payees to retain all books, records, documents and other evidence pertaining to this agreement,
and allow the OWNER similar access to those documents. All books and records will be made
available within a 50-mile radius of the City of Denton. The cost of the audit will be borne by the
OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or
greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the
CONTRACTOR which must be payable within 5 business days of receipt of an invoice.
Failure to comply with the provisions of this section shall be a material breach of this
contract and shall constitute, in the OWNER’S sole discretion, grounds for termination thereof.
Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be
construed to include drafts and electronic files, even if such drafts or electronic files
subsequently used to generate or prepare a final printed document.
CA - 4
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in
the year and day first above written.
ATTEST:
OWNER
BY:
(SEAL)
ATTEST:
CONTRACTOR
MAILING ADDRESS
PHONE NUMBER
FAX NUMBER
BY:
TITLE
APPROVED AS TO FORM: PRINTED NAME
(SEAL)
CITY ATTORNEY
PB - 1
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That
whose address is ,
hereinafter called Principal, and ,
a corporation organized and existing under the laws of the State of , and fully authorized
to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a
municipal corporation organized and existing under the laws of the State of Texas, hereinafter called
Owner, in the penal sum of DOLLARS ($ ) in lawful money
of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to
be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any
Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a
Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of
this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered
into a certain Contract, identified by Ordinance Number 2009- , with the City of Denton, the Owner,
dated the day of A.D. , a copy of which is hereto attached and made a part
hereof, for IFB 6389: Mayhill Road Widening and Improvements.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the
undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans,
Specifications and Contract Documents during the original term thereof and any extension thereof which
may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or
warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings,
covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract
that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within
a period of two (2) years from the date of final completion and final acceptance of the Work by the Owner;
and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which
Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all
outlay and expense which the Owner may incur in making good any default or deficiency, then this
obligation shall be void; otherwise, it shall remain in full force and effect.
PB - 2
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie
in Denton County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work
to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall
in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or
to the Plans, Specifications, Drawings, etc.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as
amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the Resident
Agent in Denton County to whom any requisite notices may be delivered and on whom service of process
may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code,
Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be
deemed an original, this the day of , .
ATTEST: PRINCIPAL
BY:
SECRETARY BY:
PRESIDENT
ATTEST: SURETY
BY:
BY:
ATTORNEY-IN-FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process
is:
NAME:
STREET ADDRESS:
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name.)
PB - 3
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That ,
whose address is ,
hereinafter called Principal, and ,
a corporation organized and existing under the laws of the State of , and fully authorized to
transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a
municipal corporation organized and existing under the laws of the State of Texas, hereinafter called
Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor
upon, the building or improvements hereinafter referred to, in the penal sum of
__________________DOLLARS ($ ) in lawful money of the United States, to be paid in
Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered
into a certain Contract, identified by Ordinance Number , with the City of Denton, the Owner,
dated the day of A.D. , a copy of which is hereto attached and made a part
hereof, for IFB 6389: Mayhill Road Widening and Improvements.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make
prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or
material in the prosecution of the Work provided for in said Contract and any and all duly authorized
modifications of said Contract that may hereafter be made, notice of which modifications to the Surety
being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force
and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in
Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work
to be performed there under, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall
in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Contract, or to the Work to be performed there under, or
to the Plans, Specifications, Drawings, etc.
PB - 4
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as
amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the Resident
Agent in Denton County to whom any requisite notices may be delivered and on whom service of process
may be had in matters arising out of such surety ship, as provided by Article 7.19-1 of the Insurance Code,
Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be
deemed an original, this the day of , .
ATTEST: PRINCIPAL
BY:
SECRETARY BY:
PRESIDENT
ATTEST: SURETY
BY:
BY:
ATTORNEY-IN-FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process
is:
NAME:
STREET ADDRESS:
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
CI - 1
INSURANCE REQUIREMENTS AND
WORKERS’ COMPENSATION REQUIREMENTS
Respondent’s attention is directed to the insurance requirements below. It is highly recommended
that respondents confer with their respective insurance carriers or brokers to determine in
advance of Proposal/Bid submission the availability of insurance certificates and endorsements
as prescribed and provided herein. If an apparent low respondent fails to comply strictly with the
insurance requirements, that respondent may be disqualified from award of the contract. Upon
contract award, all insurance requirements shall become contractual obligations, which the
successful contractor shall have a duty to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance including any applicable addendum or
endorsements, containing the bid number and title of the project. Contractor may, upon written
request to the Purchasing Department, ask for clarification of any insurance requirements at
any time; however, Contractors are strongly advised to make such requests prior to proposal/bid
opening, since the insurance requirements may not be modified or waived after proposal/bid
opening unless a written exception has been submitted with the proposal/bid. Contractor shall
not commence any work or deliver any material until he or she receives notification that the
contract has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted:
• Each policy shall be issued by a company authorized to do business in the State of
Texas with an A.M. Best Company rating of at least A- VII or better.
• Any deductibles or self-insured retentions shall be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self-insured retentions with respect to the City, its officials, agents, employees and
volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
CI - 2
• Liability policies shall be endorsed to provide the following:
•• Name as additional insured the City of Denton, its Officials, Agents, Employees
and volunteers.
•• That such insurance is primary to any other insurance available to the additional
insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is brought.
The inclusion of more than one insured shall not operate to increase the insurer's
limit of liability.
• All policies shall be endorsed to read:
“Cancellation: City requires 30 day written notice should any of the policies
described on the certificate be canceled or materially changed before the expiration
date.”
• Should any of the required insurance be provided under a claims-made form,
Contractor shall maintain such coverage continuously throughout the term of this
contract and, without lapse, for a period of three years beyond the contract expiration,
such that occurrences arising during the contract term which give rise to claims made
after expiration of the contract shall be covered.
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor shall
either double the occurrence limits or obtain Owners and Contractors Protective
Liability Insurance.
• Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date. If insurance is not reinstated, City may, at its sole option, terminate this
agreement effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted:
CI - 3
[X] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $1,000,000
shall be provided and maintained by the Contractor. The policy shall be written on an
occurrence basis either in a single policy or in a combination of underlying and
umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:
• Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage.
• Coverage B shall include personal injury.
• Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and
ISO Form GL 0404) is used, it shall include at least:
• Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU) exposures.
• Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination
of basic and umbrella or excess policies. The policy will include bodily injury and property
damage liability arising out of the operation, maintenance and use of all automobiles and
mobile equipment used in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
• any auto, or
• all owned, hired and non-owned autos.
CI - 4
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in
addition to meeting the minimum statutory requirements for issuance of such insurance,
has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each
employee, and a $500,000 policy limit for occupational disease. The City need not be
named as an "Additional Insured" but the insurer shall agree to waive all rights of
subrogation against the City, its officials, agents, employees and volunteers for any work
performed for the City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096
of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation
Commission (TWCC).
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
naming the City as insured for property damage and bodily injury which may arise in the
prosecution of the work or Contractor's operations under this contract. Coverage shall be
on an "occurrence" basis, and the policy shall be issued by the same insurance company
that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00
combined bodily injury and property damage per occurrence with a $1,000,000.00
aggregate.
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to
the contractor or if a contractor leases or rents a portion of a City building. Limits of not
less than $ each occurrence are required.
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than $1,000,000.00 per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
CI - 5
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a “blanket” basis to cover all employees,
including new hires. This type of insurance should be required if the contractor has access
to City funds. Limits of not less than $ each occurrence are required.
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements. If such additional insurance is required for a specific contract,
that requirement will be described in the "Specific Conditions" of the contract
specifications.
CI - 6
ATTACHMENT 1
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A. Definitions:
Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate
of authority to self-insure issued by the commission, or a coverage agreement (TWCC-
81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation
insurance coverage for the person's or entity's employees providing services on a
project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes all
persons or entities performing all or part of the services the contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with
the contractor and regardless of whether that person has employees. This includes,
without limitation, independent contractors, subcontractors, leasing companies, motor
carriers, owner-operators, employees of any such entity, or employees of any entity
which furnishes persons to provide services on the project. "Services" include, without
limitation, providing, hauling, or delivering equipment or materials, or providing
labor, transportation, or other service related to a project. "Services" does not include
activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the Contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
CI - 7
E. The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(1) provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
CI - 8
(4) obtain from each other person with whom it contracts, and provide to the
contractor:
(a) a certificate of coverage, prior to the other person beginning work on the
project; and
(b) a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) - (7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the commission's Division of Self-Insurance Regulation. Providing false
or misleading information may subject the contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
K. The contractor’s failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the governmental entity to declare the contract void if
the contractor does not remedy the breach within 10 days after receipt of notice of
breach from the governmental entity.
City of Denton, Texas
Invoice Attachment
1 Vendor Name: ____________________________________________________________________
2 Project Name: ____________________________________________________________________
3 Purchase Order Number: _______________________
4 Vendor Invoice Number: ________________________
5 Vendor Invoice Date: ___________________________
6 The following is period estimate number _______________ for the period from ____________________ to ___________________.
7 Is this the final invoice for this project? Yes No
8 Original contract amount 8
9 Approved change orders 9
10 Add lines 8 and 9. This is the current contract amount.10
Project Totals To Date Period Totals
11 Enter the amount of work performed on original contract. 11a 11b
12 Enter the amount of work performed on approved change orders. 12a 12b
13 Enter the amount of materials on hand.13a 13b
14 Add lines 11, 12, and 13. This is the total value of work performed. 14a 14b
15 Multiply line 14 by .05. This is the amount retained (5%). 15a 15b
16 Subtract line 15 from line 14. This is the net amount earned. 16a 16b
17 Enter the amount of all previous payments.17
18 In 18a, subtract 17 from 16a. In 18b, enter the amount from 16b.
This is the balance due with this invoice.
The amount in 18a MUST equal the amount in 18b. 18a 18b
The undersigned Contractor certifies that all work, including materials on hand, covered by this schedule has been completed or delivered and stored
in acordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous periodic
payments were issued and received from the City of Denton, and that the current payment shown herein is now due.
Signed Date
Page 1
Instructions to Invoice Attachment
THE INVOICE ATTACHMENT IS NOT A SUBSTITUTE FOR A NOTARIZED APPLICATION FOR PERIODIC PAYMENT.
THAT DOCUMENT IS STILL NECESSARY AND SHOULD BE INCLUDED WITH THE INVOICE ALONG WITH THIS INVOICE ATTACHMENT.
Use You are bound under a construction contract with the City of Denton.
this Your contract includes a clause for the withholding of retainage.
form if You are submitting an invoice for payment to the City of Denton.
Lines 1 - 5 Enter the information required for a payment to be processed. It includes a valid purchase order number issued
by the City of Denton, as well as your invoice number and date. Your invoice will not be paid without this information.
Line 6 Specify the construction period for which you are seeking payment. Include the period number and period dates.
Line 7 Check "Yes" if this is the final invoice for this project. The final invoice should include the release of retainage that has been withheld.
Line 8 Enter the original contract amount approved by the City of Denton.
Line 9 Enter the amount of any approved change orders that increases or decreases the amount of the original contract.
Line 10 This amount should be the total value of the contract after all changes have been applied.
Line 11a Enter the amount of work performed on the original contract from inception to date. Show project totals only.
Line 11b Enter the amount of work performed on the original contract in this reporting period only. Do not include any prior periods in this calculation.
Line 12a Enter the amount of any additional work performed from inception to date. Show project totals only.
Line 12b Enter the amount of any additional work performed in this reporting period only. Do not include any prior periods in this calculation.
Line 13a Enter the amount of any materials on hand from inception to date. Show project totals only.
Line 13b Enter the amount of any materials on hand in this reporting period only. Do not include any prior periods in this calculation.
Line 14a - 14b These lines identify the value of the work performed for the project from its beginning as well as the value of work performed this period.
Line 15a Enter the amount retained based upon the value of work performed on the project to date.
Line 15b Enter the amount retained based upon the value of work performed this period.
Line 16a This is the amount earned on the project after retainage has been withheld.
Line 16b This is the amount earned in the current period. It should equal the payment amount you are expecting from the City of Denton.
Line 17 Enter the amount of all previous payments you have received on this project.
Line 18a This is the amount due based upon the project totals to date. It is the cumulative total of all transactions related to this project.
Line 18b This is the amount due based upon current period totals. It should match the invoice attached to this schedule.
Line 18a and line 18b MUST be the same amount. It is the reconcilation between period and project totals.
You must sign and date the Invoice Attachment. The Invoice Attachment should be mailed along with the invoice for payment.
Page 2
G-1
GENERAL PROVISIONS
SPECIFICATIONS
This project shall be constructed by utilizing the October 2004 edition of the North Central Texas
Council of Government’s Standard Specifications for Public Works Construction (NCTCOG,
hereafter). Any permissible deviation from those standard specifications will be noted in the section
of General Provisions, Special Contract Requirements and Bid Item Definitions, City of Denton
Amendments to NCTCOG Specifications, or the Construction Plans.
LOCATION OF PROJECT
This improvement project is totally located within the city limits or extra territorial jurisdiction of the
City of Denton, Texas. A map showing the general location of the improvements is included in the
plans.
SCOPE OF WORK
The work to be performed under this contract consists of furnishing all materials, labor, supervision,
tools and equipment necessary for the widening and street improvements, installation of storm
drainage system, water system, and sanitary sewer system as shown in the plans titled “Mayhill
Widening and Improvements”.
PLANS AND SPECIFICATIONS
Plans and specifications may be obtained at the office of Freese and Nichols, Inc., 4055 International
Plaza, Ste. 200, Fort Worth, TX 76109, upon non-refundable deposit of two hundred ($200.00) dollars
per set.
PERFORMANCE BOND
The Contractor shall have on file with the City of Denton, Texas, before execution of the contract
good and sufficient performance bond with an approved surety in an amount equal to one-hundred
(100) 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 two (2) years from the completion and
final acceptance thereof by the said City of Denton, the improvements shall require no repairs, the
necessity for which shall be occasioned by defects in said workmanship or material. If, however,
during the said period, in the opinion of the Mayor and City Council, the said improvements or
associated structures and equipment shall require repairs and the necessity for such repairs, shall,
in their opinion, be occasioned by defective workmanship or materials furnished in the
construction of any part thereof or any of the accessories thereto, built by this Contractor, then
such repairs, on due notice being given at any time during said period, by the City, to the
Contractor, shall promptly be made by the Contractor in the following manner:
G-2
Upon notice from the City, served at any time during the period of said guarantee, the Contractor
shall at his own expense take out and remove all worn out, inferior or defective materials found in
the improvements as shown on the plans or any other part of the improvements or accessories
thereto, and good acceptable materials shall be substituted therefore, including any materials that
have become injured, or have become damaged by reason of their being in close proximity to such
imperfect material or workmanship, the Contractor shall take up, repair and/or replace all
improvements as shown on plans, that have become defective if found to be so during the term of
said guarantee. Final determination will be made by the City Engineer.
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 Surety. If said Contractor or Surety shall fail
or neglect for a period of ten (10) days to make such necessary repairs as herein provided, then the
City shall have the right with or without further notice, to proceed to make such repairs or cause the
same to be done either by contract or otherwise at its option and to pay for the cost of such repairs.
Emergency repairs to improvements may be required due to extreme weather, faulty materials, or any
other cause. When the public safety is jeopardized, the City of Denton may deem the situation an
emergency. At this time, the Contractor shall have 4 hours notification by telephone to complete
the repairs or the City may complete the work itself.
If such cost of repairs so made shall not be paid by the said Contractor or Surety upon receipt of
Notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or
in case the said repairs shall not actually 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 the costs of such repairs
and to maintain an action against the said Contractor or Surety, or both under said bond, to recover
the amount so determined in any court of competent jurisdiction, and the amount so determined shall
be conclusive upon the Contractor and Surety in any action upon said bond.
TIME ALLOTTED FOR COMPLETION
The number of days for the Base Bid for this project is shown on the Bid Tabulation Sheets to be nine
hundred (900) calendar Days for substantial completion. Substantial completion is defined as all
roadway lanes paved and open to traffic (with temporary tabs) and all sidewalks and ramps open for
pedestrian use. The project is to be complete in nine hundred thirty (930) consecutive calendar days
from start of construction for all manners of construction and project documentation.
The Contractor is permitted to work every weekday which is not a Federal, State or Local holiday
from 7:00 am to 6:00 pm. Work requiring City inspection oversight must be restricted to the hours
between 8:00 am to 5:00 pm unless arrangements are made with the City beforehand. The Contractor
will not be allowed to work on Saturdays unless prior arrangements are made with the City. The
Contractor will not be allowed to prosecute the work on Sundays without written permission by the
City due to the noise ordinance. Exceptions to the noise ordinance require approval by City Council
and will require careful coordination and planning between the Contractor and City.
A Work Order shall be submitted by the City to the Contractor prior to the beginning of construction.
A Work Order shall consist of a written request by the City Engineer for the Contractor to proceed
with the construction of the project. The Work Order shall specify the starting and ending date of the
G-3
project construction. The City may set the starting date of the project construction at any date
subsequent to the Work Order notification. The Work Order will be issued upon receipt of the
executed contract and surety bonds from the Contractor. The Contractor will be required to execute
the contract and furnish the surety bonds within 10 business days of receipt of the approved Contract
per NCTCOG Item 103.5.
Failure to complete the work within the allotted time shall make the Contractor liable for liquidated
damages at the daily rate specified per NCTCOG Item 108.8. The amount of liquidated damages
shall be for each calendar day over the original or extended project end date. The City reserves the
right to deduct monies due to the Contractor in the amount of the liquidated damages incurred on the
project as per terms of NCTCOG Item 108.8 at a minimum. Actual, documented damages provided
by the City which are greater than the minimum amounts shown shall govern. Assessment of
liquidated damages by the City shall not constitute a waiver of the City’s right to sue and collect
additional damages which the City may sustain by the failure of the Contractor to perform in
accordance with the terms of its Contract.
The City will be the sole judge as to whether extensions of the Contract Time will be issued. The
Contractor must submit extensions for time in writing within fourteen (14) days of the alleged delay
per NCTCOG Item 108.8. Failure to do so will automatically render any claim for extension null and
void. Normal weather related delays (e.g. rain) will be considered sufficient grounds for extension of
time for projects defined by work days but not for projects defined by calendar days.
MANUFACTURER'S INFORMATION
The Contractor shall submit five (5) copies of information from all manufacturers for materials and
equipment to be used on the project to the City. This information shall include:
(A) Product specifications sufficient to allow the City to determine whether the
materials and equipment conform to the design concepts and project specifications.
(B) Information on all warranties provided by the manufacturer.
All submittals shall be stamped by the manufacturer indicating that the manufacturer has checked the
submittal for compliance with the specifications. Unstamped or certified submittals shall be returned
to the manufacturer unprocessed.
Submittals shall be provided to the City prior to or at the preconstruction meeting. Construction will
not be allowed to proceed until all submittals have been approved or a written waiver is given by the
City.
CONTRACTOR'S RESPONSIBILITIES
The contractor shall be responsible for the accuracy and completeness of the information contained
in each submittal and that all materials, equipment, and method of work are adequately described in
each submittal. All submittals shall be stamped by the contractor indicating that the contractor has
G-4
checked the submittal for compliance with the specifications. Unstamped or uncertified submittals
shall be returned to the contractor unprocessed.
BARRICADES, LIGHTS, DETOUR ROUTES, AND SIGNS
The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, flashers,
signals, and signs, and shall provide such other precautionary measures for the protection of persons
and property as are necessary. Safety to the working forces and the general public shall be of
uppermost consideration in scheduling all construction activities.
A traffic control plan has been developed and is part of the construction plan set. The contractor may
elect to prepare an alternate traffic control plan for review and approval by the City. The traffic control
plan shall be prepared at no additional cost to the City and shall be prepared by an engineer licensed
in the State of Texas.
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. The Contractor shall submit a plan
for each site which must be approved by the City before construction of that phase may begin. From
sunset to sunrise, the Contractor shall furnish and maintain at least one battery type flasher at each
barricade and a sufficient number of barricades shall be erected to keep vehicles or pedestrians from
entering hazardous work areas during construction.
For all locations where construction work affects road right-of-way, the Contractor shall submit a
traffic control plan to the City for approval prior to beginning construction. The traffic control plan
shall be prepared at no additional cost to the City and shall be prepared by an engineer licensed in the
State of Texas.
The Contractor will be held responsible for all damages to the work due to failure of the barricades,
signs, lights, and watchmen required to protect the work area. The Contractor's responsibility for the
protection of the work shall not cease until the project has been accepted by the City.
If, in the opinion of the City Engineer or his duly authorized representative, the barricades and signs
installed by the Contractor do not properly protect the work area, the Contractor shall immediately
cease all other work activities and correct the deficiency in proper barricading.
The Contractor shall provide an ultimate effort toward safe and smooth flow of traffic during work
hours.
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 City Engineer or his designated representative.
No work will be allowed to begin prior to proper placement of all barricades and signs.
G-5
The Contractor shall designate a person who will be in charge of all barricades and signs. This
person shall be knowledgeable of all current regulations of law regarding proper procedures for
barricading in construction areas and can speak fluent English. This person shall be available to
perform these duties during working hours, night hours, weekends and holidays. The Contractor
shall also be required to provide watchmen after working hours, on weekends, and on holidays for
the entire length of the project.
All detours, closures, partial closures, or other construction activities that require a major
displacement of traffic shall require a one-week notice so that the City can communicate this
information to the public. A barricading meeting will be held by the City with the Contractor's
superintendent, the person in charge of the barricades, and the foreman in charge of the particular
construction to be done prior to beginning installation of barricades, and prior to any major shift in
traffic.
SUPPORT SYSTEMS INSPECTOR
All contractors involved in excavations as defined in the most current OSHA Occupational Safety
and Health Standards for excavations must submit a notarized affidavit prior to award of the bid
showing the name of the Support System Inspector. The affidavit must include a statement that the
named individual is a competent person as defined in the OSHA regulations related to excavations.
In order to be “competent person,” one must have had specific training in, and be knowledgeable
about soil analysis, the use of protective systems, and the OSHA regulations on excavations.
WATER FOR CONSTRUCTION
Water used for any uses including sprinkling, testing, and flushing of pipelines, or any other purpose
incidental to this project, will be furnished by the Contractor. The Contractor shall make the necessary
arrangements for securing and transporting such water and shall take such water in such a manner and
at such times that will not produce a harmful drain or decrease of pressure in the City's water system.
Water shall not be used in a wasteful manner. The Contractor shall make arrangements with the City
to have the City install a temporary meter for the water required and the Contractor shall pay for the
water at the prevailing rate.
STAKING LINES AND GRADE
The Contractor shall furnish control staking for all alignments, grades and elevations which may be
needed to complete this project. The Contractor shall protect and maintain the control staking. Any
survey stakes or markers that are disturbed by the Contractor shall be replaced by the Contractor
immediately upon notification by the City. The Contractor shall furnish suitable material, labor and
expertise to erect and maintain adequate working stakes, batter boards, or laser equipment for utility
line construction as the job progresses.
G-6
U.S. POSTAL MAILBOXES
The Contractor shall be fully responsible for maintaining and protecting all existing U.S. Postal
mailboxes during the construction period. Postal mail delivery must be maintained on a daily basis
to all postal delivery points within the project area. For projects that require a section of road to be
completely closed to traffic, the mailboxes shall be relocated to a nearby street corner where they shall
be placed for temporary delivery service. Residents shall have safe access to mailboxes. The
Contractor shall relocate the boxes working in cooperation with the Postal Director and the City.
Following the completion of the work, the Contractor shall restore all postal boxes to their previous
locations or as close as is possible and to like or better conditions.
Because of the legal significance of the postal delivery service, the Contractor shall consider this
responsibility as a first priority. Mailboxes shall be placed 42" above the ground and located directly
behind the back of the curb. Both measurements shall be the front lower face of the mailbox.
FOREMAN DESIGNATION REQUIREMENTS
The Contractor shall designate in writing a foreman for the project at the preconstruction meeting.
This foreman shall make every effort to cooperate with the City Inspector and shall not be an
equipment operator at any time unless authorized in writing by the City. Communications and work
methods shall be established early and maintained throughout the project at satisfactory levels for
both parties.
MATERIAL SAMPLING AND TESTING
Unless otherwise stipulated in the contract documents, initial testing of all materials, construction
items or products incorporated in the work shall be performed at the direction of the City Engineer
and expense of the City, including initial compaction and density tests deemed necessary.
In the event materials, construction items or products incorporated in the work fail to satisfy the
minimum requirements of the initial test, appropriate prove-out test shall be made as directed by the
City Engineer to determine the extent of the failure and to verify that the corrective measures have
brought the item up to specification requirements. The cost of all testing necessary to determine the
extent of the failure and the adequacy of the corrective measures shall be the responsibility of the
Contractor.
The failure of the City Engineer to direct the City to make any tests of materials shall in no way relieve
the Contractor of his responsibility of furnishing materials conforming to the contract documents.
Tests, unless otherwise specified, shall be made in accordance with the latest methods of the American
Society for Testing and Materials. The Contractor shall provide such facilities as the City Engineer
or City may require for collecting and forwarding samples and shall not use the materials represented
by the samples until tests have been made. The Contractor shall furnish adequate samples without
charge.
G-7
The inspections and tests made by the city shall ordinarily be made without cost to the Contractor
unless otherwise expressly specified in the contract documents. The Contractor shall furnish without
additional cost to the City Engineer or City such materials for testing as may be reasonably necessary.
Retesting after failure to pass tests shall be at the expense of the Contractor. Should the percentage of
rejected material or equipment be unreasonably large, the additional cost of such inspection and tests
resulting therefrom shall be borne by the Contractor. The City Engineer shall judge what is extra
inspection and shall determine the additional cost incurred thereby and payable by the Contractor.
SCOPE OF WORK CHANGES
Changes in the scope of work for the project shall be handled in accordance with the provisions of the
NCTCOG specifications and any applicable City Updates.
WORKING AREA
The Contractor shall confine its equipment, storage of materials and construction operations to the
public right-of-way and easements shown on the plans or described in the specifications. Storage of
equipment and materials shall not restrict the public use of right-of-way or easements unless
specifically approved by the City. The Contractor shall not have exclusive right to the working area,
as it must accommodate other Contractors or City forces which may utilize the same area for other
construction activities.
SEQUENCE OF WORK
A proposed sequence of work is provided in the plans. However, the Contractor maintains the right
to sequence the project activities per his means and methods. Right-of-way acquisition is expected
to be complete prior to the City’s issuance of a Notice to Proceed.
Franchise utilities are not expected to be fully cleared by the date of the Notice to Proceed. The City
anticipates clearance by the dates listed below. Unless otherwise stated, clearance of these
obstructions will be performed by their respective owners. Estimated clearance dates are not
anticipated to interfere with the Contractor’s operations.
Utility Owner Description and
Approximate Location
Estimated Clearance
Date
Effect on Construction
Atmos Energy 2 – 8” High Pressure Gas
Lines crossing at 182+50
9/30/2017 No Effect
Atmos Energy Gas distribution lines:
East side of Mayhill from
175+00 to 188+00
West side of Mayhill
223+00 to 238+00,
294+00 to 308+00
9/30/2017 No Effect
G-8
Frontier
Communications
Fiber optic lines:
East side of Mayhill
114+50 to 131+00,
173+00 to 202+00,
242+00 to 283+00,
293+00 to 309+00
West side of Mayhill
223+00 to 242+00,
9/30/2017 No Effect
Grande
Communications
Fiber optic lines:
West side of Mayhill
243+00 to 286+00
9/30/2017 No effect
Denton ISD Fiber optic lines:
East side of Mayhill
114+50 to 237+00
West side of Mayhill
237+00 to 309+00
9/30/2017 No effect
Denton County Fiber optic lines:
East side of Mayhill
114+50 to 222+00
9/30/2017 No effect
Denton Municipal
Electric
Overhead electric lines:
West side of Mayhill
167+00 to 202+00
223+00 to 309+00
9/30/2017 No effect
Oncor Overhead electric lines:
Crossing at 103+50
9/30/2017 No effect
RESTORATION OF PROPERTY
The Contractor is responsible for restoring public or private property damaged by its construction
activities to a condition as good as or better than the condition prior to constructions. This provision
applies specifically, but not exclusively, to existing concrete or asphalt pavement, concrete sidewalk,
concrete curb and gutter, concrete drainage structures, utilities, fencing, structures, and landscaping
that are within the work zone by that are not requires to be removed in order to install the
improvements called for on the plans. Cost for this restoration shall be borne solely by the Contractor.
Failure to restore the damaged property by the Contractor may be cause for the City to restore the
property on its own and the deduct the restoration cost from the monies owed the Contractor per
NCTCOG Item 107.26.
LETTERS OF RELEASE
A Letter of Release from each property owner affected by the project is required prior to acceptance
of any public improvement, particularly when the Contractor has performed work outside of City
right-of-way or public easements. The letter should state that the owner finds the restoration of the
property acceptable. The Contractor will be held responsible for restoring disturbed property to a
condition at least equal to the condition that existed prior to construction. The Contractor will not be
G-9
held responsible for repairing prior damage or for excessive or unreasonable requests of the property
owner. Whether a property owner’s request is reasonable or not will be determined by the City
Engineer.
PARTIAL PAYMENTS
Partial payments will be made within thirty (30) days of receipt of an undisputed invoice and
acceptance of work performed. Only complete and in place items will be paid for and no payment
will be made for materials on hand. A five percent (5%) retainage will be held by the City, calculated
using the total work complete to date of the partial payment. No partial release of retainage will be
permitted before Final Payment. Workday counts for each month should be agreed on before
submitted on partial estimate. Counts will be considered final when processed for payment.
OVERTIME CHARGES FOR CONSTRUCTION INSPECTORS
If any person or Contractor doing street, utility or sidewalk construction, excavation, alteration or
repair requests and receives necessary inspection by City personnel for such work outside of normal
business hours (8:00 o'clock A.M. to 5:00 o'clock P.M. weekdays and non-holidays) such person or
contractor shall be charged and pay one hundred and thirty five dollars ($135.00) per hour (minimum
of four (4) hours) for such inspection. The Inspector must be notified at least 24 hours in advance for
overtime to be performed on week days and 48 hours in advance for overtime to be performed on
weekends or holidays.
FINAL PAYMENT
The City shall within 60 days of presentation of an approved final application for payment, pay the
Contractor the amount approved by the City Engineer.
Neither final payment nor any remaining retained percentage shall become due until the Contractor
submits to the City:
1. An affidavit that payrolls, bills for materials and equipment, and other indebtedness
connected with the work for which the Owner or the Owner’s property might be
responsible or encumbered (less amounts withheld by Owner) have been paid or
otherwise satisfied;
2. A certificate evidencing that insurance required by the Contract Documents to remain
in force after final payment is currently in effect and will not be cancelled or allowed
to expire until at least thirty (30) days prior written notice has been given to the Owner;
3. A written statement that the Contractor knows of no substantial reason that the
insurance will not be renewable to cover the period required by the Contract
Documents;
4. A consent of surety to final payment; and
5. If required by the Owner, other data establishing payment or satisfaction of
obligations, such as receipts, releases and waivers of liens, claims, security interests
or encumbrances arising out of the Contract, to the extent and in such form as may be
designated by the Owner.
G-10
CITY OF DENTON CONSTRUCTION MANAGEMENT PROCEDURES
I. Preconstruction Meeting
A preconstruction meeting is required before any project shall begin in the City of Denton
or its jurisdiction limits. Represented at the meeting, as applicable, shall be:
A. City of Denton representatives
B. Contractor's representatives
C. Consulting Engineers representatives
D. Affected utilities in the construction area represented
This meeting shall consist of reviewing the plans with all the representatives present to
discuss proposed construction methods and utility adjustment, to discuss project
management and administrative procedures, and to clear up any doubts about the plans and
specifications. The Contractor will be required to present a proposed project schedule and
any outstanding submittals at the meeting. Location of the meeting shall be designated by
the City. Call (940) 349-8910 for specifics at least 48 hours in advance of the meeting.
II. Plans and Specifications:
A correct, current set of plans and specifications shall be in the possession of the contractor
on the first day of the project. These shall be shown to the City of Denton Inspector before
any work is allowed to proceed on that project. A legible set of plans shall be retained
onsite by the contractor throughout the project until its completion.
III. Final Acceptance Procedures and Conditions for Privately Sponsored Development:
The following are to be applied at the discretion of the City Engineer to the public
improvements being inspected by the Public Works Inspection Department. This is an
effort to speed completion of projects to final acceptance which should increase the
efficiency of the inspection process being provided.
A. Before any testing occurs on water, sewer, or storm sewer lines, the contractor shall
provide the following to the City:
1. As-built drawings (from the design engineer).
2. Cleanup of the work site including sweeping the streets in a dust free
manner.
B. Street Improvements - Final Acceptance
G-11
1. As-built drawings (from the design engineer).
2. Cleanup of the work site including sweeping the streets in a dust free
manner.
3. Asphalt Cores - Depth
4. Concrete breaks all meet specification.
5. Valves & Manholes in street raised to proper elevations and working.
6. All services (water & sewer) stamped on curbs.
7. Revegetation of the work site established to specifications.
C. Final Acceptance of Water, Sewer, and Storm Sewer Pipes
1. As-built drawings (from the design engineer).
2. All tests pass (air, water, bacteriological samples, etc.).
3. Cleanup of the work site including sweeping the streets in a dust free
manner.
4. Fire hydrants raised to proper elevation.
5. Valves, cleanouts, manholes, and junction boxes accessible and working
smoothly.
6. Revegetation of the work site established to specifications.
FINAL ACCEPTANCE PROCEDURES
1. All punch lists shall be considered preliminary unless they are specifically documented as
the final punch list.
2. Final punch lists shall be provided to the Contractor in person and through the mail by a
certified letter.
3. Contractor shall acknowledge receipt of the final list and discuss at the time any
requirements he feels are not consistent with City of Denton Standard Specifications. Any
corrections to the list shall be made at the time or the list shall be considered final.
4. When the final punch list is complete for the entire project, a letter of acceptance will be
issued. No deviations shall be allowed unless approved in writing by the City Engineer for
the City of Denton.
G-12
CITY OF DENTON SURVEYING REQUIREMENTS
The following are the standard surveying requirements for public improvements with the City of
Denton.
Street Improvements
1. Street grades and alignment at 50' stations - both sides - or at 25' stations in all vertical curves
or horizontal curves.
2. Grades and alignment at all curb returns for intersections, alleys, and other curb breaks as
instructed by City Inspector.
3. Grades and alignment stakes for streets shall be separated enough from utility stakes that the
Inspector can easily follow all staking.
4. Maximum offsets shall be 10 feet. Methods of transferring grades from long offsets (4' - 10')
shall be approved by Inspector.
5. Valley gutter grades shall follow the flow line of the curb on each side and shall be constructed
with the aid of a string line unless problems develop requiring stakes.
6. All changes to the plans deemed major by the Inspector shall be restaked by the project
surveyor.
Sewer Lines (Storm & Sanitary)
1. Grade and alignment stakes shall be provided at 50' intervals.
2. Manholes, cleanouts, bends, and any other appurtenance shall be staked before construction
begins in that area.
3. Services shall be staked or centerline of the lot staked for the service to be placed 5'
downstream from the centerline. Existing property pins shall not be used as construction
stakes.
4. Staking requirements for changes to the plans and offset limits shall be the same as for streets
and water lines.
5. Sewer grades shall be distinctly separated from street grades on any stakes so each
improvement can be easily built with no confusion.
G-13
Water Lines
1. Alignment stakes shall be provided at 50' intervals. Grade stakes shall be provided at each
grade change shown on the plans and at 50' intervals where grades are critical.
2. All service lines shall be staked or the centerline of the lot staked if services are to be located
5' upstream of the centerline. These stakes shall be put up specifically for the services.
Property pin stakes left over from preliminary staking are not to be used as construction stakes.
3. Valves, bends, fire hydrants, tees, and all other appurtenances to the line shall be staked before
construction in that area proceeds. Offsets for alignment are critical, especially for the fire
hydrants to keep them 2' behind the back of the curb. The Surveyor shall consult with the
Inspector before work begins to establish the appurtenances that do need exact stakes.
4. Any changes to the plans deemed major by the Inspector shall be restaked by the Surveyor.
Offset requirements shall be the same as for streets.
Conflicts Over Surveying Requirements
The Contractor is responsible for construction staking unless otherwise noted in the Special Contract
Requirements. Communications regarding surveying after the preconstruction meeting should be
between the City Inspector and the Contractor and Surveyor. Direct communication reduces the
chances of misunderstandings in the process of the work.
Any questions over City requirements listed in this addendum shall be discussed at the preconstruction
meeting or with the City Engineer prior to that meeting. Unless a signed letter is placed in the
construction file, the requirements as listed in this addendum shall be considered applicable.
Cut Sheet Requirements
Cut sheets shall be provided to the Contractor and to the City Inspector. These sheets shall contain
all needed grades based on top of curb elevations for streets, drainage, water and sewer improvements.
Each special item such as service lines, manholes, fire hydrants, valves, cleanouts, junction boxes,
and any other items as required by the Inspector shall have a cut from top of curb grades of the street
in that area.
CITY OF DENTON MINIMUM WAGE RATES FOR PUBLIC
ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION AND
UNDERGROUND UTILITY CONTRACTS
In accordance with Texas Government Code 2258, the awarded contractor shall comply with
prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage
Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations
website www.wdol.gov for Denton County, Texas (WD-2509).
G-14
Notwithstanding any other provision of this Contract, the awarded contractor herby represents and
warrants that the contractor shall pay to each of its employees a wage not less than what is currently
known as the “Federal Minimum Wage” and any increase or amendments thereto. Furthermore,
contractor shall produce proof of compliance with this provision by contractor to the City. The City
shall withhold payments due to contractor until contractor has complied with this provision. Prior to
any payment being made for work satisfactorily completed and accepted, contractor shall submit
wage rate affidavits with its billing documents affirming that all employees have been paid not less
than the current “Federal Minimum Wage”.
W-1
CITY OF DENTON MINIMUM WAGE RATES FOR PUBLIC
ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION AND
UNDERGROUND UTILITY CONTRACTS
In accordance with Texas Government Code 2258, the awarded contractor shall comply with
prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage
Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations
website www.wdol.gov for Denton County, Texas (WD-2509).
Notwithstanding any other provision of this Contract, the awarded contractor herby represents and
warrants that the contractor shall pay to each of its employees a wage not less than what is currently
known as the “Federal Minimum Wage” and any increase or amendments thereto. Furthermore,
contractor shall produce proof of compliance with this provision by contractor to the City. The City
shall withhold payments due to contractor until contractor has complied with this provision. Prior to
any payment being made for work satisfactorily completed and accepted, contractor shall submit
wage rate affidavits with its billing documents affirming that all employees have been paid not less
than the current “Federal Minimum Wage”.
D - 1
SPECIAL CONTRACT REQUIREMENTS AND BID ITEM DEFINITIONS
As Stated in the General Provisions, the October 2004 edition of the North Central Texas Council of
Governments Standard Specifications for Public Works Construction will be utilized as a basis for
both general and technical procedures to included types of materials and construction procedures used
in the City of Denton. The following specifications and definitions are intended to (1) highlight
requirements in the NCTCOG found on most projects in the City of Denton, (2) make specific
requirements for materials or procedures where the NCTCOG gives options, (3) specify provisions
for deviation from NCTCOG, and (4) define the bid items listed in the bid tabulation sheet. The
following specifications are also numbered in accordance with the NCTCOG to aid in locating more
specific requirements.
Conflicts sometimes arise when City of Denton provisions conflict with either the plans for the project
or the North Central Texas Council of Governments specifications. The following order of
precedence shall general be followed in case of conflicts; however, the City Engineer shall make final
determination:
1. City of Denton construction plans
2. City of Denton project specifications
3. NCTCOG Standard Specifications
4. TxDOT 2014 Standard Construction Specifications
Payment sections of the specifications include all material, labor, and equipment necessary to
complete the project.
D - 2
Item I-1 Project Signs
Two signs advertising the CIP Construction Project shall be placed in strategic points on the upstream
and downstream end of the project as directed by the City with lettering as needed to adequately
describe the work. These two signs shall be placed prior to beginning work and maintained until the
end of the project. No payment shall be made to the Contractor for maintenance of these signs.
Sign shall be constructed with ¾” weather treated plywood. Sign shall be painted white with blue
letters and symbols. Letter size shall conform to dimensions shown below. The City shall provide
updated text to the Contractor prior to issuing the Notice to Proceed.
Payment: Payment will be at the contract unit price for each Project Sign installed.
CITY LOGO
The flag shall resemble the Texas Flag. The Background of the stars and the
“City of Denton” lettering shall be blue. The lower bar of the flag shall be red,
and the upper bar shall be white. The dimensions, from the farthest ends, shall
be 12 inches, vertical, and 23.5 inches horizontal. The flag shall appear in the
dimensions shown. The contractor may request a digital copy in either .jpg or
.tif format.
Item I-2 Mobilization
General: The requirements of TxDOT Item 500 are applicable.
Payment: Payment for this item shall be in accordance with TxDOT Item 500.
D - 3
Item I-3 Preparing Right-of-Way
General: The requirements of City of Denton NCTCOG Amendment Item 203.3 are applicable.
Payment: Payment shall be at the contract unit price per station.
Item I-4 Barricades, Warning Signs, and Traffic Handling
General: The requirements of NCTCOG Item 801 are applicable. Contractor shall maintain traffic
flow at all times. Contractor shall provide alternate paths for pedestrians to travel for the duration of
the project.
The Contractor shall provide a detailed Traffic Control Plan (TCP) that complies with the Texas
Manual of Uniform Traffic Control Devices. The TCP shall be sealed by a Professional Engineer
registered in Texas, and shall be approved by the City for review prior to the issuance of the Notice
to Proceed.
Payment: Payment for this Item shall be at the unit price bid per month. This price is full
compensation for preparation of the TCP, and for installation, maintenance, adjustments,
replacements, removal, materials, equipment, labor, tools and incidentals.
Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling
devices have been installed in accordance with the TCP and construction has begun.
Monthly payment will be made each succeeding month for this Item provided the barricades, signs,
and traffic handling devices have been installed and maintained in accordance with the TCP until the
Contract amount has been paid.
If, within the timeframe established by the City, the Contractor fails to provide or properly maintain
signs and barricades in compliance with the Contract requirements, as determined by the City, the
Contractor will be considered in noncompliance with this Item. No payment will be made for the
months in question, and the total final payment quantity will be reduced by the number of months the
Contractor was in noncompliance.
The quantity paid under this Item will not exceed the total quantity shown on the plans except as
modified by change order. An overrun of the plans quantity for this Item will not be allowed for
approving designs; testing; material shortages; closed construction seasons; curing periods;
establishment, performance, test, and maintenance periods; failure to complete the work in the
number of months allotted; nor delays caused directly or indirectly by requirements of the Contract.
Item I-5 Portable Changeable Message Signs
General: The requirements of TxDOT Item 6001 are applicable. Place or relocate PCMS units as
shown on the plans or as directed. Maintain the PCMS units in good working condition. Repair
D - 4
damaged or malfunctioning PCMS units as soon as possible. PCMS units will remain the property
of the contractor.
Payment: Payment for this item shall be at the contract unit price per each PCMS.
Item I-6 and I-9 Remove Asphalt Pavement
General: The requirements of TxDOT Item 105 are applicable. All existing asphalt pavement to be
removed that abuts asphalt pavement to remain (private or public) shall be sawcut in a smooth straight
line. Any work damaged behind that sawcut shall be resawed and replaced at the Contractor's
expense.
Payment: Payment shall be at the contract unit price per square yard.
Items I-7, I-8, I-10 and I-11 Removal of Concrete
General: The requirements of TxDOT Item 104 are applicable. All concrete work to be removed
that abuts concrete work to remain (private or public) shall be sawcut in a smooth straight line. Any
work damaged behind that sawcut shall be resawed and replaced at the Contractor's expense.
Payment: Payment shall be at the contract unit price per square yard.
A. Removing and Disposing of Concrete Pavement
General: Removing concrete pavement shall include all pavement type sections located in the
existing roadway. Pavement areas are normally 6" or greater in depth.
Payment: Payment shall be at the contract unit price per square yard.
B. Removing and Disposing of Curb and Gutter Pavement
General: Removing curb and gutter pavement shall include the removal and disposal of existing
sections of concrete curb and gutter. Laydown, mountable, and upright standard curbs are all
included.
Payment: Payment shall be at the contract unit price per lineal foot.
C. Removing Concrete Sidewalks
General: Removing concrete driveway and sidewalk slabs shall include all other concrete sections,
which are typically less than pavement-type sections.
Payment: Payment shall be at the contract unit price per square yard.
D - 5
Item I-12 and I-13 Pedestrian Rail
General: The requirements of TxDOT Item 450 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item I-14 Unclassified Excavation
General: Provide labor and equipment necessary to excavate materials to the grade indicated on the
plans. Unless otherwise paid for in this contract, existing asphalt surface pavement shall be included,
along with other excavated materials, as part of this bid item. The Contractor shall stockpile sufficient
suitable material to backfill and level areas outside the actual limits of the pavement. Material
unsuitable for backfill shall be disposed of by the Contractor as directed by the City. Topsoil from
the shoulders and areas adjacent to the existing pavement shall be stockpiled in order to fill behind
the curb in areas which abut sodded lawns. Backfill material shall be approved by the City. The
backfill material shall be of the black loam type with suitable properties for excellent growth of grass
or shrubs. Adjacent property owners shall be entitled to any surplus excavated material if they request
fill on their property. Any other excavated material, which is not needed for filling or leveling on the
actual construction project shall become the property of the Contractor for disposal. All excavated
areas whether street excavation, storm sewer excavation, or utility excavation shall be watered down
to prevent dust at the direction of the Engineer and is subsidiary to this item.
The requirements of NCTCOG Item 203.4 and 203.5 are applicable.
Payment: Payment shall be at the contract unit price per cubic yard of material excavated. This is a
plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless
modified by change order. Additional measurements or calculations will be made if adjustments of
quantities are required. Limits of measurement of excavation in retaining wall areas will be as shown
on the plans. Shrinkage or swelling factors will not be considered in determining the calculated
quantities.
Item I-15 Embankment
General: The requirements of NCTCOG Item 203.6 and 203.7 are applicable. 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.
Materials and Construction: Compaction shall be tested at not less than 95% of the density as
determined in accordance with test method ASTM D698. Hauling, placing, sprinkling, rolling, and
obtaining final compaction are all considered as part of this fill item. Proctors will be taken on all
major fill materials before they are placed to check plasticity index and composition.
Compaction shall be started with a sheep-foot roller until the Inspector feels the soil is generally stable.
Payment: Payment shall be at the contract unit price per cubic yard in place. This is a plans quantity
measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by
change order. Additional measurements or calculations will be made if adjustments of quantities are
D - 6
required. Limits of measurement of embankment in retaining wall areas will be as shown on the
plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities.
Item I-16 Lime Treated Subgrade
General: This item shall consist of treating the existing subgrade by the pulverizing, addition of lime,
mixing and compacting the mixed material to a 95% compaction as determined by test method ASTM
D698. All subgrade surfaces shall be shaped within .2' of finished grade before liming operations
start. The street template may be checked utilizing blue tops or a string line for accuracy at the option
of the Engineer.
Materials and Construction: Type A hydrated lime is required for mixing the slurry on the job. Type
B lime slurry may be used if approved by the Engineer. Gradations on the particle sizes after final
mixing may be required. Three days of curing time after the initial mixing of the subgrade will be
required. Proctors on the soil shall include the lime and normally take 3 days to process before
densities can be run.
All subgrade including the treated layer and the underlying layers shall be sound and stable before
paving operations will be allowed to begin. The subgrade shall be kept moist enough to prevent hair
cracking during all stages of the liming process. The requirements of NCTCOG Item 301.2 are
applicable.
Prior to placing hydrated lime at a particular site, the Contractor will be required to determine the
quantity of lime which needs to be added to the subgrade. The City of Denton will hire a soils lab for
the tests. The percentage of quantity of lime shall be determined utilizing either Atterburg Limits
tests or by determining the hydrogenation concentration (pH) of the soil mixture. These tests are
typically performed and should be evaluated by an approved geotechnical engineering laboratory. A
series of these tests should be used at each site. Tests should be performed on representative samples
of each proposed subgrade material as determined by the City Engineer. Payment shall be at the
contract unit price per square yard of lime subgrade placed, mixed, and compacted.
Lime Treatment Construction Methods
a. Preparation of sub-base is not required for entire subgrade before liming. The
Contractor shall test roll to determine weak spots and correct those before liming
operations to avoid later reworking efforts.
b. Dry placement of lime is not allowed.
Prime Coat
The City of Denton will allow pavements to be placed on the lime after 72 hours of curing time. No
curing seal (prime coat) is required if the pavement is to be placed within 14 days. Contractor shall
provide the City with an exact schedule and meet that schedule to ensure subgrade protection. If the
D - 7
City determines that paving operations may be delayed, a prime coat shall be applied at the specified
rate and will be subsidiary to this pay item.
Payment: Payment shall be made at the contract unit price per square yard of surface area. The
dimensions for determining the surface area are established by the widths shown on the plans and the
lengths measured at placement.
Item I-17 Hydrated Lime
General: This item establishes the requirements for hydrated lime and commercial lime slurry of the
type and grade considered suitable for use in treatment of subgrades.
Construction: Tests and samples of lime slurry shall be according to TEX 600-J. Lengths of streets
to be covered with each load of slurry (TYPE A or B) shall be checked with the Engineer before
applying. Tickets certifying quality and weights of the lime shall accompany all lime delivered to the
project.
Payment: Payment shall be at the contract unit price per ton of lime installed. The amount of lime
per square yard (example 36 lbs./SY) shall be used to compute pay items. Overages shall be absorbed
by the Contractor.
Items I-18, I-19 & I-20 Asphalt Pavement Construction
General: The requirements of NCTCOG Item 302 are applicable. This item shall consist of a total
depth asphalt pavement section as shown on City of Denton standard detail sheets. General guidelines
for streets are as follows:
Preparation of Subgrade: Final compaction shall be achieved after all liming operations are complete.
This compaction shall be started with a sheep-foot roller and finished to grade with a pneumatic roller.
All irregularities, which develop during final compaction in excess of ½ inch, as shown by straight
edge or template, shall be corrected until the final road surface conforms to the correct alignment,
cross section, or elevation. The subgrade will be compacted from the bottom up to at least 95 percent
of Standard Proctor. Subgrade materials should be moistened to keep the material at its optimum
moisture content until the asphalt base course is applied.
Materials and Construction Procedures: Course aggregate used under this item, for 5/8” size or
larger, shall be crushed mineral aggregate. AC 20 grade asphalt shall be used. In place density
shall be provided utilizing Texas Department of Transportation Bulletin C-14 specifications and
methods. Asphalt material shall not be heated to a temperature of more than 350º F at the plant
and shall be placed at a minimum temperature of at least 250º F. No material shall be placed unless
temperature limits are met. Tack coat shall be RC-2 cut back asphalt and shall be applied at a rate
of 0.05 gallons per square yard. An approved mixture of asphalt emulsion may be substituted for
the RC-2. Typically, approved dilutions with water shall be in the 50-80% range. Tack coats are
required when base and surface course are not applied on the same day. Surface and base asphalt
course may be laid on the same day if the Engineer approves such process.
D - 8
Cores will be taken to ensure depth control and if compaction control is needed. Extractions will
normally be taken on all mixes in the field at selected times.
Special attention shall be paid to tacking of all connecting surfaces to provide a closely bonded,
watertight joint.
The fine aggregate shall be processed sufficiently, prior to entering the dryer, so that the slakeable
material retained on the No. 4 sieve shall not exceed 2%. A minimum of 20% of the fine aggregate
incorporated into the final mixture shall consist of crushed stone screenings.
Representative samples for each grade of material from each aggregate source will be secured at
random from aggregate stockpiles. These samples will be subjected to the four (4) cycles of the
soundness test in accordance with test method TEX-411-A. The loss shall not be greater than 30%
when magnesium sulfate is used. This test will not apply to materials meeting the sulfate
requirements for coarse aggregates in Item 302.
Crushed stone screenings must be produced from stone which will comply with the physical
requirements specified for the coarse aggregate under Article 340.2 (1) (A) of the standard
specifications. The crushed stone screenings stockpile may contain a maximum of 35% retained on
the number ten sieve.
The coarse aggregate shall be crushed so that a minimum of 50 percent of the aggregate retained on
the 3/8", No. 4 and No. 10 sieves shall have more than one crushed face when tested in accordance
with test method TEX-413-A. The crushed faces required for gravel, Article 340.02. (1) (A)
paragraph 8, is voided. (No crushed gravel.)
The completed mix shall be evaluated by test method TEX-530-C and the amount of uncoated
aggregate shall not exceed ten percent. If stripping occurs, the aggregate and/or the asphalt will be
treated with lime slurry and/or an approved liquid anti-stripping agent in accordance with special
specification Item 3373, "Asphalt Anti-stripping agent (lime) or Item 3374, "Asphalt Anti-stripping
Agent (liquid)". It shall be the Contractor's option as to the type of anti-stripping agent selected. A
minimum of ½% shall be used with all mix designs.
Payment: Prime coat and tack coat shall not be measured for direct payment but shall be considered
as subsidiary work pertaining to the placing of hot mix asphalt mixtures of the type specified. Hot
mix asphalt pavement material shall be measured complete in place by the ton computed at 110-lb.
per square yard surface area per inch thickness of course of the type(s) and grade(s) used in the
completed and accepted work.
Item I-21 Continuously Reinforced Concrete Pavement
General: This item shall govern the composition and construction of Portland cement concrete
pavement to the standards and dimensions required by the plans and specifications.
Materials:
Aggregate Composition: Coarse and fine aggregates for concrete shall conform to the provisions of
TxDOT Item 360.
D - 9
Portland Cement: Portland cement shall conform to the provisions of TxDOT Item 360.
Chemical Admixtures: Chemical admixtures shall conform to the provisions of TxDOT Item 360.
Air entrainment admixtures shall be utilized to ensure total air content of the concrete between 4%
and 6%. Water reducing and set retarding admixtures shall be approved on a project by project basis.
Mineral Admixtures: Mineral admixtures shall conform to the provisions of TxDOT Item 360.
Maximum fly ash amount shall not exceed 25% by weight per cubic yard of concrete.
Mineral Filler: Mineral filler will be allowed under the provisions of TxDOT Item 360.
Fibrous Reinforcement: Fiber reinforcement is required for concrete sidewalk. Fiber shall be
Fibermesh® 300 Synthetic Fiber as produced by Propex Concrete Systems or an approved equivalent.
Application shall be 1.5 lbs of fiber per cubic yard of concrete. Application shall follow the
manufacturer’s guidelines.
Steel Reinforcement: Steel reinforcement shall be of the size and quantity as called for on the plans
or in the Special Contract Requirements. Steel reinforcement shall conform to the standards of
TxDOT Item 360.
Curing Materials: Curing material shall be a ASTM 309 Type 2, white pigmented curing compound
unless otherwise noted on the plans or in the Special Contract Requirements. The use of mats, paper
or film shall not be permitted for curing purposes. The compound and its application shall conform
to TxDOT Item 360. The compound shall be applied per the manufacturer’s guidelines.
Mix Design: Mix design shall be as called for on the plans or in the Special Contract Requirements.
Construction: Concrete shall be mixed, delivered and placed per the requirements of TxDOT Item
360. Concrete shall not be placed if the temperature is less than 40 degrees F and falling but may be
placed if the temperature is above 35 degrees F and rising. Contractor is responsible for any adverse
impacts on the quality and strength of concrete placed due to weather related conditions. Under no
circumstances shall concrete be placed upon frozen subgrade. Concrete must be placed within the
time limits prescribed by TxDOT Item 360. Hand finishing of concrete pavement is only allowed in
areas inaccessible to a finishing machine. Curing compound shall be applied immediately upon
conclusion of finishing per TxDOT Item 360. Curing compound shall be applied to the side pavement
edge after the forms are removed and before the placement of soil. Excessive voids or honeycombing
of the pavement edge may be cause for the rejection of the pavement section. When required,
contraction or dummy joints shall be sawed into the concrete per the plans within 24 hours of
placement.
Unless otherwise noted in the plans or Special Contract Requirements, all vehicle traffic shall be
excluded from the new concrete pavement for a minimum of 14 days.
Payment: Payment shall be at the contract unit price per square yard of concrete placed at the design
pavement thickness. Price shall include all concrete, steel reinforcement, form work, finishing work,
jointing, sawing, sealing, and cleaning. Integral or monolithic concrete curb placed with the pavement
shall not be included, it shall be paid for separately.
D - 10
Item I-22 Gravel (For Driveways)
General: The requirements of NCTCOG Item 301.5 are applicable.
Payment: Payment for this item shall be at the contract price per square yard.
Item I-23 Median Apron (Stamped Colored Concrete)
General: The requirements of TxDOT Item 528 are applicable.
Payment: Payment for this item shall be at the contract price per square yard.
Item I-24 and I-24 Concrete Curb & Gutter
General: This item shall consist of Portland Cement Concrete Curb and Gutter. The requirements of
NCTCOG Item 305.1 are applicable. Section of Curb and Gutter shall be as shown on City of Denton
Standard Curb and Gutter Section on file in the Engineering Section, Public Works Department. Curb
and Gutter to be constructed on approved subgrade and to line and grade as established by the City
and details shown on plans.
Materials: Materials and proportions for concrete used in construction under this item shall conform
to the requirements of Class A concrete as defined in Item 303.
Construction: No concrete shall be placed if the temperature is less than 35 degrees F. Concrete curb
and gutter shall be installed per the plans and according to the provisions of TxDOT Item 527.
Expansion joints shall be required every 200 feet of curb length per TxDOT Item 527. One
longitudinal dowel bar of #4 reinforcing steel two feet in length shall be required at every expansion
joint.
Backfilling: The curb and gutter shall be backfilled within seventy-two (72) hours of pouring. The
backfill shall be of suitable material and compacted in a manner acceptable to the City. All backfill
material shall be free of clods and rocks and compacted to a level even with the top of curb.
Payment: Payment shall be at the contract unit price per linear foot.
Item I-26 Concrete Driveway
General: This item consists of driveways with reinforcing steel, composed of Portland cement
concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and
grades established by the Engineer and details shown on the plans. The requirements of NCTCOG
Item 305.2 are applicable.
Materials: Materials and proportions used in construction under this item shall conform to the
requirements for Class A concrete. Expansion joint filler shall be pre-molded materials meeting the
requirements specified under "Concrete Structures" or board material meeting "Concrete Pavement"
requirements in. Class A concrete is 3000 psi with an approved slump of 2" - 6".
D - 11
Construction: The subgrade shall be excavated and shaped to line, grade, and cross section. A
minimum 6" section shall be placed on a subgrade of clean approved material that has been compacted
to at least 95% density. The subgrade shall be moist at the time the concrete is placed. Reinforcing
steel will be required (3/8" bars at maximum 16" center or 6 x 6 No. 6 wire mesh) at a location 2"
from the bottom of the poured concrete. Steel chairs may be required by the Inspector to hold the
steel at this location.
New expansion joints of ½" asphalt board or equivalent material shall be placed at the points of new
construction. All street materials that are removed to allow for the front forms on the gutter and drive
approach shall be replaced with the same or better materials. A light smooth broom finish is required
once the concrete has begun to set up. All driveways shall receive an approved white pigmented
curing compound after the slab has been placed and the finish applied.
Dummy joints shall be tooled into the driveways as follows:
12' to 24' One tooled joint in the middle.
24' to 30' Two tooled joints as directed.
When a driveway connects two sections of sidewalk, pedestrian ramps shall be installed. A minimum
of 18" shall be used in the transitions from ½" to 6" on both sides. This is the same sort of transition
used in sidewalk ramps.
Temperature requirements for placement shall be as per NCTCOG Item 303.
Payment: Payment shall be at the contract unit price per square yard of driveway in place. Price shall
include concrete, reinforcing steel, and chairs.
Items I-27 thru I-32 Concrete Sidewalks and Curb Ramps
General: This item shall consist of sidewalks composed of Portland Cement concrete, constructed as
specified on an approved subgrade, in conformity with lines and grades established by the Engineer
and the details shown on the plans.
References: The contractor shall refer to applicable City of Denton standard detail(s). Where City of
Denton standard detail(s) are void of a specific requirement and/or without detail and/or not addressed
sufficient to complete the construction, the contractor shall comply with Item 305.2 of the NCTCOG
Specifications, and/or the Texas Standards Specification(s) including but not limited to Accessibility
Standards Section 4, Accessible Elements and Spaces for Scope and Technical Requirements for
items not specifically called out in this specification, the plans, or the special contract definitions.
Design and Placement: All sidewalk shall be a minimum of five foot in width except where noted
below. Sidewalk requirements, including, but not limited to lateral and longitudinal slopes shall
comply with current Federal ADA requirements or Texas Accessibility Standards (TAS) as may
apply. Where differences exist between City, TAS and ADA, contractor shall contact City for solution
prior to continuing. When a permanent obstruction is present and right-of-way is not sufficient for a
five-foot sidewalk, the width of the sidewalk can be reduced only by the amount to avoid the
obstruction but shall not be allowed to be less than a minimum width of the sidewalk may be thirty-
D - 12
six inches, but only for the length of the obstruction. The path of the sidewalk around an obstruction
must be such as not to cause the need for a wheel chair to make a sharp bend around the obstruction.
The pavement for a sidewalk may also be reduced to a width of thirty-six inches where crossing an
existing driveway with a cross slope that is considerably steeper than the 1:50 cross slope.
Passing spaces are required at intervals not to exceed two hundred feet for sections of sidewalk less
than five feet in width. A passing space consists of a section of sidewalk a minimum of five feet in
width for a length of five feet. Any section of sidewalk less than five feet in width that exceeds two-
hundred feet in length between any combination of street intersections, driveway intersections, or
sidewalk intersections must contain passing spaces in which such item contains a minimum 5ft x 5ft
portion that complies with all longitudinal and lateral TAS/ADA slope requirements.
The sidewalk must have a vertical clearance of eighty inches for the entire length and width of the
sidewalk. Trees, shrubs and brush that must be trimmed to complete this task must be cut and
removed in a professional manner.
All curb ramps shall be behind the curb such that the rise of the ramp does not project into the street.
Flares on a slope may be 1:10 unless the flare is part of the pedestrian route, in which case the slope
of the flare may not be greater than 1:12. For purposes of warning, the surface of the pedestrian
portion of a curb ramp shall have both light reflective value and texture that contrast significantly with
adjoining pedestrian routes. One-eighth inch deep grooves ¼” wide and ¾” to 2” on center, shall be
acceptable. Grooves must not permit water to accumulate. Rubber and raised abrasive strips shall
not be permitted as these items will have a maintenance cost associated with them after the
construction is complete. The color of the curb ramp must also contrasts with the adjoining pedestrian
path, while maintaining a light reflective value. This may be done by means of dying the concrete
mix.
Where a median cut is necessary, a level area of a minimum of 48” is required between the streets.
Ramps are only permissible if the area between the back of curbs exceeds 48” and such ramps must
meet all ramp requirements in this specification.
Where the surface of the natural ground exceeds 1:20 (5%,) sidewalk shall be constructed to the ramp
requirements of the Texas Accessibility Standards. Ramps shall not exceed thirty inches in rise and
shall have a maximum slope of 1:12 (8.33%.) Each ramp shall have a landing of the same width and
a minimum of sixty inches in length. Ramps greater than six inches in rise shall have handrails on
both sides. Handrails shall be bid and detailed as a separate pay item. Ramps shall also have grooves
as specified for curb ramps above.
Materials and Construction: Concrete for the sidewalk shall be 3000 psi strength and shall be placed
at a 2" to 6" slump. Thickness shall be a minimum of 4". A 2" cushion of approved sand shall be
placed under all sidewalk pavements. Fibermesh, in accordance with City requirements at minimum
is required in all 4” sidewalk. The thickness of a sidewalk shall be 6" when crossing driveways or
approaches or other vehicle paths and reinforcing steel consisting of 6 x 6 (No 6) wire mesh or #3
bars on 16" centers shall be installed in the sidewalk. Approved expansion material shall be placed
every 40 feet for construction joint purposes and dummy joints shall be placed at 5-foot intervals in
accordance with the width of sidewalk at that location. Also, where the sidewalk abuts a curb or other
structure the sidewalk shall be separated from that structure by the above approved expansion
material, and doweled into the structure with #3 bars on 24-inch centers. All sidewalks shall receive
an approved white pigmented curing compound after the slab has been placed, except for ramps,
D - 13
whose pigment shall differ as per the ramp requirements in this specification. A light broom finish
shall be applied after the concrete begins to set up, except in the case of ramps, whose surface texture
shall differ as per the ramp requirements in this specification.
Sidewalk ramps for wheelchair access will be constructed at all driveways and intersection radii.
Payment: Payment shall be at the contract unit price per square yard of sidewalk and each ramp in
place. Price shall include concrete, reinforcing steel, and joint material.
Items I-33 Eliminate Existing Pavement Markings (All Widths)
General: The requirements of TxDOT Item 677 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Items I-34 thru I-57 Pavement Markings
Type I-A. Type I-A shall contain a face that reflects amber light. The body, other
than the reflective face, shall be yellow.
Type I-C. Type I-C shall contain a face that reflects white light. The body, other
than the reflective face, shall be white.
Type I-R. Type I-R shall contain one (1) face that reflects red light. The body,
other than the reflective face, shall be white.
Type II-A-A. Type II-A-A shall contain two (2) reflective faces oriented 180
degrees to each other, each of which shall reflect amber light. The body, other
than the reflective faces, shall be yellow.
Type II-C-R. Type II-C-R shall contain two (2) reflective faces oriented 180
degrees to each other, one (1) of which shall reflect white light and one (1) of
which shall reflect red light. The body, other than the reflective faces, shall be
white.
Nonreflectorized traffic buttons shall be of the following types:
Type W. Type W shall have a white body and no reflective faces.
Type Y. Type Y shall have a yellow body and no reflective faces.
Unless specified in the construction plans or the special contract definitions of these
specifications, lane lines shall be Type I-C, centerlines shall be Type II-A-A. If nonreflectorized
traffic buttons are specified, lane lines shall be Type W, centerlines shall be Type Y.
Appearance Requirements: The outer surface of the pavement marker shall be smooth except for
D - 14
the molding or stamping of the manufacturer's unique model imprint. All corners and edges
exposed to traffic shall be rounded. The interface between the reflective face(s) and the body of
the marker shall be solid.
The bottom surface of pavement markers shall have a minimum roughness comparable to that of
fine sandpaper, but shall not be of such roughness or grooved such that air will be entrapped
when pressed into the adhesive.
Epoxy:
Where epoxy is required, Epoxy shall meet the minimum requirements of TxDOT Standard
Specifications for Construction and Maintenance of Highways, Streets and Bridges Item 575 and
TxDOT Departmental Material Specification D-9-6100. Epoxy shall be machine mixed.
Epoxies acceptable for binding raised pavement markings to concrete surfaces are as follows:
Types I and I-M: Rapid setting marker adhesive for use when a very fast set is required or if
markers must be placed when pavement temperature is below 50 F / 10C.
Types II, II-M, and II-MA: Medium setting marker adhesive.
Types III and III-M: Standard setting marker adhesive
Types IV and IV-M: Slow setting marker adhesive for use when setting time is not a
consideration.
Those adhesives designated as Types I through IV are intended for had mixing and application.
On projects where the adhesive is to be handled by automatic metering, mixing and application
equipment, Types I-M through IV-M which are designated specifically for machine application,
shall be used. Type II-MA adhesive is designated for placement of all-weather markers. For all
types of marker adhesives, the resin component shall be pigmented white and the hardener
component black.
The type of adhesive to be used for placing ceramic or plastic markers on a specific project shall
be based upon the setting time required under the prevailing weather and traffic conditions and
approved by the Engineer.
Prior to use, each component shall be stirred to redisperse any settling or separation of the fillers
and liquid portions until a uniform color and appearance obtained. No addition of solvents shall
be allowed unless indicated by the manufacturer or approved by the Engineer.
Bituminous Adhesive For Pavement Markers:
Where Bituminous Adhesive is required, bituminous adhesive shall meet the minimum
requirements of TxDOT Departmental Material Specification D-9-6130.
The adhesive shall be suitable for bonding ceramic and plastic markers to Portland cement
concrete, asphaltic concrete and chip-sealed road surfaces and applicable when road surface and
marker temperatures are in the approximate range of 4 to 71 °C (40 to 160 F). The composition
D - 15
of the adhesive must be such that its properties will not deteriorate when heated to and applied at
temperatures up to 218 °C (425 F) using either air or oil-jacketed melters.
Construction:
Pavement surface preparation for pavement markings shall be done in accordance with TxDOT
Item 678.
Each class of raised pavement markers shall come from the same manufacturer.
Surfaces to which markers are to be attached by an adhesive shall be prepared by any method
approved by the Engineer to ensure that the surface is free of dirt, curing compound, grease, oil,
moisture, any other material which would adversely affect the adhesive bond. Payment for the
preparation of the surface for installation of raised pavement markers shall be paid in this bid
item.
Guides shall be established to mark the lateral location of the pavement markings in the location
as shown on the construction plans. The location shall be verified before the pavement markings
are placed. The guides shall not leave a permanent marking on the road surface.
Pavement markers shall be placed in accordance to the construction plans. The markers shall be
in alignment when placed and not deviate by more than two inches. Any markers placed and
deemed unsatisfactory be the Engineer shall be relaid at the contractors expense.
The contractor shall use bituminous adhesive for Class A, B, C, and D markers on bituminous
pavement. The contractor shall use epoxy adhesive for Class A, B, C, and D markers on
portland cement as well as Class E for bituminous pavement and portland cement. The epoxy
shall be applied in sufficient quantity such that 100% of the bonding area of the raised pavement
marker shall be in contact with the adhesive and such that the raised pavement markers are
seated on a continuous layer of adhesive and not in contact with the pavement surface, except for
Class E.
Adhesive shall be applied in accordance with manufacturers specifications except where
different in these specifications.
Where bituminous adhesive is required, the pavement and raised pavement markers shall be at
least 40 F / 5 °C. The bituminous adhesive shall not be heated above 400 F / 205 °C. The
bituminous adhesive shall be agitated intermittently to ensure even heat distribution.
Raised pavement markers shall be placed immediately after the adhesive is applied and shall be
firmly bonded to the pavement. The raised pavement marker surfaces, especially the reflective
surfaces, shall be free of adhesive.
Reflectorized Pavement Markings
General: This item shall govern the installation reflectorized pavement markings of the types,
colors, shapes, sizes, thickness and widths as shown.
Materials:
D - 16
Materials used shall be classified in accordance with TxDOT Standard Specifications for
Construction and Maintenance of Highways, Streets and Bridges Item 666:
Type I Marking Materials. Type I markings are thermoplastic materials that require
heating to elevate the temperatures for applications. Type I marking materials shall
conform to TxDOT Departmental Materials Specifications D-9-8220. Each container of
Type I marking material shall be clearly marked to indicate the color, mass, type of
material, manufacturer's name and the lot/batch number.
Type II Marking Materials. Type II markings are paint-type materials that are applied at
ambient or slightly elevated temperatures. Type II marking materials shall conform to
TxDOT Departmental Materials Specifications D-9-8200, YPT-10 and/or WPT 10 and
D-9-8290.
Construction:
Pavement surface preparation for pavement markings shall be done in accordance with Item 678
of the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets,
and Bridges.
Guides shall be established to mark the lateral location of the pavement markings in the location
as shown on the construction plans. The location shall be verified before the pavement markings
are placed. The guides shall not leave a permanent marking on the road surface.
Pavement markers shall be placed in accordance to the construction plans. The markers shall be
in alignment when placed and not deviate by more than two inches. Any markers placed and
deemed unsatisfactory be the Engineer shall be relaid at the contractors expense.
Markings shall essentially have a uniform cross-section. The density and quality of markings
shall be uniform throughout the thickness. The applied markings shall have no more than five
percent, by area ,of holes or voids and shall be free of blisters.
Markings, in place or on the roadway, shall be reflectorized both internally and externally. Glass
beads shall be applied to the material at a uniform rate sufficient to achieve uniform and
distinctive retroflective characteristics when observed in accordance with Test Method Tex-828-
B.
Pavement to which material shall be applied shall be completely dry and free of dirt, oil, grease,
debris and other foreign objects.
Application of Type I Markings:
New portland-cement concrete surfaces shall be further prepared for Type I markings,
after cleaning, by placing a Type II marking as a sealer in accordance with this Item.
When placing Type I markings in new locations on asphaltic surfaces three years or older
or any portland cement concrete surfaces, a Type II marking shall be used as a sealer.
Unless otherwise shown on the plans, existing portland cement concrete and asphaltic
surfaces to be restriped will not require Type II markings as a sealer; existing markings
D - 17
may be used as a sealer in lieu of Type II makings. Type II markings shall be placed a
minimum of two and a maximum of thirty calendar days in advance of placing Type I
markings. Type II markings which become dirty due to inclement weather or road
conditions shall be cleaned by washing, brushing, compressed air, or other means
approved by the Engineer, prior to application of Type I markings. If washing is used,
the surface of Type II markings shall become thoroughly dry before placing the Type I
markings. Color, location and configuration of Type II markings shall be the same as the
Type I markings.
Type I pavement marking material shall be applied within temperature limits
recommended by the material manufacturer. Application of Type I pavement markings
shall be done only on clean, dry pavement having a surface temperature above 50 F/ 10C.
Pavement temperature shall be measured in accordance with Test Method Tex-829-B.
When Type I pavement marking application is by spray, and operations cease for five
minutes or more, the spray head shall be flushed by spraying pavement marking material
into a pan or similar container until the pavement marking material being sprayed is at
the proper temperature for application.
Type I makings shall be a minimum thickness of 0.060 inches (1.5 millimeters) for
edgeline markings and 0.090 inches (2.3 millimeters) for stop-bars, legends, symbols,
directional arrows, turn-only arrows, school zones, railroad crossings, gore and
centerline/no passing barrier line markings when measured in accordance with Test
Method Tex-854-B. The maximum thickness of all Type I markings shall be 0.180
inches (4.5 millimeters). The markings shall be of uniform thickness throughout their
lengths and widths.
Application of Type II Markings:
The application of Type II marking materials shall be done only on surfaces with a
minimum surface temperature of 50F / 10C.
The application rate for Type II marking material shall be: between 15 and 20 gallons
per mile of solid four inch line and between 30 and 40 gallons per mile of solid eight-inch
line except that, for new surface treatment projects the application rate shall be between
25 and 30 gallons per mile of solid four inch line and between 40 and 50 gallons per mile
for solid eight inch line.
Pavement markings for new surface treatment projects shall be applied in two
applications for each approximately one-half the application rate. The first application
shall not contain glass beads. The interval between the first and second application shall
be a minimum of one hour.
The contractor shall not place paint on the road surface in inclement weather.
Payment: Payment for this item shall be at the contract price per linear foot or each as applicable.
D - 18
Item I-58 Small Roadside Sign Support & Assembly (Install)
General: The requirements of TxDOT Item 644 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item I-59 Metal Beam Guard Fence
General: The requirements of TxDOT Item 540 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item I-60 Guardrail End Treatment (Wood Post) (TY I)
General: The requirements of TxDOT Item 544 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item I-61 through I-63 Retaining Walls
General: The requirements of TxDOT Item 423 are applicable.
Payment: Payment shall be at the contract unit price per square foot.
Items II-1, II-2 Drill Shaft
General: The requirements of TxDOT Item 416 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Items II-3, II-4 Class C Concrete
General: The requirements of TxDOT Item 420 are applicable.
Payment: Payment for this item shall be at the contract price per cubic yard.
Item II-5 Concrete (Approach Slab)
General: The requirements of TxDOT Item 420 are applicable.
Payment: Payment for this item shall be at the contract price per square foot.
D - 19
Item II-6 Prestressed Concrete Girder
General: The requirements of TxDOT Item 425 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item II-7, II-8 Prestressed Concrete Box Beam
General: The requirements of TxDOT Item 425 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item II-9 Concrete Surface Treatment
General: The requirements of TxDOT Item 428 are applicable.
Payment: Payment for this item shall be at the contract price per square yard.
Items II-10 Riprap (RR8)
General: The requirements of TxDOT Item 432 are applicable.
Payment: Payment for this item shall be at the contract price per cubic yard.
Item II-11 Structural Steel (Misc Non-Bridge)
General: The requirements of TxDOT Item 442 are applicable.
Payment: Payment for this item shall be at the contract price per pound.
Items II-12 Rail Type C411
General: The requirements of TxDOT Item 450 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item II-13 Rail Type C223
General: The requirements of TxDOT Item 450 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
D - 20
Items II-14 Rail Type PR1
General: The requirements of TxDOT Item 450 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item II-15 Sealed Expansion Joints 4”
General: The requirements of TxDOT Item 454 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item III-1 Sodding
General: The requirements of City of Denton NCTCOG Amendment Item 202.5 are applicable.
Payment: Payment shall be at the contract unit price per square yard.
Item III-2 Hydromulch Seeding
General: The requirements of City of Denton NCTCOG Amendment Item 202.6 are applicable.
Payment: Payment shall be at the contract unit price per square yard.
Item III-3 Topsoil
General: The requirements of NCTCOG Item 202.2 are applicable.
Payment: Payment for this item shall be at the contract price per square yard.
D - 21
Items IV-1, IV-2 Conduit
General: The requirements of TxDOT Item 618 are applicable. Specific product requirements are
shown on the plans.
Payment: Payment for this item shall be at the contract price per linear foot.
Item IV-3 Pull Box (12”x12”)
General: The requirements of TxDOT Item 624 are applicable. Specific product requirements are
shown on the plans.
Payment: Payment for this item shall be at the contract price per each.
Item V-1 Remove Storm Drain Pipe
General: The requirements of TxDOT Item 104 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item V-2 Remove Storm Drain Inlet
General: The requirements of TxDOT Item 104 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item V-3 Remove Headwall
General: The requirements of TxDOT Item 104 are applicable.
Payment: Payment for this item shall be at the contract price per cubic yard.
Item V-4 Trench Safety (Storm Drain System)
General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Items V-5 thru V-11 Reinforced Concrete Storm Sewer Pipe
Materials: Pipe used in the storm drainage system shall comply in all respects with the latest ASTM
requirements and COG Standard Specifications.
D - 22
Construction:
1. Installation: No pipe shall be installed in the trench until all excavation, trench shaping, line,
and grades have been approved by the City. Grades shall be transferred to flow lines by use
of a laser. The pipe shall be accurately laid to line and grade with the tongue end downstream
entering the groove to full depth and in such manner as not to drag earth into the space for
sealing of the joints. Pipes shall be fitted together and matched so that when laid in the work,
they shall form a sewer with a smooth and uniform invert.
2. Jointing the Pipe: All concrete pipe joints shall be constructed using G.S. 702-Talco joints,
Ram-Nek joint material, or an equivalent product. Approved concrete mortar may be required
to seal joints having small cracks or chips or with slightly uneven flow lines after one of the
above joint materials have been applied. Pipes to be placed along curves shall consist of
whatever pipe joint lengths or beveled end joints of pipe or combinations of that are required
to place the pipe on the designated center line curve with no more than one-half of the tongue
length of the pipe exposed from its normal fully closed joint position.
3. Bedding or Foundation: A minimum 6" of class B+ bedding is required for all stable areas.
Where rock is encountered, 6 inches of bedding will also be required. In unstable areas, the
existing soil may be required to be excavated to solid substances or until a solid base of rock
can be obtained at the discretion of the Engineer. Otherwise, a minimum of 6 inches of crushed
stone will be required to stabilize the base.
4. Backfill Materials: In trench lines outside paved limits of any street, approved granular
backfill shall be brought to the spring line of the pipe. Then approved select backfill may be
applied in 6" to 1' layers and compacted to 95% density until brought to the ground surface.
When trench lines are located in any paved street areas, approved granular backfill shall be
brought up to one foot above the pipe. Select backfill shall be applied from that point to within
24 inches of the top of subgrade. From that point, flowable two (2) sack concrete backfill shall
be applied to the bottom of subgrade on new streets and to top of pavement on existing streets.
A 1' wide by 1' deep bridge shall be formed on each side. If pipe is located in a shallow trench
where it is not possible to obtain at least 18 inches of flowable two sack concrete, then the
flowable two sack concrete will be applied down to the spring line of the pipe. The flowable
two-sack concrete backfill shall be brought to the site premixed and contain coarse aggregates
as specified in Item 501.6 of the NCTCOG Specifications. Flowable concrete shall conform
to Item 501.6.
Payment: Payment shall be at the contract unit price per lineal foot of pipe installed. Price shall
include pipe, flowable fill, backfill, select fill, and joint materials.
Items V-12 thru V-20, V-34 thru V-46 Concrete Headwalls, Box Culverts, and Wingwalls
Materials and Construction: Concrete will typically be Class "A" except when direct traffic structures
are designed for. Then Class "C" concrete will be specified. All structures shall be formed unless
precast structures are specifically approved by the Engineer. The requirements of NCTCOG Item
702 are applicable.
D - 23
Payment: Payment shall be at the contract unit price per linear foot for concrete box culverts and per
each for headwalls. All other items shall be incidental.
Metal for Structures
Are not to be used unless specifically referenced. These items are covered under the applicable
building code already referenced by the City Ordinance.
Castings
General: Provide and install inlet frames with covers for storm sewer inlets as specified in plans.
Construct one frame and cover at each location for an inlet, regardless of the number of inlets that
may be connected in series. One frame, ring, and cover shall be installed at each 10’ inlet and each
drop inlet, and two frame, rings and covers shall be installed at each 15’ or 20’ inlet. At least one
frame, ring, and cover shall be placed at the location of the storm sewer pipe at each inlet. Grate inlets
shall be as per City of Denton standard details. Covers shall be 300 lbs. in strength and shall include
1 minimum pick slot.
Inlet Rings
Inlet ring & covers shall be locking. The cover dimension shall be 24 3/8”, the internal ring opening
shall be 21 ¾”, and the greatest external dimension shall be 26 ¼”. The height of the overall ring
shall be six inches. The ring and cover shall have a weight of 155 pounds.
Payment: Payment shall be at the contract unit price per each frame, ring, and cover or per grate in
place for each inlet. Only one frame, ring, and cover shall be installed at each series of inlets. The
grate shall be paid at one unit price regardless of how many sections the grate is constructed of.
Items V-21 thru V-32 Manholes, Junction Boxes, and Inlets
General: NCTCOG Item 702 shall govern for the construction of manholes, junction boxes, and inlets
complete in place as per standard City of Denton detail sheets including all materials, labor, and
equipment used therein.
Manholes shall be monolithic poured in place. Junction boxes and inlets shall be formed. Depth
restrictions may prevent the use of manhole forms, which may create the need to form a square box.
Rings and covers shall be classified as part of junction boxes and manholes but as a separate item for
inlets.
Materials and Construction: Concrete used in construction shall be Class A concrete (3000 psi).
Reinforcing steel shall be as specified on City of Denton detail sheets and of a quality as per Item
702.
Backfill materials out of the streets shall be select granular backfill, and in the street shall be one-sack
cement. Minimum cut around the structure to be 12" - maximum cut to be 24".
Manholes shall be 4' inside diameter typically. Junction boxes are typically 5' inside wall to inside
wall unless a special size or design is shown in plans. Inlets sizes shall be 10', 15’, or 20’. Minimum
curb inlet size shall be 10’. Maximum length of curb inlet at any curb location shall be 20’ on each
D - 24
side of the street. Five-foot transitions on each side of the inlets will be required. Typical spacing of
junction boxes and manholes (500') with inlets as per plans. Special inlets of extra width as per City
of Denton standard details may be required to fit larger sizes of pipes or to eliminate large bends in
the storm sewer pipe. No steps will be installed in any manhole, inlet, or junction box located in the
city of Denton.
All construction operations will follow the Two-Phase Construction method where junction boxes
and manholes are left down 18" from the top of curb grades for Phase I and inlets have the bottoms
and half the walls poured. Phase II for the construction will include raising the manholes and junction
boxes to finished grade and completing the walls, tops, and throats for the inlets. All holes dug up
will be poured back with 3,000 psi concrete. Phase II will begin after curb and gutter has been laid
and before any asphalt is applied to the road surface for inlets with manholes and valves beginning
Phase II operations after the asphalt base course has been laid. Steel protruding upward shall be bent
down between Phase I and Phase II construction.
Frames and covers shall conform to shape and dimensions shown on the plans. Bearing surfaces shall
be machined so that even bearing may be had in any position in which the cover is seated. Pick slots
are required in the lids.
Covers will meet the following strength requirements:
1. Located in the street traveled way - 400 lbs.
2. Located outside traveled way - 300 lbs.
In the event that a PVC or clay tile sanitary sewer or water line is located so that it is necessary to
build a junction box, inlet, or manhole with the utility running through it, the utility line will be
replaced with Ductile Iron pipe through the structure and will be considered incidental to this item.
Payment: Payment shall be at the contract unit price per each inlet, junction box, or manhole,
complete in place.
Items V-47 Concrete Flume
General: The requirements of NCTCOG Item 702 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item V-48 Lateral Wye Connection (SD-D1)
General: The requirements of NCTCOG Item 501.6 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Items V-50 & V-52 Stone Riprap
General: The requirements of NCTCOG Item 803.3 are applicable.
D - 25
Payment: Payment for this item shall be at the contract price per cubic yard.
Items V-49 & V-51 Conc Riprap
General: The requirements of NCTCOG Item 803.3 are applicable.
Payment: Payment for this item shall be at the contract price per cubic yard.
Item VI-1 Cut and Plug Existing Sanitary Sewer Lines
General: The requirements of City of Denton NCTCOG Amendment Item SS01 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VI-2 Abandon Sanitary Sewer Manhole
General: The requirements of City of Denton NCTCOG Amendment Item SS02 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VI-3 Remove Sanitary Sewer Manhole
General: The requirements of City of Denton NCTCOG Amendment Item SS03 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VI-4 Excavation Safety (Trench Safety) (Sewer System)
General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-5 24”x3/8” Thick Steel Casing Installed by Open Cut
General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-6 20”x3/8” Thick Steel Casing Installed By Bore
General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.
D - 26
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-7 18”x3/8” Thick Steel Casing Installed By Bore
General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-8 18”x3/8” Thick Steel Casing Installed by Open Cut
General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-9 16”x3/8” Thick Steel Casing Installed by Open Cut
General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-10 12” C-900 DR-25 PVC Wastewater Pipe Installed in Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-11 10” C-900 DR-25 PVC Wastewater Pipe Installed in Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-12 10” SDR-35 PVC Wastewater Pipe Installed in Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-13 8” C-900 DR-25 PVC Wastewater Pipe Installed in Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
D - 27
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-14 21” F679 115 PSI PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-15 12” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-16 12” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-17 12” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-18 12” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-19 10” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-20 10” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
D - 28
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-21 8” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-22 8” C-900 DR-25 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-23 8” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-24 8” SDR-26 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-25 8” SDR-35 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-26 8” SDR-35 PVC Wastewater Pipe Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.17 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VI-27 4’ Diameter Concrete Manhole, Standard or Drop (0-6’)
General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable.
D - 29
Payment: Payment for this item shall be at the contract price per each.
Item VI-28 Extra Depth of 4’ Diameter Concrete Manhole (Over Initial 6’)
General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable.
Payment: Payment for this item shall be at the contract price per vertical foot.
Item VI-29 5’ Diameter Concrete Manhole, Standard or Drop, Including Watertight Lids and Vents
Where Specified (0’-6’)
General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VI-30 Extra Depth of 5’ Diameter Concrete Manhole (Over Initial 6’)
General: The requirements of City of Denton NCTCOG Amendment Item 502.1-A are applicable.
Payment: Payment for this item shall be at the contract price per vertical foot.
Item VI-31 6’ Sanitary Sewer Services
General: The requirements of City of Denton NCTCOG Amendment Item 502.10.4 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VI-32 Connect to Existing Manhole by Coring
General: The requirements of City of Denton NCTCOG Amendment Item 502.12.4 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-1 Remove Fire Hydrant
General: The requirements of City of Denton NCTCOG Amendment Item W05 are applicable.
Payment: Payment for this item shall be at the contract price per each.
D - 30
Item VII-2 Remove and Salvage Gate Valve
General: The requirements of City of Denton NCTCOG Amendment Item W06 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-3 Cut and Plug Existing Water Lines
General: The requirements of City of Denton NCTCOG Amendment Item W04 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-4 Excavation Safety (Trench Safety) (Water System)
General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-5 36”x3/8” Thick Steel Casing Installed by Bore
General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-6 36”x3/8” Thick Steel Casing Installed by Open Cut
General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-7 30”x1/2” Thick Steel Casing Installed by Bore
General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-8 24”x3/8” Thick Steel Casing Installed by Bore
General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
D - 31
Item VII-9 24”x3/8” Thick Steel Casing Installed by Open Cut
General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-10 20” C-905 DR-14 PVC Water Line Installed in Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-11 18”x3/8” Thick Steel Casing Installed by Bore
General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-12 18”x3/8” Thick Steel Casing Installed by Open Cut
General: The requirements of City of Denton NCTCOG Amendment Item 505 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-13 18” C-900 DR-14 PVC Reuse Line Installed by Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-14 16” Special Class 52 DIP Water Line Installed in Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-15 12” C-900 DR-14 PVC Water Line Installed in Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
D - 32
Item VII-16 8” C-900 DR-14 PVC Water Line Installed in Casing
General: The requirements of City of Denton NCTCOG Amendment Item 503.1 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-17 Concrete Encasement of Water Lines
General: The requirements of City of Denton NCTCOG Amendment Item 504.5 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-18 20” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-19 20” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-20 18” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-21 16” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-22 16” C-905 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
D - 33
Item VII-23 12” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-24 12” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-25 8” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-26 8” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-27 6” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-28 6” C-900 DR-14 PVC Water Line Installed by Open Cut, Backfill per Detail U202
General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable.
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-29 20” Gate Valve, Vault and Box
General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.
Payment: Payment for this item shall be at the contract price per each.
D - 34
Item VII-30 16” Gate Valve, Vault and Box
General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-31 12” Gate, Vault and Box
General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-32 8” Gate, Vault and Box
General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-33 6” Gate Valve and Box (Excluding Fire Hydrant Assemblies)
General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-34 12’x12” Tapping Sleeve and Valve
General: The requirements of City of Denton NCTCOG Amendment Item W01 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-35 8”x8” Tapping Sleeve and Valve
General: The requirements of City of Denton NCTCOG Amendment Item W01 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-36 6” Ductile Iron Pipe
General: The requirements of City of Denton NCTCOG Amendment Item 501.7 are applicable.
Payment: Payment for this item shall be at the contract price per vertical foot.
D - 35
Item VII-37 New Fire Hydrant Assemblies
General: The requirements of City of Denton NCTCOG Amendment Item 502.3 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-38 Reset & Reconnect to Existing Fire Hydrant Assemblies
General: The requirements of City of Denton NCTCOG Amendment Item 502.3 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-39 Relocate Existing Water Meter Vault and All Associated Appurtenances
General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-40 Water Services, All Sizes
General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-41 Combination Air and Vacuum Air Release Valve Assembly – 2”
General: The requirements of City of Denton NCTCOG Amendment Item 502.6.3 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VII-42 Combination Air and Vacuum Air Release Valve Assembly – 1”
General: The requirements of City of Denton NCTCOG Amendment Item 502.6.3 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item VIII-1 Storm Water Pollution Prevention Plan
General: The requirements of NCTCOG Item 201 are applicable.
Payment: Payment for this item shall be at the contract lump sum price.
D - 36
Items VII-2 thru VII-9 Sediment Control
General: The requirements of City of Denton NCTCOG Amendment Item 201 are applicable.
Payment: Payment for items VIII-2 thru VIII-4 and VIII-8 thru VIII-9 shall be at the contract price
per linear foot. Payment for items VIII-5 and VIII-6 shall be at the contract price per square
yard.
Items IX-1 thru IX-2 Temporary Traffic Signals
General: The requirements of TxDOT Item 681 are applicable.
Payment: Payment for this item shall be at the contract price for each intersection. This price shall
be full compensation for all labor, materials, and incidentals necessary to construct, adjust, and
remove each temporary traffic signal system.
Item IX-3 Salvage Existing Traffic Signal Equipment
General: The requirements of TxDOT Item 680 are applicable. All salvaged materials from the
Spencer Road and McKinney Street intersections shall be delivered to the City of Denton. All
salvaged materials from the University Drive intersection shall be delivered to TxDOT.
Payment: Payment for this item shall be at the lump sum contract price for removal and salvage of
all traffic signal materials on the project. This price shall be full compensation for all labor, materials,
and incidentals necessary to remove and salvage traffic signal equipment.
Items IX-4 thru IX-9 Traffic Signals
General: The requirements of TxDOT Item 680 are applicable.
Payment: Payment for this item shall be at the contract lump sum price for each intersection. This
price shall be full compensation for all labor, materials, and incidentals necessary to construct each
traffic signal system.
ID-1
INDEX
CITY OF DENTON
AMENDMENTS TO NCTCOG SPECIFICATIONS
Item Description Page
107.19.3 Excavation Protection AM-1
201 Temporary Erosion Control AM-1
201.11 Stabilized Construction Entrance AM-2
202.5 Sodding AM-2
202.6 Seeding AM-2
203.3 General Site Preparation AM-3
501.1 Underground Conduit Materials AM-3
501.7 Ductile Iron Pressure Pipe AM-4
501.7.4 Ductile Iron Fittings AM-5
501.14 Polyvinyl Chloride (PVC) Water Pipe AM-5
501.15 Polyvinyl Chloride (PVC) Pressure Rate Pipe & Fittings for Wastewater AM-6
501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings AM-7
501.24 Fiberglass Wastewater Pipe & Fittings AM-8
502.1-A Concrete Manhole AM-9
502.1-B Fiberglass Manhole AM-12
502.3 Fire Hydrant Assembly AM-14
502.6.2 Resilient Seated Gate Valve AM-15
502.6.3 Air Valves AM-16
502.8 Polyethylene Wrap for Metal Pipe and Fittings AM-16
502.10.3-A Water Service Connections (Small Diameter) AM-17
502.10.4 Sanitary Sewer Services AM-17
502.12.4 Core into Existing Manhole AM-19
503.1 Carrier Pipe in Casing AM-20
503.2 Tunnel/Casing Pipe Spacers AM-20
503.3 Boring and Tunneling AM-20
504.5 Concrete Encasement AM-22
505 Steel Casing by Open Cut AM-22
507.4.5 Sewer Pipe Coupling AM-22
507.5.2 Television Inspection AM-23
801 Barricades, Detours, and Warning Signs AM-25
SS01 Cut and Plug Existing Sewer Lines AM-26
SS02 Abandon Existing Manhole AM-26
SS03 Remove Existing Manhole AM-27
W01 Tapping Sleeve Connection AM-27
W04 Cut and Plug Existing Water Line AM-28
W05 Remove Fire Hydrant Assembly AM-28
W06 Remove Air Valve/Cutoff Valve AM-28
AM-1
CITY OF DENTON AMENDMENTS TO NCTCOG SPECIFICATIONS
Item 110 Excavation Protection
General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item
107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of
his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas
to the City prior to construction. The City will not review the submittal, it is simply a confirmation
that the Contractor has prepared a trench safety plan as required by state and federal law. The City
assumes no responsibility for trench safety and shall be held harmless under the indemnification
clause of TxDOT Item 110. Any changes in the trench excavation plan after initiation of
construction will not be cause for an extension of time and will require a new submittal to the City.
The Contractor accepts sole responsibility for compliance with all applicable safety requirements.
TXDOT Reference: Item 110
Payment: Payment for this item shall be at the contract unit price per linear foot of excavation
protection measures utilized.
Item 201 Temporary Erosion Control
General: This item shall govern the control measures required to prevent and control soil erosion
from the work site.
Construction Requirements: The contractor shall be responsible for providing temporary erosion
control during the construction process according to the specifications and procedures outlined
under TxDOT Item 506. The erosion control plan provided in the plans is an example to be
used for bidding purposes. A complete erosion control plan shall be submitted by the Contractor
and approved by the project engineer prior to beginning construction. The erosion control plan
must specify the type and location of all erosion control devices and methods. The contractor is
free to use any of the erosion control options specified under TxDOT Item 506 to control
erosion. Erosion control devices and methods must follow the specifications outlined under
TxDOT Item 506. All erosion control devices must be maintained and inspected through the
construction process. All erosion control devices shall be inspected every 7 calendar days during
construction. In the event that silt or construction debris does escape the immediate construction
areas, the contractor shall be responsible for cleaning it up within 24 hours of the incident. This
includes soil tracked out of the construction areas by the contractor’s vehicles. If the project
inspector sees that a certain erosion control method or location is not working, he may direct the
contractor to correct the erosion control devices accordingly.
Duration: All erosion control devices must remain in place until the disturbed soil in the work
site is stabilized. Stabilization may be obtained through one of the following options: Seeding of
the work zone until 70% of the disturbed area has vegetative coverage, sodding the disturbed
area, placement of an erosion blanket over the disturbed area, or the application of organic
mulching material to cover the disturbed area.
TxDOT Reference: Item 506
AM-2
Payment: Payment will be at the contract unit price for each erosion control measure installed.
Preparation of the erosion control plan will be at the lump sum contract unit price.
Item 201.11 Stabilized Construction Entrance
General: This item shall govern the construction of a stabilized construction entrance to the
work site to minimize the tracking of soil from the work site to City streets and roads.
Materials: Stone and filter fabric shall meet the requirements of TxDOT Item 506.
Construction: The construction entrance shall be constructed according to NCTCOG Drawings
1070A and 1070B and in accordance with the provisions of NCTCOG Item 506.
TxDOT Reference: Item 506
Payment: This item shall not be paid directly but shall be considered subsidiary to the various
erosion control items.
Item 202.5 Sodding
General: This item provides for the preparation and placement of turf grass blocks or plugs upon
all areas where vegetation is removed or damaged due to the construction of public service lines,
facilities, roads or sidewalks.
Installation: Sod grass shall be placed according to the specifications listed under TxDOT Item
162 and to the extents listed on the plans if so indicated. City approval on the location, amount
and type of sod is required prior to placement. Failure to obtain City approval prior to placement
may be cause for the City to reject payment. This item includes labor, material, equipment,
water, and fertilizer necessary to establish the sod grass prior to acceptance.
TxDOT Reference: Item 162
Payment: Payment for this item shall be at the contract unit price for each square yard of sod
grass placed. Price shall be full compensation for furnishing of all materials and labor, including
water and fertilizer required to establish the sod grass.
Item 202.6 Seeding
General: This item provides for the preparation and installation of temporary or permanent
seeding as shown on the plans or as directed.
Installation: Seeding shall be installed according to the specifications listed under TxDOT Item
164 and to the extents listed on the plans if so indicated. City approval on the location, amount
and type of seed is required prior to placement. Failure to obtain City approval prior to
placement may be cause for the City to reject payment. This item includes labor, material,
equipment, water, and fertilizer necessary to establish the vegetation prior to acceptance.
TxDOT Reference: Item 164
AM-3
Payment: Payment for this item shall be at the contract unit price for each square yard of seeding
installed. Price shall be full compensation for furnishing of all materials and labor, including
water and fertilizer required to establish the vegetation.
Item 203.3 General Site Preparation
General: This item shall consist of preparing the right-of-way or public easements for
construction operations by the removal of all obstructions and disposal of the materials by the
contractor. Disposal of removed materials is the responsibility of the contractor. Obstructions to
be removed under this item are listed in TxDOT Item 100. Exceptions to the obstructions list
shall be noted on the plans or in the Special Contract Requirements. The contractor shall keep
tree removal within the permanent utility easement or right-of-way to a minimum, only removing
trees necessary to install the improvements unless otherwise noted on the construction plans. All
trees to be removed shall be marked by the Contractor and approved by the City prior to
removal. All properties shall be restored to the same or better condition than prior to the
construction.
This item shall include removal of all above and below ground items required to construct the
project unless otherwise paid for separately in the contract.
Existing fencing, railing, gates and barriers that require removal during construction will be
replaced with equal or better fencing, railing, gates and barriers at the end of the project.
Payment for replacement fencing, railing, gates and barriers is considered subsidiary to this line
item.
TxDOT Reference: Item 100
Payment: Payment shall be at the contract unit price per station.
Item 501.1 Underground Conduit Materials
General: The conduit material types and classes indicated in the plans shall be used. For
conduits that do not have material types and classes indicated in the plans, this item establishes
the permissible conduit material types and size restrictions for water, sanitary sewer and drainage
applications. No other conduit types shall be permitted unless specifically called for in the plans
or Special Contract Requirements.
Water: Conduit shall be either AWWA C900 PVC pipe, AWWA C151 Ductile Iron pipe,
AWWA C303 Bar-wrapped Concrete Steel Cylinder pipe, or AWWA C200 Steel Water pipe.
Size and thickness restrictions for each pipe material type are given in the table below:
Pipe Material Diameter Range (in) Min. Thickness Class
AWWA C900 6 – 12 DR-18
AWWA C151 16 – 24 Class 52
AWWA C303 16 and larger Design Specific
AM-4
AWWA C200 30 and larger Design Specific
Sanitary Sewer: Conduit shall be either AWWA C900/C905 PVC pipe (pressure rated
applications only), ASTM D3034 PVC pipe, ASTM F679 PVC pipe, ASTM D3262 Fiberglass
pipe, or ASTM F714 Solid Wall Polyethylene Plastic pipe (pipe-bursting applications only).
Size and thickness restrictions for each pipe material type are given in the table below:
Pipe Material Diameter Range (in) Min. Thickness Class
AWWA C900 6 - 12 DR-18
AWWA C905 14 and larger DR-18
ASTM D3034 6 – 15 SDR-35
ASTM F679 18 and larger PS 46
ASTM D3262 18 and larger PS 46
ASTM F714 6 and larger Application Specific
Drainage: Conduit shall be either ASTM C76 Reinforced Concrete pipe, ASTM A760
Corrugated Aluminized Type 2 Steel pipe, or ASTM C789 and ASTM C850 Precast Reinforced
Concrete Box Sections. Size and thickness restrictions for each pipe material type are given in
the table below:
Pipe Material Diameter Range (in) Min. Thickness Class
ASTM C76 18 and larger Class II
ASTM A760 18 - 42 Design Specific
ASTM C789 or C850 As manufactured Application Specific
Item 501.7 Ductile Iron Pressure Pipe
General: This item shall govern the materials of construction and installation of Ductile Iron
Pressure Pipe for use in potable water distribution.
Material: Unless otherwise noted on the plans or in the Special Contract Requirements, ductile
iron pressure pipe shall conform to AWWA C-151 standards and have push-on joints
conforming to AWWA C111 standards. Where a pipe joint requires a mechanical joint
connection or a flanged joint connection, an appropriately jointed pipe segment shall be
furnished conforming to AWWA C111 or AWWA C110 standards. Pipe shall have a bituminous
exterior coating and be exterior corrosion protected using double wrapping of polyethylene
encasement per AWWA C-105. Pipe shall be interior corrosion protected using a cement mortar
lining per AWWA C-104.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on
the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed
at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall
be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation”
and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the
appropriate trench detail drawing in the plans or the current City trench detail drawing.
Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG
Item 402.3 “Sawing”. Ductile iron pressure pipe shall be wrapped in two layers of polyethylene
encasement prior to burial. Embedment and backfill shall be as required by the appropriate
trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or
AM-5
Special Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at
all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the
current City standard thrust blocking details. The maximum length of open trench at any time
shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from
public access.
Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of
NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged
and disinfected according to the provisions of NCTCOG Item 506.7 “Purging and Disinfection
of Water Conduits”. Disinfection may be accomplished by either the continuous feed or slug
feed methods. The City reserves the right to review the Contractor’s plan of disinfection and
make modifications to the plan.
Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe
installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and
fitting installation, backfill, thrust blocking, testing and disinfection, and temporary and permanent
pavement repair if required, including but not limited to curb and gutter, driveway approach,
sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to
differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or
concrete saw cut and removal shall be included in the unit price for water pipe installed under
pavement.
Item 501.7.4 Ductile Iron Fittings
General: This item shall govern the material requirements of ductile iron fittings for use in water
service supply. Installation of ductile iron fittings is described under the ductile iron and PVC
pipe installation specifications.
Materials: Unless otherwise noted on the plans or in the Special Contract Requirements fittings
shall be made of ductile iron and conform to either AWWA C110 for standard fitting sizes or
AWWA C153 for compact fitting sizes. Fitting sizes and dimensions shall be as called for on the
plans. Fittings shall have a bituminous seal coating and a cement interior lining in accordance
with AWWA C104, except where specifically indicated in the plans. Fittings shall be double
wrapped in AWWA C105 polyethylene encasement after installation. Fitting connection types
shall be as called for on the plans or where unspecified, mechanical joint by mechanical joint.
Bolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style
bolts only. Flange connections shall utilize hex bolts only.
Payment: There is no separate pay item for ductile iron fittings as they are considered a
subsidiary cost of water line pipe installation.
Item 501.14 Polyvinyl Chloride (PVC) Water Pipe
General: The PVC water line material types and classes indicated in the plans shall be used.
This item shall govern the materials of construction and installation of PVC pipe for use in
potable water distribution.
Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall
meet AWWA specification C-900 for diameter sizes 4" through 12" with a minimum wall
AM-6
thickness of DR 18. PVC pipe shall be blue in color. Any discoloration in the pipe shall be
sufficient cause for rejection.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on
the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed
at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall
be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation”
and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the
appropriate trench detail drawing in the plans or the current City trench detail drawing.
Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG
Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench
detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special
Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe
bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City
standard thrust blocking details. The maximum length of open trench at any time shall be 200
feet. Open trench at the end of the working day must be plated or barricaded from public access.
Testing and Disinfection: Water pipe shall be hydrostatically tested according to the provisions
of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged
and disinfected according to the provisions of NCTCOG Item 506.7 “Purging and Disinfection
of Water Conduits”. Disinfection may be accomplished by either the continuous feed or slug
feed methods. The City reserves the right to review the Contractor’s plan of disinfection and
make modifications to the plan.
Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe
installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and
fitting installation, connections to existing and proposed pipes and appurtenances, backfill, thrust
blocking, testing and disinfection, and temporary and permanent pavement repair if required,
including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete
pavement repair. A separate unit price may be utilized to differentiate pipe installed under
pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be
included in the unit price for water pipe installed under pavement.
Item 501.15 Polyvinyl Chloride (PVC) Pressure Rated Pipe & Fittings for Wastewater
General: This item shall govern the materials of construction and installation of PVC pipe and
fittings for use in pressurized wastewater applications.
Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall
meet AWWA specification C-900 for diameter sizes 4" through 12" and AWWA specification
C-905 for diameter sizes 14" and greater. Minimum wall thickness shall be DR 18. PVC pipe
shall be green in color if the application is for raw wastewater and purple if the application is for
reuse. Any discoloration in the pipe shall be sufficient cause for rejection. Fittings shall be
AWWA C907 PVC.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on
the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed
at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe
shall be installed according to the provisions of NCTCOG Items 505 “General Conduit
AM-7
Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed
by the appropriate trench detail drawing in the plans or the current City trench detail drawing.
Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG
Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench
detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special
Contract Requirements indicate otherwise, concrete thrust blocking shall be installed at all pipe
bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City
standard thrust blocking details. The maximum length of open trench at any time shall be 200
feet. Open trench at the end of the working day must be plated or barricaded from public access.
Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of
NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a).
Payment: Payment for this item shall be at the contract unit price per linear foot of pressure
rated wastewater pipe installed. Unit price shall include pavement cut and repair, trench
excavation, embedment, pipe and fitting installation, backfill, thrust blocking, testing, and
temporary and permanent pavement repair if required, including but not limited to curb and gutter,
driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may
be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas.
Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed
under pavement.
Item 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings
General: This item describes the materials of construction and installation of solid wall
unplasticized polyvinyl chloride (PVC) wastewater pipe and fittings for gravity flow applications.
Submittals: Submittals shall demonstrate that the solid wall PVC wastewater pipe and fittings meet
all of the required standards of this item.
Materials:
A. Pipe and fittings shall meet the requirements of ASTM D3034 for pipe and
fittings up through 15 inches in diameter. For diameters greater than 15 inches
pipe and fittings shall meet the requirements of ASTM F679 with a pipe
stiffness of 46 psi at 5% deflection.
B. Wall thickness shall be SDR-35 unless otherwise noted on the plans or in the
Special Contract Requirements.
C. Fitting wall thickness shall match the main line pipe wall thickness.
D. Pipe and fittings shall be green in color. Any discoloration in the pipe shall be
sufficient cause for rejection.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on
the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and
alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG
Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench
width and depth shall be governed by the appropriate trench detail drawing in the plans or the
AM-8
current City trench detail drawing. Installation under existing pavement shall require a pavement
saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as
required by the appropriate trench detail drawing in the plans or the current City trench detail
drawing. The maximum length of open trench at any time shall be 200 feet. Open trench at the
end of the working day must be plated or barricaded from public access.
Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item
507.5.1.3 “Low Pressure air Testing”. Pipe shall be deflection tested according to the provisions
of NCTCOG Item 507.5.1.4 “Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by
television in accordance with City of Denton Amendment Item 507.5.2.
Payment: Payment for this item shall be at the contract unit price for each linear foot of solid wall
PVC wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation,
embedment, pipe and fitting installation, backfill, testing, and temporary and permanent pavement
repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and
asphalt or concrete pavement repair. Asphalt or concrete saw cut and removal shall be included in
the unit price for sanitary sewer pipe installed under pavement.
Item 501.24 Fiberglass Wastewater Pipe & Fittings
General: This item describes the materials of construction and installation of fiberglass (glass-fiber
reinforced thermosetting-resin) pipe and fittings for use in wastewater applications.
Submittals: Submittals shall demonstrate that the fiberglass wastewater pipe and fittings meet all of
the required standards of this item.
Materials:
A. Pipe intended for gravity flow applications shall meet the requirements of ASTM
D3262 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to
ASTM D3840 standards and match the pipe stiffness.
B. Pipe intended for pressure flow applications shall meet the requirements of ASTM
D3754 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to
ASTM D5685 standards and match the pipe stiffness.
C. Minimum wall thickness shall conform to Class PN25/SN46 for gravity flow pipe
and Class PN150/SN46 for pressure flow pipe unless otherwise noted on the plans
or in the Special Contract Requirements.
D. Joints shall utilize a gasketed coupling capable of spanning both ends of the pipe
to be joined and conforming to ASTM D4161. The coupling pressure class shall
match or exceed the pipe pressure class.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on
the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and
alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG
Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench
width and depth shall be governed by the appropriate trench detail drawing in the plans or the
current City trench detail drawing. Installation under existing pavement shall require a pavement
AM-9
saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as
required by the appropriate trench detail drawing in the plans or the current City trench detail
drawing. The maximum length of open trench at any time shall be 200 feet. Open trench at the
end of the working day must be plated or barricaded from public access.
Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item
507.5.1.3 “Low Pressure air Testing”. Pipe shall be deflection tested according to the provisions
of NCTCOG Item 507.5.1.4 “Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by
television in accordance with City of Denton Amendment Item 507.5.2.
Payment: Payment for this item shall be at the contract unit price for each linear foot of fiberglass
wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation,
embedment, pipe and fitting installation, backfill, testing, and temporary and permanent pavement
repair if required, including but not limited to curb and gutter, driveway approach, sidewalks,
and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe
installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and
removal shall be included in the unit price for sanitary sewer pipe installed under pavement.
Item 502.1-A Concrete Manhole
General: This item governs the construction of monolithic poured concrete manholes used in the
wastewater collection system.
References: NCTCOG Item 502.1 “Manholes”
NCTCOG Item 702 “Concrete Structures”
Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design,
bitumastic gaskets, grout, frame and cover, grade adjustment riser (if required), drop fittings and
pipe (if required), and interior liner (if required).
Material:
A. Concrete - Concrete shall conform to the strength requirements called for on the
plans or in the current City standard manhole detail.
B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber
that meets ASTM C923 standards.
C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or
butyl rubber conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit
Joint Sealant”.
D. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107
standards.
E. Frame and Cover - Frame and cover shall be grey or ductile iron castings
conforming to the requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings
Standards”. Workmanship shall adhere to NCTCOG Item 806.4.2. The frame
and cover shall have a minimum clear opening of 30 inches and conform to the
current City standard frame and cover detail for dimensions and style.
AM-10
F. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete
manufactured in accordance to ASTM C478. No other material is allowed
unless specifically called for on the plans or in the Special Contract
Requirements. Riser shall have a minimum clear opening of 30 inches and be
free of defects.
G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall
conform to the same standards as those for the mainline pipe material. Fitting
and pipe dimensions shall match the size of the incoming pipe and shall
conform to the current City standard drop manhole detail.
H. Interior Lining – Unless otherwise specified on the plans or in the Special
Contract Requirements, the interior liner for concrete manholes shall be Raven®
405 epoxy coating manufactured by Raven Lining Systems, Inc. No substitutes
are allowed for this product.
Installation:
A. Unless otherwise indicated on the plans or in the Special Contract
Requirements, all new manholes indicated on the plans must be cast-in-place
concrete.
B. Concrete manholes shall be constructed or installed at the locations and to the
dimensions indicated on the construction plans. Manholes shall be constructed
or installed according to the plan details or the current City standard manhole
detail for the relevant manhole type.
C. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed
rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for
on the plans or in the current City standard detail.
D. Concrete manhole construction shall follow the guidelines of NCTCOG Item
502.1.4 and NCTCOG Item 702.4 except where indicated below.
E. Construction joints are not allowed for cast-in-place concrete manholes. If a
construction joint is required due to delays in concrete delivery, weather or any
other cause the City Inspector or Engineer shall direct the type of construction
joint to be installed before proceeding with the remaining concrete placement.
Cost for the creation of the construction joint and any associated delay in the
construction of the manhole shall be solely the responsibility of the Contractor.
F. Concrete placement is only permitted if the temperature is equal to or greater
than 40 degrees F and rising.
G. Cast-in-Place manholes shall not be backfilled for at least 12 hours after the
forms have been removed.
H. The final elevation of the frame and cover shall conform to the elevation called
for on the plans with the following allowable modifications.
AM-11
Manholes installed in existing pavement shall have the top of the frame cover
match as closely as possible the pavement elevation.
Manhole covers in parkway, lawns, or other improved lands shall be at an
elevation of not more than 1 inch nor less than one half 1/2 inch above the
surrounding ground unless otherwise specified by the plans. Backfill shall
provide a uniform slope from the top of the manhole casting for not less than 3
feet each direction to finished grade of the ground. Manholes in open fields,
unimproved land, or drainage courses shall be at an elevation of not more than
12 inches or less than 6 inches above the surrounding ground unless otherwise
specified by the plans.
Manholes in proposed paved areas shall have grade stakes with the finish
elevation of the street. The final elevation of the frame cover shall conform to
the final elevation of the street.
I. Frame and cover shall be placed with one strip of bitumastic gasket between the
manhole cone and the frame. No gaps will be allowed in the bitumastic gasket.
Where grade adjustment risers are required, bitumastic gaskets shall be placed
between each riser layer, the frame bottom and the cone top. Gasket shall
provide a watertight seal between the adjoining elements.
J. Interior and exterior grouting is required for all construction joints, between
grade adjustment riser layers, and between the frame and manhole cone.
Grouting shall have a smooth finish and provide a watertight seal capable of
permitting the manhole to pass the low pressure air test.
K. Drop manholes and vented manholes shall be constructed as shown on the plans
or in accordance with the current City standard detail.
L. Backfilling requirements around the manhole shall conform to the standard
trench detail relevant to the location of the manhole.
M. Interior lining of a manhole shall be conducted only after the manhole has
passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining
shall be performed by a contractor certified by the manufacturer to field apply
their product.
Field Quality Control:
A. No water shall be allowed to stand in the channel or on the shelf of a new
manhole.
B. The manhole shall be visually inspected inside and on the exterior portions
above ground. Any form lines or honey combing shall be smoothed and
grouted.
C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2.
AM-12
Payment: Payment for this item shall be made at the contract unit price for each concrete manhole
constructed or installed. The unit price shall include all labor, equipment, and materials necessary
to construct, install and backfill around the manhole as indicated on the plans. The unit price shall
also include any pavement, curb, sidewalk or driveway cut and repair required to install the
manhole. No differentiation in payment shall be made for standard, vented or drop manholes. A
separate pay item is included for additional manhole depth beyond six feet. The additional manhole
depth shall be paid at the contact unit price per additional foot of depth required.
Item 502.1-B Fiberglass Manhole
General: This item governs the materials of construction and installation of fiberglass manholes
used in the wastewater collection system.
References: NCTCOG Item 502.1 “Manholes”
Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design,
fiberglass manhole shell, bitumastic gaskets, grout, frame and cover, grade adjustment riser, and
drop fittings and pipe (if required).
Material:
A. Concrete - Concrete shall conform to the strength requirements called for on the
plans or in the current City standard fiberglass manhole detail.
B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber
that meets ASTM C923 standards.
C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or
butyl rubber conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit
Joint Sealant”.
D. Fiberglass Manhole Shell – Manhole shell shall conform to ASTM D3753
standards and NCTCOG Item 502.1.1.2 requirements. Unless otherwise noted
on the plans or the Special Contract Requirements, manhole shells will not have
factory installed pipe stub-outs.
E. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107
standards.
F. Frame and Cover - Frame and cover shall be grey or ductile iron castings
conforming to the requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings
Standards”. Workmanship shall adhere to NCTCOG Item 806.4.2. The frame
and cover shall have a minimum clear opening of 30 inches and conform to the
current City standard frame and cover detail for dimensions and style.
G. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete
manufactured in accordance to ASTM C478. No other material is allowed
unless specifically called for on the plans or in the Special Contract
Requirements. Riser shall have a minimum clear opening of 30 inches and be
free of defects.
AM-13
H. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall
conform to the same standards as those for the mainline pipe material. Fitting
and pipe dimensions shall match the size of the incoming pipe and shall
conform to the current City standard drop manhole detail.
Installation:
A. Fiberglass manholes are only permitted where specifically called for on the
plans or in the Special Contract Requirements.
B. Fiberglass manholes shall be constructed or installed at the locations and to the
dimensions indicated on the construction plans. Manholes shall be constructed
or installed according to the plan details or the current City standard manhole
detail for the relevant manhole type.
C. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed
rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for
on the plans or in the current City standard detail.
D. Fiberglass manhole construction shall follow the guidelines of NCTCOG Item
502.1.4.
E. Field joining of fiberglass manhole sections is not permitted. Fiberglass
manholes shall be monolithic structures.
F. Concrete placement is only permitted if the temperature is equal to or greater
than 40 degrees F and rising.
I. Frame and cover shall not be directly placed on the fiberglass cone section. A
grade adjustment riser is required between the frame casting and the cone.
J. The final elevation of the frame and cover shall conform to the elevation called
for on the plans with the following allowable modifications:
Manholes installed in existing pavement shall have the top of the frame cover
match as closely as possible the pavement elevation.
Manhole covers in parkway, lawns, or other improved lands shall be at an
elevation of not more than 1 inch nor less than one half 1/2 inch above the
surrounding ground unless otherwise specified by the plans. Backfill shall
provide a uniform slope from the top of the manhole casting for not less than 3
feet each direction to finished grade of the ground. Manholes in open fields,
unimproved land, or drainage courses shall be at an elevation of not more than
12 inches and or less than 6 inches above the surrounding ground unless
otherwise specified by the plans.
AM-14
Manholes in proposed paved areas shall have grade stakes with the finish
elevation of the street. The final elevation of the frame cover shall conform to
the final elevation of the street.
No portion of the fiberglass manhole shell shall be left exposed above ground.
K. Frame and cover shall be placed with one strip of bitumastic gasket between a
grade adjustment riser and the frame. No gaps will be allowed in the bitumastic
gasket. Where multiple grade adjustment risers are required, bitumastic gaskets
shall be placed between each riser layer, the frame bottom and the cone top.
Gasket shall provide a watertight seal between the adjoining elements.
L. Interior and exterior grouting is required between each grade adjustment riser
layer, between the frame and riser, and between the riser and manhole cone.
Grouting shall have a smooth finish and provide a watertight seal capable of
permitting the manhole to pass the low pressure air test.
M. Drop manholes and vented manholes shall be constructed as shown on the plans
or in accordance with the current City standard detail.
N. Backfilling requirements around the manhole shall conform to the standard
trench detail relevant to the location of the manhole.
Field Quality Control:
A. No water shall be allowed to stand in the channel or on the shelf of a new
manhole.
B. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. If
the fiberglass manhole is indicated as being a watertight manhole on the plans it
must be able to pass the vacuum test with no measurable loss in air pressure to
be accepted.
Payment: Payment for this item shall be made at the contract unit price for each fiberglass manhole
installed. The unit price shall include all labor, equipment, and materials necessary to construct,
install and backfill around the manhole as indicated on the plans. The unit price shall also include
any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop or
Vented manholes shall be separate pay items also covered under this specification. The Drop or
Vented Manhole shall be at the contract unit price for that item and include all labor, equipment,
and materials necessary to construct the Drop or Vented Manhole, including all pipe and fittings
necessary to make the drop or vent outlet.
Item 502.3 Fire Hydrant Assembly
General: This item shall govern the manufacture and installation of fire hydrants and the
associated fittings, appurtenances and valves for water supply service.
Materials: Fire hydrants shall be Dry-Barrel type manufactured in compliance with AWWA
standard C-502 and NCTCOG Item 502.3.1. Shut-off shall be with the flow. Operating nut shall
be industry standard 1 ½” pentagon (five-sided) that opens left (counter-clockwise). The main
AM-15
pumper nozzle shall be 4 ½” in size and the two side nozzles shall be 2 ½” in size. Fire hydrant
color is to be blue or blue and silver. Lead pipe to the main shall be 6-inch AWWA C900 PVC
water pipe conforming to Item 501.14 unless otherwise called for on the plans. Gate valve shall
be a 6-inch resilient wedge gate valve conforming to Item 502.6.2 unless otherwise called for on
the plans.
Installation: Fire hydrants and their associated lead line assemblies shall be installed at the
locations and to the dimensions indicated on the plans or in the Special Contract Requirements.
Fire hydrant assemblies shall be installed per the plan details or the current City standard detail.
Installation shall follow the guidelines of NCTCOG Item 502.3.2 except where those guidelines
conflict with the plans, details or Special Contract Requirements.
Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed,
complete in place. Unit price shall include excavation, backfill, the fire hydrant, the lead line, the
gate valve, all appurtenances and fittings, and the valve box installation.
Item 502.6.2 Resilient Seated Gate Valves
General: This item shall govern the materials of construction and installation of resilient seated
gate valves and their associated housings and appurtenances for water supply service.
Material: Gate valves shall conform to AWWA C509 standards for valve sizes 3 inches through
12 inches. Gate valves shall conform to AWWA C515 standards for valve sizes 14
inches through 24 inches. Unless otherwise noted on the plans or in the Special
Contract Requirements, resilient seated gate valves larger than 24 inches in size shall
not be allowed. Fittings, concrete mix design, valve box housing, vault frame and
cover, and appurtenances shall be as indicated on the plans or in the Special Contract
Requirements.
Gate valve components shall conform to the provisions of NCTCOG Item 502.6.2,
where applicable.
Each valve shall have the manufacturer's name plate cast into the body or bonnet
showing the pressure rating, serial, model number, and the year manufactured. The
year manufactured shall be equal to or one year less than the year of installation. The
wedge encapsulation rubber shall be EPDM.
Valve body and bonnet shall be epoxy coated, inside and out, with fusion bonded
epoxy conforming to AWWA C550.
Valves ends shall be as called for on the plans.
Valve gear operators shall be as indicated on the plans, in the Special Contract
Requirements or in the current City standard detail drawing. Valve boxes shall be
three piece screw type, cast or ductile iron conforming to ASTM A48 Class 35B
strength requirements.
AM-16
Installation: Gate valves shall be installed at the locations and to the depths indicated on the
plans or Special Contract Requirements. Gate valves shall be installed per the detail drawing on
the plans or the current City standard detail drawing. Gate valves shall be installed in the vertical
position unless otherwise noted on the plans or in the Special Contract Requirements, Gate
valves shall be installed in accordance to NCTCOG Item 502.6.6 “Line Valve Installation”. Gate
valves shall be wrapped in two layers of polyethylene encasement prior to burial.
Payment: Payment shall be at the contract unit price for each gate valve installed, complete in
place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances,
valve box installation and vault construction (if required per the plans).
Item 502.6.3 Air Valves
General: This item shall govern the manufacture and installation of air release, air/vacuum, and
combination air valves and their associated housings and appurtenances for use in water
distribution or wastewater collection systems.
Material: Air valves shall meet the material requirements of AWWA C512 and NCTCOG Item
502.6.3.3 except that rubber shall be EPDM instead of Buna-N. Unless otherwise noted on the
plans or in the Special Contract Requirements the air valve inlets and outlets shall conform to the
provisions of NCTCOG Item 502.6.3.4. Air valves shall be rated for a minimum operating
pressure of 200 psi. Air outlet piping, fittings, concrete mix design, valve box housing, vault
frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract
Requirements.
Wastewater Air Valves: Air valves for use in wastewater collection systems must be designed
specifically for that purpose. Air valves for wastewater must be attested by the manufacturer for
that use and submitted to the City as part of the submittal.
Installation: Air valves shall be installed at the locations and to the dimensions shown on the
plans or in the Special Contract Requirements. The plans shall indicate the type of air valve to
be installed. Air valves shall be installed per the detail drawing on the plans or the current City
standard detail drawing. Air valves shall be installed in accordance to NCTCOG Item 502.6.6
“Line Valve Installation”.
Payment: Payment shall be at the contract unit price for each air valve installed, complete in place.
Unit price shall include excavation, all appurtenances and fittings, valve box installation, and vault
construction (if required per the plans).
Item 502.8 Polyethylene Wrap for Metal Pipe and Fittings
General: This item governs the installation of protective film wrap required for metal pipe,
fittings and appurtenances.
Material: Polyethylene wrap sheets shall conform to AWWA C105 standards and be a minimum
of 8 mils in thickness.
Installation: Installation shall be per NCTCOG Item 502.8 except that every metal pipe or fitting
shall be double-wrapped.
AM-17
Payment: There is no separate payment for polyethylene wrap, it is considered a subsidiary cost
to the bid item for which it is required.
Item 502.10.3-A Water Service Connections (Small Diameter)
General: This item shall govern the materials of manufacture and installation of water service
connections up to 2 inches in size on new water distribution lines. Water Service connections for
service lines in excess of 2 inches are handled under Item 502.10.3-B “Water Service
Connections (Large Diameter)”. Connections to existing or “live” water distribution lines shall
not be covered by this item and are typically performed by City forces.
Materials: Material items for water service connections shall conform to the plans or current
City standard details in dimension and type. Specific item requirements are listed below:
Tapping Saddle: Saddle shall be a double strap brass/bronze saddle with a tapered (CC) tap
thread conforming to AWWA C800.
Corporation Valve: Corporation valve shall be a ball type valve made of brass conforming to
AWWA C800 with a tapered (CC) inlet thread and a pack joint outlet connection.
Service Line Tubing: Service line tubing shall Type K copper for 1” service lines and SDR-9
HDPE conforming to AWWA C901 standards for 1 ½” and 2” service lines.
Meter Valve: Meter valve shall be a 90 degree angled ball valve made of brass conforming to
AWWA C800 with a pack joint inlet connection and a locking wing on the valve operator.
Water Meter Cans: Can size shall be based on water meter size, not service line size. Water
meter cans shall have a galvanized steel or cast iron body with a notched meter outlet opening.
Lids shall be cast iron with a key lock. Minimum can depth shall be 18 inches. ¾” meter cans
shall have minimum inside diameter of 17 inches. 1” meter cans shall have a minimum inside
diameter of 24 inches. 1 ½” and 2” meter cans shall have a minimum inside diameter of 27.5
inches.
Installation: Tapping saddle, corporation valve, service line tubing, meter valve and water meter
can shall be installed per the plans or current City standard detail. Construction of the service
connection shall conform to NCTCOG Item 502.10.3 for the appropriate main line pipe material
type except that direct tapping of PVC pipe is not allowed, it must be done with a service saddle.
Service line installation under existing pavement shall be performed by directional drilling unless
otherwise noted on the plans or Special Contract Requirements. The meter can shall be located in
public right-of-way between the curb or pavement edge and the sidewalk. In cases where there is
no sidewalk the can shall be installed with the outlet side at the right-of-way line. Meter cans
shall be installed in unpaved surfaces only. Water meter installation is performed by the City.
Payment: Payment for this item shall be at the contract unit price for each service connection
installed. Payment shall include excavation, backfill and the installation of all items listed above.
Item 502.10.4 Sanitary Sewer Services
General: This item describes the materials, construction and installation of sanitary sewer service
AM-18
lines and fittings.
References: NCTCOG Item 502.10.4
Submittals: Submittals shall contain enough information to show that the service line pipe and
fittings meet the corresponding main line pipe specification standards and that the cleanout housing
meets the dimensional standards of the standard detail.
Materials:
A. Service line pipe and fittings shall meet the requirements of the corresponding
main line pipe to which it is connected.
B. Cleanout box shall be as indicated on the plans or in the current City standard
details.
C. All pipe and fittings shall be green in color. Any pipe that is discolored may be
rejected.
D. Each joint of pipe shall have the manufacture's name, applicable ASTM standard,
the nominal diameter, standard dimension ratio, and the extrusion date printed on
the pipe. Submittal shall contain explanation of how to read manufacturer’s date
codes.
Installation:
1. Wastewater service lines shall be installed at the locations and to the sizes
indicated on the plans. In the event that the plans do not indicate this information,
the service lines shall be installed following the current service line standards
indicated in the Denton Wastewater Criteria Manual and the current City service
line location detail.
2. Service line and fittings shall be installed according to the details on the plans or
the current City standard service line detail.
3. Service lines shall be installed per NCTCOG Item 502.10.4 where applicable, and
in accordance with the specifications governing mainline pipe installation.
4. Trench width shall be a minimum of the outside diameter of the pipe plus 8 inches.
The maximum trench width for any service line size shall be 18 inches.
5. Embedment and backfill shall be as required on the standard service line detail
drawing.
6. Service lines installed under existing pavement shall require temporary pavement
repair in accordance to the trench detail for existing pavement unless otherwise
noted on the plans or in the Special Contract Requirements.
7. The service line shall be pressure tested in accordance with NCTCOG Item
507.5.1.3 up to and including the new cleanout riser.
AM-19
Payment: Payment for this item shall be at the contract unit price for each service line installed
including embedment and backfill, cleanout, and connection to existing private service. All labor,
equipment, and materials needed to properly install the sewer service shall be included in the
contract price.
Item 502.12.4 Core into Existing Manhole
General: This item describes the procedure for coring into an existing manhole in order to install a
new pipe connection.
Submittals: Submittals shall demonstrate that the pipe-to-manhole connector and grout meet the
required standards of this item.
Material:
A. Pipe-to-Manhole Connector – Connector shall be elastomeric PVC or rubber that
meets ASTM C923 standards.
B. Grout – Grout shall be non-shrink, high strength grout that meets ASTM C1107
standards.
Execution:
A. The new pipe connection shall be made using a coring method that utilizes a
mechanical saw or drill. The use of pipe hammers or jackhammers is not allowed.
B. The manhole wall shall be cored or cut to the elevation indicated on the plans. The cut
or cored area shall be of sufficient size to allow the insertion of the new pipe and the
pipe-to-manhole connector. If required, the bench area shall also be cut or cored to the
width of the new conduit to ensure a continuous grade from the new conduit invert
into the manhole invert. Care should be taken to minimize the hole size so that the
amount of grouting is kept to a minimum.
C. The Contractor shall keep debris from entering the wastewater flow stream in the
existing manhole. This shall be done by either using a flow-through plug on the
existing manhole pipe connections or by bypass pumping around the manhole.
D. A pipe-to-manhole connector shall be attached to the sanitary sewer pipe where the
sanitary sewer pipe and the manhole meet.
E. The new sanitary sewer shall not protrude more than one inch into the manhole.
F. The core hole and bench cut (if required) shall be thoroughly cleaned before the
application of grout around the new pipe connection.
G. Grout shall be applied to the full thickness of the manhole wall all around the new pipe
connection to produce a watertight seal. The pipe-to-manhole connector shall be
completely encapsulated within the grouted area. If a bench cut was required, the cut
area shall be smoothed with grout.
AM-20
H. The excavated area shall be backfilled in accordance with the standard trench detail
appropriate to the surface condition.
Payment: Payment for this item shall be at the contract unit price for each cored pipe connection
created in an existing manhole, including excavation, backfill, patching grout, connection materials
furnished and cleanup of grout around and in the manhole.
Items 503.1 Carrier Pipe in Casing
General: These bid items cover carrier pipe that will be installed in casing.
Materials: Carrier pipe shall be as called for on the plans. If the plans are not specific, carrier
pipe shall conform to the material provisions of Item 506 for water pipe or Item 507 for sanitary
sewer described below. Casing pipe spacers shall conform to City of Denton Amendments to
NCTCOG Specifications Item 503.2. End seals (if required) shall be as called for on the plans.
Restrained joint fittings or restrained joint pipe are required for pressurized pipe in casing.
Installation: Carrier pipe shall be installed according to the standard detail on the construction
plans and any applicable sections of NCTCOG Item 503 “Trenchless Installation”.
Payment: Payment shall be made at the contract unit price per linear foot of carrier pipe installed
in casing. Casing spacer placement, end seals, and restrained joint fittings shall be included in
this bid item. Payment shall include all labor, equipment and material required to install the
carrier pipe in the encasement pipe. Payment is differentiated by carrier pipe size and type.
Item 503.2 Tunnel/Casing Pipe Spacers
General: This item shall govern the manufacture and installation of pipe spacers for pipe
installation in or casings.
Material: Casing spacers shall be either high density polyethylene (HDPE) spacers conforming to
ISO 9001:2000 strength and quality standards, or two-piece carbon or stainless steel shell
spacers. Spacers shall be completely circumferential in shape and coverage of the carrier pipe.
Steel shell for steel spacers shall be a minimum 14-gauge thickness. Steel casing spacer runners
shall be made of a dielectrically inert material. Carbon steel spacers shall have a corrosion
resistant coating.
Installation: Spacer placement shall be in accordance with the plans or the current City standard
detail for casing pipe installation. Spacers shall be fastened onto the carrier pipe following the
manufacturer’s recommendation and/or guidelines.
Payment: There is no separate payment for tunnel or casing pipe spacers or their installation.
This is considered a subsidiary cost of the carrier pipe installation.
Item 503.3 Boring and Tunneling
General: This item shall govern the materials of construction and installation of underground
conduit by boring or tunneling. Installation of underground conduit by jacking is not allowed
unless specifically called for in the plans or Special Contract Requirements.
AM-21
Casing Pipe Material: The casing pipe material, its dimensions and coating/lining shall conform
to the specifications indicated on the plans or in the Special Contract Requirements.
Casing Pipe or Tunnel End Seal: The casing pipe or tunnel end seal shall be as called for on the
plans or in the current City standard detail.
Installation by Boring: Boring shall conform to all relevant portions of NCTCOG Item 503.3.3
“Construction Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment
tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special
Contract Requirements:
Horizontal: 1% of bore length for both water and sewer.
Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer
with minimum allowable grade being 0.1% in the direction of flow.
A 2-inch pilot hole bore shall be required prior to the casing pipe bore to establish alignment and
grade. If the pilot bore exceeds the horizontal or vertical tolerance levels then the pilot hole shall
be filled with grout and a new pilot hole bored. The casing pipe shall be advanced behind the
auger bore utilizing the pilot hole as a guide. Disposal of excavated material is the responsibility
of the contractor per Item 107.25.
Installation by Tunneling: Tunneling shall conform to all relevant portions of NCTCOG Item
503.3.3 “Construction Methods for Jacking, Boring or Tunneling”. Vertical and horizontal
alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the
Special Contract Requirements:
Horizontal: 1% of bore length for both water and sewer.
Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with
minimum allowable grade being 0.1% in the direction of flow.
A pilot hole is not required in advance of tunneling. Tunneling shall utilize a guided tunnel
boring machine (TBM) or shielded hand tunneling with a grade and alignment steering control
mechanism. The casing pipe shall be advanced behind the tunneling operations as close as
possible to minimize the area of unprotected excavation. Disposal of excavated material is the
responsibility of the contractor per Item 107.25.
Welding: Casing pipe joints shall be welded in accordance to AWWA C-206 standards and shall
utilize full circumferential butt welds. After welding, the pipe liner and coating shall be repaired
by using a field applied coating of an approved lining material.
Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed
by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item.
Casing spacer placement and end seals shall not be included in this bid item; those items shall be
subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, and
welding required to install the encasement pipe or tunnel.
AM-22
Item 504.5 Concrete Encasement
This item includes all labor, equipment and material needed to install a concrete encasement
around the pipe in lieu of the standard trench embedment material. Concrete encasement shall
follow the Class “G” Embedment detail on the construction plans.
Payment: Payment for this item shall be at the contract price for each linear foot of concrete
encasement.
Items 505 Steel Casing by Open Cut
General: These bid items cover the installation of steel casing by open cut.
Materials: Steel casing pipe shall be to the size and thickness called for on the plans. A
bituminous exterior coating is required for steel casing pipe. An interior lining is not required.
Submittals from the manufacturer shall be required showing that all standards are met.
Installation: Installation shall follow the provisions of NCTCOG Item 505 “Open Cut – General
Conduit Installation”. Backfill shall be as called for in the plans and on the details. Embedment
shall be crushed rock even if the carrier pipe is water.
Welding: Welding shall conform to the provisions of City of Denton Amendments to NCTCOG
Specifications Item 503.3.
Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed
by open cut. The installation of the carrier pipe shall not be included in this bid item. Casing
spacer placement and end seals shall not be included in this bid item; those items shall be
subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill,
grouting and welding required to install the encasement pipe. Payment is differentiated by casing
pipe size.
Item 507.4.5 Sewer Pipe Coupling
General: This item describes the materials and installation of pipe couplings to join plain end sewer
pipes of the same or different pipe material together. The use of couplings is not allowed for a
connection greater than 48 inches in diameter.
Submittals:
A. Only those manufacturers whose sewer pipe couplings have been approved by
the City of Denton will be allowed for use in the City's wastewater collection
system.
B. Submittals shall contain enough information to show that the sewer pipe
coupling is the same as what has been approved by the City of Denton and
meets or exceeds all standards listed within this specification.
AM-23
Products:
Acceptable Manufacturers and Products
A. Onset Pipe Products, Inc., Shear Guard® Coupling, sizes 4" through 12”, for
both similar and dissimilar pipe materials and O.D.s.
B. Straub Pipe Couplings, Inc., Flex model with EPDM gaskets, sizes 15" through
48", for similar pipe materials only.
C. Multi Fittings Corporation, Plastic Trends Inc., or the Pipe Manufacturer,
Manufactured Gasketed Coupling with rigid housing, sizes 15" through 48", for
dissimilar pipe materials or pipe O.D.s.
Installation:
A. Pipe ends to be joined shall be thoroughly cleaned to remove all dirt or foreign
material.
B. The pipe coupling shall be installed per the manufacturer’s guidelines. The
coupling shall not be tightened to the extent that it causes deformation of either
pipe end.
C. Pipe couplings shall be encased in Class B concrete, according to the standard
detail drawing.
D. The Inspector shall inspect the installed coupling for tightness of fit prior to
covering with concrete.
Payment: Payment for this item shall be included in the unit price for pipe installation.
Item 507.5.2 Television Inspection
General: This item describes televised inspection of all existing sanitary sewer that is being
replaced to confirm locations and numbers of required services, and of all new sanitary sewer
lines and sanitary sewer services prior to final acceptance and at the end of the warranty period.
Execution:
AM-24
A. The Contractor or a third party hired by the Contractor shall perform the televised
inspection of the existing and new sanitary sewer line.
B. The person performing the inspection must be PACP (Pipeline Assessment &
Certification Program) certified.
C. The City of Denton Inspector shall be present during the television inspections, unless
otherwise authorized in writing.
D. The televised inspection of the existing line shall be done prior to any layout of the
proposed new line and services. The inspection shall notate locations of all existing
service connections, and these shall be reviewed with the City for confirmation of
locations of proposed new services.
E. The televised inspection of the new line shall commence only after the line has passed
both air and mandrel test and the line has been thoroughly cleaned and vacuumed.
F. Televised Inspection shall follow the procedures outlined in NCTCOG Item 507.5.2.
G. The camera shall be centered in the middle of the pipe throughout the inspection.
Inspection that is excessively off-centered may be cause for rejection.
H. The camera shall proceed at a rate no faster than 30 feet per minute. Inspections that
proceed at a greater rate may be rejected.
I. The camera shall be stopped at each lateral connection and the camera head shall be
rotated to inspect each lateral connection fully.
Submittal:
A. Video and log sheet information must comply with NCTCOG Item 507.5.2.1.
B. Log sheet report must utilize PACP reporting standards.
C. Video submittal shall be a digital mpeg file unless otherwise directed by the City’s
representative.
Criteria for Repair:
The Contractor shall make repairs or clean the line if the City notes problems, including but not
limited to the following:
A. Pulled or slipped joints.
B. Rolled gaskets.
C. Water infiltration.
D. Cracked or damaged pipe.
E. In pipes with gradients less than 0.7 percent, a maximum one-half inch of standing
water will be allowed in 6" through 24" diameter pipes. In pipes with gradients 0.7
percent or greater, no standing water is allowed. The depths of standing water
allowable for mains that are greater than 24" in diameter will be evaluated by the City.
F. Structural damage to the pipe.
G. Services coming into the main at an angle other than according to the details.
AM-25
H. Services not installed on lots indicated by plans.
I. Pipe has debris, soil or residue.
Another televised inspection run at no additional cost is required after any repairs.
Warranty Inspection: A second television inspection by the Contractor shall be started no sooner
than 630 calendar days and finished no later than 690 calendar days after the date of acceptance for
this project by the City of Denton. Should the Contractor fail to turn in a second original television
inspection video with proper documentation to the City by the 690th calendar day, written notice to
perform a second television inspection shall be given by the City to the Contractor and the Surety.
If the Contractor or Surety fail to perform a second televised inspection within 10 calendar days of
notification, then the City shall have the right with or without further notice, to perform a second
television inspection or cause the same to be done, either by contract or otherwise at its option, and
to pay for the cost of the second television inspection. If such cost of repairs, so made, shall not be
paid by the Contractor or Surety upon receipt of notice of the amount thereof, the said City shall
have the right of action on the Performance Bond; or in case the second television inspection shall
not actually 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 the cost of such repairs and to maintain an action
against the said Contractor or Surety, or both under said bond, to recover the amount so determined
in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the
Contractor and Surety in any action upon said bond.
Payment: Payment for the existing line and for both the final acceptance and final warranty
televised inspection of sanitary sewer and services shall be included in the price of new sanitary
sewer pipe and services installed.
Item 502 Barricade, Detours, and Warning Signs
General: This item provides for the cost of necessary barricading, warning signs and detours for
the Contractor to perform public improvement work. A traffic control plan prepared by a civil
engineer licensed in the State of Texas, conforming to the M.U.T.C.D., is to be submitted to the
City prior to the start of construction. Barricading will conform to the M.U.T.C.D. At no time
shall any property’s access be completely blocked. The contractor will be required to notify by
written notice all affected property owners or tenants at least 48 hours in advance of construction
adjacent to each property. While driveways are closed due to utility construction, signage must
be placed indicating the alternate driveway location. Signs marking temporary or alternate
driveway locations should state the name of the business in block letters at least 4 inches high
and include an arrow indicating the entrance. Driveway indicator signs may be mounted on T-
posts. Traffic must be allowed to continue with as little interruption as possible. Street closings
must be scheduled at least one week in advance so they may be advertised in the Denton Record-
Chronicle. The Inspector must be supplied with a phone number that may be used if barricading
becomes unsafe during non-working hours. Refer to the requirements listed under the General
Provisions.
TxDOT Reference: Items 502
Payment: Payment for this item shall be at the contract lump sum for all work, equipment and
signage necessary to completely barricade the project.
AM-26
Item SS01 Cut and Plug Existing Sewer Lines
General: This item describes the cutting and plugging of abandoned sections of sanitary sewer.
Materials:
A. Concrete shall be Class "B" as defined by NCTCOG Item 702.2.4.2.
B. Grout shall conform to ASTM C1107 standards.
C. Manufactured cap or plug shall be PVC or HDPE conforming to the material
standards of the pipe to be abandoned.
Execution:
A. Wherever indicated on the plans, the existing line to be abandoned shall be
exposed and a two foot section of pipe shall be removed. If the cut and plug
location is adjacent to a manhole that is to remain in service the pipe cut shall be
no closer than two feet from the manhole wall.
B. The removed section of abandoned pipe shall be filled with concrete until both
ends of the abandoned pipe are effectively sealed.
C. Concrete shall be prevented from entering the manhole invert through the use of
a pipe plug or some other suitable blocking agent.
D. If the pipe to be abandoned is greater than 24 inches in diameter a manufactured
cap or plug may be utilized to seal the abandoned pipe ends in lieu of concrete.
The manufactured cap or plug must be grouted onto the abandoned pipe end to
ensure a watertight seal.
E. The excavation hole shall be backfilled per the standard trench detail
appropriate for the surface condition.
Payment: Payment for this item shall be at the contract unit price for each location where an
abandoned sanitary sewer is cut and plugged. The unit price shall include excavation, backfill,
cutting and plugging of pipe and all material required.
Item SS02 Abandon Existing Manhole
General: This item describes the procedures for the abandonment of existing manholes.
Materials:
A. Concrete - Concrete shall conform to all sections of NCTCOG Item 702.2.4.2 for
Class B concrete.
B. Sand - Sand shall conform to Item 504.2.2.6 of the NCTCOG standards.
Execution:
A. Removal items or sections shall be indicated on the standard manhole abandonment
AM-27
detail. Removed items and sections shall be the property of the Contractor and must be
disposed of in accordance to NCTCOG Item 107.25.
B. Manhole outlets shall be plugged and the manhole filled according to the standard
manhole abandonment detail.
C. The area above the abandoned manhole shall be compacted with backfill according to
the standard manhole abandonment detail.
Payment: Payment shall be at the contract unit price for each existing manhole abandonment
completed. The unit price shall include all the necessary labor, equipment, and materials needed to
properly abandon the manhole. Excavation and backfill are included in the unit price.
Item SS03 Remove Existing Manhole
General: This item describes the procedures for the removal of existing manholes.
Execution:
A. Excavation shall be made around the manhole to be removed to a depth equivalent to the
concrete base of the manhole.
B. Connecting sewer lines shall be cut or broken where they enter the existing manhole.
C. All parts of the manhole shall be removed and disposed of by the Contractor in accordance
to NCTCOG Item 107.25.
D. Each connecting sewer line shall be plugged with Class B concrete or capped with a
manufactured watertight cap where the line is greater than 24 inches in diameter. Plugging
shall follow the requirements of Item SS01.
E. The excavation hole shall be backfilled according to the standard trench detail for the
appropriate surface cover condition.
Payment: Payment shall be at the contract unit price for each existing manhole removal completed.
The unit price shall include all the necessary labor, equipment, and materials needed to properly
remove the manhole and plug all connecting sewer lines. Excavation and backfill are included in the
unit price.
Item W01 Tapping Sleeve Connection
General: This bid item covers the connection of a new water line to an existing water line
through the use of a tapping sleeve. It includes the installation of all fittings, valves and pipe
required to make the connection.
Materials: Tapping sleeve shall be of the dimensions called for on the plans and shall have a
stainless steel housing and mechanical joint outlet connection. Valve shall be a gate valve
conforming to the material provisions of City of Denton Amendments to NCTCOG
Specifications Item 502.6.2 and shall have the dimensions called for on the plans. Fittings shall
conform to the material provisions of City of Denton Amendments to NCTCOG Specifications
Item 501.7.4. All fittings, valves and sleeves shall have mechanical joint connections unless
otherwise noted on the plans. Polyethylene wrap shall conform to the material provisions of City
AM-28
of Denton Amendments to NCTCOG Specifications Item 502.8.
Installation: Contractor shall set tapping sleeve, valve, pipe, and fittings for the connection;
however, tap shall only be made by City of Denton personnel. Operation of live valves shall only
be done by City of Denton personnel.
Payment: Payment shall be at the contract unit price for each tapping sleeve connection made to
an existing water line. Payment shall include all fittings, valve and pipe required to make the
connection. Payment shall be differentiated by tapping size.
Item W04 Cut and Plug Existing Water Line
This bid item covers the plugging of existing water lines and shall follow the procedures for bid
Item SS01 with the following changes:
The pressurized or “live” side of an existing PVC or Ductile Iron water pipe cut shall be capped
with a restrained ductile iron fitting and concrete thrust blocking shall be placed around the cap.
The pressurized or “live” side of an existing Concrete Steel Cylinder water pipe shall be capped
with a welded steel plate and the exposed metal shall be grouted.
Item W05 Remove Fire Hydrant Assembly
General: This bid item covers the removal of an existing fire hydrant assembly.
Execution: The fire hydrant lead line valve shall be closed and the valve stack removed. The fire
hydrant shall be excavated and removed at the boot connection. The lead line at the boot
connection shall be plugged with Class B concrete. The removed fire hydrant shall either be
returned to the City of Denton Water Department or disposed of by the Contractor in conformity
to NCTCOG Item 107.25. Return or disposal shall be the decision of the City.
Payment: Payment for this bid item shall be at the contract unit price for each fire hydrant
assembly removed.
Item W06 Remove Air Valve/Cutoff Valve
General: This bid item covers the removal of an existing air valve or cutoff valve.
Execution: The air valve or cutoff valve shall be disconnected from the lead line and returned to
the City of Denton Water Department. The valve lead line shall be plugged or capped with a
watertight fitting. The valve housing shall be removed and disposed of by the contractor and the
lead line shall be buried.
Payment: Payment for this bid item shall be at the contract unit price for each air valve/cutoff
valve removed.
SHT B
SHT G
SHT H
+
SHT P
SHT U
STANDARD SIGNAL POLE MATERIAL DATA ASTM Min Yield
Component Designation (KSI)
Pole Tube A572 GR.65 65
Pole Base A572 GR.50 50
Luminaire Extension Tubes A572 GR.65 65
Signal Arm Tube (7 gage) A595 GR.A 55
Signal Arm Tube (0.250in wall thickness) A572 GR.65 65
Signal Arm Attachment Plates A572 GR.50 50
Signal Arm Connection Bolts A325 ----
Luminaire Bar Struts (2in X 0.38in) A36 36
Luminaire Connecting Bolts A325 ----
Luminaire Arm Clamps A36 36
Illuminated Sign Arm Connecting Bolts A325 ----
Illuminated Sign Arm Clamps A36 36
Luninaire Extension Tube Connecting Plates A36 36
Galvanize - Structure A123 ----
Galvanize - Hardware A153 ----
Base Top Wall Length
Dia. Dia. Thik.
(In.) (In.) (In.) (Ft.)
Pole Assembly 18.5 15.42 0.313 22
Luminaire Extension Assembly 15.5 14.38 0.188 8
Total Fixed Free Base BA End Gage
Arm End End Section Wall Section
Span Dia. Dia. Length (Ft.) Thik. Length (Ft.)
(Ft.) (In.) (In.) (In.)
Signal Mast Arm Assembly 10 6.00 4.60 10 7
15 7.00 4.90 15 7
20 8.00 5.20 20 7
25 9.00 5.50 25 7
30 10.00 5.80 30 7
35 16.00 11.10 35 0.250 7
40 16.00 10.76 35 0.250 7.55 7
45 16.00 10.06 35 0.250 12.55 7
50 16.00 9.36 35 0.250 17.55 7
55 16.00 8.66 35 0.250 22.55 7
60 16.00 7.96 35 0.250 27.55 7
65 16.00 7.26 35 0.250 32.55 7
70 16.00 6.56 35 0.250 37.55 7
Unless specifically noted otherwise, the following components are required by the City of Denton. Only the following
components of a Traffic Control Signal are acceptable for use within the City of Denton and are provided herein for
the purposes of any cost estimation, specifications, bidding, ordering, design, installation and/or the like for which this
information is relevant.
A. For a Traffic Control Signal to be installed by a developer’s contractor, all of the applicable (steel pole vs. span
wire) items listed below shall be obtained and supplied by the contractor.
B. For a Traffic Control Signal to be installed by a City’s contractor, all of the applicable (steel pole vs. span wire)
items listed below shall be obtained and supplied by the contractor from a City approved distributor/manufacturer
and at the prices the City can obtain said item(s) from said distributer/manufacturer.
C. For a Traffic Control Signal to be installed by a TxDOT contractor, all of the applicable (steel pole vs. span wire)
items listed below shall be obtained and supplied by the City and provided to the TxDOT contractor under a
reimbursement agreement with TxDOT, so that the City can recover the costs from TxDOT of those items that are
not in excess of a standard TxDOT installation.
1) Pull boxes - PENCELL PEM-1830-18PCX-10K-Y-TRA (Grey)
2) CCTV - Pelco Spectra IV IP-PTZ color camera system with environmental housing
3) Controller Cabinet - Henke Enterprises, Inc., model #8P168T/Denton Special
4) Video Detection - Econolite Terra
5) Signal Monitor - EDI MMU-16LEip
6) Signal and Pedestrian mounting hardware and Pedestrian push button stations - Pelco brand
a) For steel poles:
i) PELCO 3-Section Astrobrac Assembly: 84 Inch Cable and Gusseted Tube #As-0125-3-84
ii) PELCO 5-Section Astrobrac Assembly: 84 Inch Cable and Gusseted Tube #As-0125-5-84
iii) PELCO 5-Section Astrobrac Cluster Assembly: 84 Inch Cable and Gusseted Tube #As-0138-2-84
iv) PELCO Pedestrian Push Button Station: Black #Se-2023-08-P34
v) PELCO Pedestrian Sign Left: #Sf-1030-05 for station #Se-2023-08
vi) PELCO Pedestrian Sign Right: #Sf-1031-05 for station #Se-2023-08
b) For a span wire’s bottom tether (City requirement):
i) PELCO 3-Section horizontal span wire assembly: #SP-3058-TX-3-ALO
ii) PELCO 3-Section horizontal span wire assembly: #SP-3058-TX-5-ALO
7) Signal Heads - Econolite, polycarbonate, with metal vented back plates and black Poly-tunnel visors (1 piece)
8) Pedestrian Heads - polycarbonate clam shell type (TxDOT Specifications)
9) LED's - Duralite 07 models JXC-300 (circular) and JXJ-300 (arrow)
10) Pedestrian inserts - Duralite Countdowns, model JXM-400VIEIL
11) Electric Meter Pedestal - Electrol Systems using the TxDOT spec TYD (120/240)100 (NS)AL(E)PS(U) 12 circuit,
standard: light green color
12) Controller - Econolite ASC/3-2100 with data key and ethernet port
13) Radar - forward-fire Wavetronics smart sensor advance (Complete 4 sensor package)
14) LED Slim Line Backlit Street Sign 19" X 72" double sided by Southern Manufacturing
15) 3M OPTICOM ID SYSTEM, Note: All 4 conductor wire/cable shall be 3M approved/certified
a) 1 – 752, 2 channel card
Or
b) 1 – 754, 4 channel card
and/or in some combination thereof, depending on how many receiving channels.
c) 721 – single channel dual indication: for a roadway that has a single leg approach (typically the single leg of a
“T” and/or for a one-way roadway and/or the like)
d) 722 – dual channel duel indication: for a roadway that has dual leg approaches.
16) BelAir Networks 5.9 GHz Radio System with applicable antenna
17) EtherWan Hardened Managed Switch installed in controller cabinet.
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
PLAN OF BORINGS
MAYHILL ROAD
Approximate Boring location
DATE: 8/15/2011 FF RE
DG-10-15760 PLATE 3A N
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
PLAN OF BORINGS
MAYHILL ROAD
Approximate Boring location
DATE: 8/15/2011 FF RE
DG-10-15760 PLATE 3B N
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
PLAN OF BORINGS
MAYHILL ROAD
Approximate Boring location
DATE: 8/15/2011 FF RE
DG-10-15760 PLATE 3C N
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
SANDY LEAN CLAY (CLS), stiff to very stiff, reddish
brown-gray
CLAYEY SAND (SC), reddish brown
12 inches of ASPHALT PAVEMENT
7 inches of BASE MATERIAL
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11CLAYEY SAND (SC), very dense, brown-gray
124
29/6"-33/6"-50/6"
= UU Triaxial
SOIL/ROCK CLASSIFICATION
46
44
See Plate 3A for boring location.
0.5 1.0 1.5 2.0
DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 4
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/16/2011
Northing: --
Easting: --
= Unconf. Comp.
LIQUID LIMIT% PASSINGNO. 200 SIEVE0
5
10
15 = Hand Penet.
Project: Mayhill Road
Boring No.: B- 1
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
ELEV.
DEPTH,
FEET
6 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11112
124
16/6"-24/6"-31/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
SILTY CLAYEY SAND (SC-SM), dark brown
SANDY LEAN CLAY (CLS), stiff to hard, reddish
brown-gray
32
50
69
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCFPLATE 5
0.5 1.0 1.5 2.0
= Unconf. Comp.% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B- 2
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Shear Types: = Hand Penet.
10 20 30 40 50 60 70 80 90
Drill Date: 5/23/2011
Northing: --
Easting: --
SHEAR STRENGTH, TSF
MOISTURE CONTENT, %
PLASTIC LIMIT
LOG OF BORING
= Torvane
SOIL/ROCK CLASSIFICATION
7 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11116
111
See Plate 3A for boring location.
= UU Triaxial
CLAYEY SAND (SC), reddish brown
SANDY LEAN CLAY (CLS), very stiff to hard,
brown-gray
SILTY CLAYEY SAND (SC-SM), brown
41
68
49 DRY DENSITYPCF = Unconf. Comp.
10 20 30 40 50 60 70 80 90
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
LIQUID LIMIT
PLATE 6
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Shear Types: = Hand Penet. = Torvane
Project: Mayhill Road
Boring No.: B- 3
Groundwater during drilling: Dry
Groundwater after drilling: Dry
MOISTURE
Drill Date: 5/23/2011
Northing: --
Easting: --
CONTENT, %
PLASTIC LIMIT
LOG OF BORING
SHEAR STRENGTH, TSF
SANDY LEAN CLAY (CLS), firm, reddish brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11106
111
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LEAN CLAY WITH SAND (CL), stiff to very stiff,
gray-brown
50
72
73
= TorvaneShear Types:
PLATE 7
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/16/2011
Northing: --
Easting: --DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
LOG OF BORING
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMITPLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Project: Mayhill Road
Boring No.: B- 4
Groundwater during drilling: Dry
Groundwater after drilling: Dry
See Plate 3A for boring location.
4 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11109
118
5/6"-7/6"-9/6"
LEAN CLAY WITH SAND (CL), stiff, dark brown
SANDY LEAN CLAY (CLS), stiff to very stiff, dark
brown
CLAYEY SAND (SC), medium dense, dark
brown-gray
77
60
33
= UU Triaxial
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCF = Unconf. Comp.
10 20 30 40 50 60 70 80 90
PLATE 8
0.5 1.0 1.5 2.0
= Hand Penet.
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVEELEV.
DEPTH,
FEET
Shear Types:
LIQUID LIMIT
Drill Date: 5/23/2011
Northing: --
Easting: --
= Torvane
0
5
10
15
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
MOISTURE CONTENT, %
PLASTIC LIMIT
LOG OF BORING
Project: Mayhill Road
Boring No.: B- 5
Groundwater during drilling: Dry
Groundwater after drilling: Dry
SHEAR STRENGTH, TSF
116
CLAYEY SAND (SC), brown-gray
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SHALEY LIMESTONE, hard to very hard, gray
33
CLAYEY SAND (SC), medium dense, reddish
brown-gray
SANDY LEAN CLAY (CLS), very stiff, gray-brown
129
FAT CLAY (CH), very stiff, dark gray
97
49
= Unconf. Comp.
4/6"-4/6"-8/6"
0.5 1.0 1.5 2.0
DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 9a
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/18/2011
Northing: --
Easting: --% PASSINGNO. 200 SIEVE(50/1.25")-(50/1")
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LOG OF BORING
SHEAR STRENGTH, TSF
MOISTURE
0
5
10
15
20
25
30
10 20 30 40 50 60 70 80 90
PLASTIC LIMIT
Project: Mayhill Road
Boring No.: BB1
Groundwater during drilling: 11 feet
Groundwater after drilling: Dry
LIQUID LIMIT
= Hand Penet.
ELEV.
DEPTH,
FEET
CONTENT, %
ELEV.
DEPTH,
FEET
PLASTIC LIMIT% PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: BB1
Groundwater during drilling: 11 feet
Groundwater after drilling: Dry
LOG OF BORING
(50/0.75")-(50/0.5")30
35
40
45
50
55
60
(50/0.5")-(50/0.25")
(50/0.25")-(50/0.25")
(50/0.25")-(50/0.125")
See Plate 3A for boring location.
= UU TriaxialDRY DENSITYPCFCONTENT, %
= Unconf. Comp.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 9b
Drill Date: 5/18/2011
Northing: --
Easting: --
Shear Types:
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= Torvane
10 20 30 40 50 60 70 80 90
SHEAR STRENGTH, TSF
MOISTURE
0.5 1.0 1.5 2.0
LEAN CLAY WITH SAND (CL), very stiff, dark brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SHALEY LIMESTONE, hard to very hard, gray
FAT CLAY (CH), very stiff, dark gray
LEAN CLAY (CL), very stiff, brown
SANDY LEAN CLAY (CLS), stiff to very stiff, dark
brown
72
98
50
0.5 1.0 1.5 2.0
10 20 30 40 50 60 70 80 90
= Unconf. Comp.DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 10a
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/19/2011
Northing: --
Easting: --
114
121
(50/0.75")-(50/0.5")
See Plate 3A for boring location.
SOIL/ROCK CLASSIFICATION
SHEAR STRENGTH, TSF
Project: Mayhill Road
Boring No.: BB2
Groundwater during drilling: 8 feet
Groundwater after drilling: Dry
PLASTIC LIMIT
LOG OF BORING
CONTENT, %
= UU Triaxial% PASSINGNO. 200 SIEVEMOISTURE
LIQUID LIMIT
= Hand Penet.
ELEV.
DEPTH,
FEET
0
5
10
15
20
25
30
ELEV.
DEPTH,
FEET
PLASTIC LIMIT% PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: BB2
Groundwater during drilling: 8 feet
Groundwater after drilling: Dry
LOG OF BORING
(50/0.5")-(50/0.5")30
35
40
45
50
55
60
(50/0.25")-(50/0.25")
(50/0.5")-(50/0.5")
(50/0.5")-(50/0.5")
See Plate 3A for boring location.
= UU TriaxialDRY DENSITYPCFCONTENT, %
= Unconf. Comp.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 10b
Drill Date: 5/19/2011
Northing: --
Easting: --
Shear Types:
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= Torvane
10 20 30 40 50 60 70 80 90
SHEAR STRENGTH, TSF
MOISTURE
0.5 1.0 1.5 2.0
SILTY CLAYEY SAND (SC-SM), reddish brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11116
8/6"-5/6"-7/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
SANDY LEAN CLAY (CLS), very stiff to hard,
reddish brown
CLAYE SAND (SC), medium dense, reddish brown
FAT CLAY (CH), very stiff, greenish gray
44
22
99
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Shear Types: = Unconf. Comp.
PLATE 11
0.5 1.0 1.5 2.0
DRY DENSITYPCF% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
LIQUID LIMIT
= Torvane
Project: Mayhill Road
Boring No.: B- 6
Groundwater during drilling: Dry
Groundwater after drilling: Dry
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
LOG OF BORING
= Hand Penet.
Drill Date: 5/16/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
3 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11126
116
5/6"-7/6"-9/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
CLAYEY SAND (SC), medium dense, gray-brown
SANDY LEAN CLAY (CLS), very stiff to hard,
gary-brown
44
62
4.68
2.55DRY DENSITYPCF = Unconf. Comp.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
Project: Mayhill Road
Boring No.: B- 7
Groundwater during drilling: Dry
Groundwater after drilling: Dry
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
PLATE 12
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
Drill Date: 5/23/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
SHEAR STRENGTH, TSF
= TorvaneShear Types:
10 20 30 40 50 60 70 80 90
LIQUID LIMIT
5 inches of ASPHALT PAVEMENT
119
119
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SANDY LEAN CLAY (CLS), very stiff to hard,
brown-gray
CLAYEY SAND (SC), brown-gray
61
68
33
4.44DRY DENSITYPCF = Unconf. Comp.
PLATE 13
0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project: Mayhill Road
Boring No.: B- 8
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
Drill Date: 5/23/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
10 20 30 40 50 60 70 80 90
= TorvaneShear Types:
LEAN CLAY WITH SAND (CL), stiff to very stiff,
brown-gray
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11117
115
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LEAN CLAY (CL), stiff, yellow brown-gray
79
70
87
Drill Date: 5/16/2011
Northing: --
Easting: --
= TorvaneShear Types:
PLATE 14
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
DRY DENSITYPCF = Unconf. Comp.
LOG OF BORING
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Project: Mayhill Road
Boring No.: B- 9
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LEAN CLAY WITH SAND (CL), very stiff to hard,
reddish brown-gray
SOIL/ROCK CLASSIFICATION
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11124
121
See Plate 3A for boring location.
= UU Triaxial
SANDY LEAN CLAY (CLS), very stiff to hard,
brown-gray
74
70
65
4.27
2.53
Shear Types:
PLATE 15
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
Project: Mayhill Road
Boring No.: B-10
Groundwater during drilling: Dry
Groundwater after drilling: Dry
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet. = Torvane
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/13/2011
Northing: --
Easting: --
LIQUID LIMIT
3 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION
112
3/6"-3/6"-4/6"
See Plate 3A for boring location.
= UU Triaxial
SILTY CLAYEY SAND (SC-SM), dark brown
POORLY GRADED SAND WITH SILTY CLAY
(SP-SC), loose, reddish brown
SANDY LEAN CLAY (CLS), stiff to very stiff,
gray-brown
39
9
61
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCF = Unconf. Comp.
PLATE 16
0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
LIQUID LIMIT
Shear Types:
Project: Mayhill Road
Boring No.: B-11
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
10 20 30 40 50 60 70 80 90
= Hand Penet. = Torvane
SHEAR STRENGTH, TSF
Drill Date: 5/23/2011
Northing: --
Easting: --
MOISTURE CONTENT, %
PLASTIC LIMIT
LOG OF BORING
SILTY CLAYEY SAND (SC-SM), yellowish brown0
5
10
15
109
See Plate 3A for boring location.
SOIL/ROCK CLASSIFICATION
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11% PASSINGNO. 200 SIEVE29
41
41
= TorvaneShear Types:
0.5 1.0 1.5 2.0
PLATE 17
ELEV.
DEPTH,
FEET
Drill Date: 5/13/2011
Northing: --
Easting: --
= UU TriaxialDRY DENSITYPCF = Unconf. Comp.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SHEAR STRENGTH, TSF
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-12
Groundwater during drilling: 6 feet
Groundwater after drilling: Dry
LOG OF BORING
PLASTIC LIMIT
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
MOISTURE
10 20 30 40 50 60 70 80 90
CONTENT, %
= UU Triaxial
0
5
10
15
6.5 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVECLAYEY SAND (SC), brown-gray
28
24
46
See Plate 3A for boring location.DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
ELEV.
DEPTH,
FEET
Shear Types:
112
0.5 1.0 1.5 2.0
= Unconf. Comp.
SHEAR STRENGTH, TSF
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-13
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
PLASTIC LIMIT
PLATE 18
MOISTURE
= Torvane
10 20 30 40 50 60 70 80 90
Drill Date: 5/23/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
CONTENT, %
SANDY LEAN CLAY (CLS), very stiff to hard,
reddish brown
121
12/6"-18/6"-26/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11LEAN CLAY (CL), very stiff, reddish brown
SANDY LEAN CLAY (CLS), very stiff to hard,
reddish brown
55
88
70
6.66
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCFShear Types: = Unconf. Comp.
0.5 1.0 1.5 2.0
Project: Mayhill Road
Boring No.: B-14
Groundwater during drilling: Dry
Groundwater after drilling: Dry
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
PLATE 19
= Torvane
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/13/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
LIQUID LIMIT
3 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/117/6"-10/6"-12/6"
12/6"-12/6"-13/6"
50/4"
50/3"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
CLAYEY SAND (SC), medium dense to very dense,
reddish brown
POORLY GRADED SAND WITH CLAY (SP-SC),
very dense, yellowish red
21
15
9 DRY DENSITYPCF = Unconf. Comp.
PLATE 20
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-15
Groundwater during drilling: Dry
Groundwater after drilling: Dry
10 20 30 40 50 60 70 80 90
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
Drill Date: 5/13/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Shear Types: = Hand Penet. = Torvane
= UU Triaxial
0
5
10
15
1 inches of ASPHALT PAVEMENT
5/6"-6/6"-6/6"LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11See Plate 3A for boring location.
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVECLAYEY SAND (SC), medium dense, brown
LEAN CLAY WITH SAND (CL), stiff, gray-brown
12
18
4/6"-6/6"-11/6"
75
Shear Types:
PLATE 21
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
= Torvane
ELEV.
DEPTH,
FEET
DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
MOISTURE
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-16
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
CONTENT, %
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/16/2011
Northing: --
Easting: --
PLASTIC LIMIT
SANDY LEAN CLAY (CLS), stiff to very stiff, reddish
brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11118
15/6"-16/6"-10/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
CLAYEY SAND (SC), reddish brown
CLAYEY SAND WITH GRAVEL (SC), medium
dense, reddish brown
53
46
19
0.5 1.0 1.5 2.0
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Shear Types:DRY DENSITYPCF = Unconf. Comp.% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
PLATE 22
Project: Mayhill Road
Boring No.: B-17
Groundwater during drilling: Dry
Groundwater after drilling: Dry
= Torvane
Drill Date: 5/16/2011
Northing: --
Easting: --
LOG OF BORING
10 20 30 40 50 60 70 80 90
SHEAR STRENGTH, TSF
MOISTURE CONTENT, %
PLASTIC LIMIT
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
9 inches of ASPHALT PAVEMENT
117
96
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/115 inches of BASE MATERIAL
SANDY LEAN CLAY (CLS), stiff to very stiff,
gray-brown
LEAN CLAY (CL), stiff to very stiff, very dark
gray-brown
67
74
90 DRY DENSITYPCF = Unconf. Comp.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
See Plate 3A for boring location.PLATE 23
0.5 1.0 1.5 2.0
= Hand Penet. = UU Triaxial
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVE10 20 30 40 50 60 70 80 90
ELEV.
DEPTH,
FEET
SHEAR STRENGTH, TSF
Drill Date: 5/16/2011
Northing: --
Easting: --
Shear Types: = Torvane
0
5
10
15
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
LIQUID LIMIT
CONTENT, %
PLASTIC LIMIT
LOG OF BORING
Project: Mayhill Road
Boring No.: B-18
Groundwater during drilling: Dry
Groundwater after drilling: Dry
MOISTURE
50/0.875"
See Plate 3A for boring location.
10 inches of ASPHALT PAVEMENT
SOIL/ROCK CLASSIFICATION
LIQUID LIMIT% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/114 inches of BASE MATERIAL
LEAN CLAY (CL), stiff to hard, gray-brown
-Hit concrete at 4 feet 88
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= TorvaneShear Types:
PLATE 24
Drill Date: 5/13/2011
Northing: --
Easting: --
= UU Triaxial = Unconf. Comp.DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
10 20 30 40 50 60 70 80 90
Project: Mayhill Road
Boring No.: B-18-1
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
PLASTIC LIMIT
CONTENT, %
SHEAR STRENGTH, TSF
0.5 1.0 1.5 2.0
MOISTURE
= UU Triaxial
12 inches of CONCRETE PAVEMENT
116
119
See Plate 3A for boring location.LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SILTY SAND (SM), gray-brown
LEAN CLAY WITH SAND (CL), stiff to very stiff,
gray-brown
SILTY CLAYEY SAND (SC-SM), brown
14
76
39
SOIL/ROCK CLASSIFICATION
DRY DENSITYPCF = Unconf. Comp.
PLATE 25
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
LIQUID LIMIT% PASSINGNO. 200 SIEVE0
5
10
15 = Hand Penet.
10 20 30 40 50 60 70 80 90
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Shear Types:
ELEV.
DEPTH,
FEET
SHEAR STRENGTH, TSF
Project: Mayhill Road
Boring No.: B-18-2
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Drill Date: 5/23/2011
Northing: --
Easting: --
MOISTURE CONTENT, %
PLASTIC LIMIT
LOG OF BORING
= Torvane
84
44
CLAYEY SAND (SC), brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11CLAYEY SAND (SC), medium dense, gray-brown
26
LEAN CLAY WITH SAND (CL), stiff to hard,
gray-brown
FAT CLAY WITH SAND (CH), very stiff, gray
-shale seams
49
10 20 30 40 50 60 70 80 90
0.5 1.0 1.5 2.0
MOISTURE
Drill Date: 5/13/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= TorvaneShear Types:
PLATE 26aDRY DENSITYPCF = Unconf. Comp.
SHEAR STRENGTH, TSFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SOIL/ROCK CLASSIFICATION
118
105
6/6"-6/6"-8/6"
= UU Triaxial
CONTENT, %
PLASTIC LIMIT
LOG OF BORING
See Plate 3A for boring location.
Project: Mayhill Road
Boring No.: BB3
Groundwater during drilling: 22 feet
Groundwater after drilling: 20 feet
LIQUID LIMIT
= Hand Penet.
ELEV.
DEPTH,
FEET
0
5
10
15
20
25
30 % PASSINGNO. 200 SIEVE
(50/0.75")-(50/0.5")LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LIQUID LIMIT
(50/1.5")-(50/1.25")% PASSINGNO. 200 SIEVE30
35
40
45
50
55
60
ELEV.
DEPTH,
FEET
= Hand Penet.
SHALE WITH LIMESTONE, hard to very hard, gray
SHALE, hard, gray
(50/0.75")-(50/0.75")
(50/1")-(50/0.75")
PLATE 26b
Drill Date: 5/13/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= Torvane = Unconf. Comp.Shear Types:
(50/1")-(50/0.75")DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project: Mayhill Road
Boring No.: BB3
Groundwater during drilling: 22 feet
Groundwater after drilling: 20 feet
PLASTIC LIMIT
CONTENT, %MOISTURE
0.5 1.0 1.5 2.0
10 20 30 40 50 60 70 80 90
LOG OF BORING
SHEAR STRENGTH, TSF
56
SANDY LEAN CLAY (CLS), very stiff, brown-gray
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11FAT CLAY WITH SAND (CH), very stiff, dark gray
POORLY GRADED SAND WITH SILTY CLAY AND
GRAVEL (SP-SC), very loose to loose, brown-gray
CLAYEY SAND (SC), brown-gray
29
48
9
0.5 1.0 1.5 2.0
10 20 30 40 50 60 70 80 90
= Unconf. Comp.DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 27a
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/18/2011
Northing: --
Easting: --
117
114
4/6"-2/6"-2/6"
See Plate 3A for boring location.
= UU Triaxial
SHEAR STRENGTH, TSF
PLASTIC LIMIT
SOIL/ROCK CLASSIFICATION
MOISTURE% PASSINGNO. 200 SIEVECONTENT, %
Project: Mayhill Road
Boring No.: BB4
Groundwater during drilling: 13 feet
Groundwater after drilling: 15 feet
LOG OF BORING
LIQUID LIMIT
= Hand Penet.
ELEV.
DEPTH,
FEET
0
5
10
15
20
25
30
See Plate 3A for boring location.
SHALEY LIMESTONE, hard to very hard, gray
SOIL/ROCK CLASSIFICATION
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11Project: Mayhill Road
Boring No.: BB4
Groundwater during drilling: 13 feet
Groundwater after drilling: 15 feet
% PASSINGNO. 200 SIEVE(50/0.75")-(50/0.5")
30
35
40
45
50
55
60
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
(50/0.75")-(50/0.75")
(50/1.25")-(50/1")
(50/0.75")-(50/0.5")
(50/0.5")-(50/0.5")
= Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
PLATE 27b
Drill Date: 5/18/2011
Northing: --
Easting: --
= UU TriaxialShear Types:
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCFLOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
= Unconf. Comp.
0.5 1.0 1.5 2.0
10 20 30 40 50 60 70 80 90
12 inches of CONCRETE PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
SANDY LEAN CLAY (CLS), firm to stiff, gray-brown
SANDY SILT (MLS), firm to stiff, gray-brown
SANDY LEAN CLAY (CLS), firm to stiff, gray-brown
50
51
65
= Unconf. Comp.Shear Types:
PLATE 28
= Torvane DRY DENSITYPCF0.5 1.0 1.5 2.0
Project: Mayhill Road
Boring No.: B-18-3
Groundwater during drilling: Dry
Groundwater after drilling: Dry
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
LOG OF BORING
LIQUID LIMIT
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/23/2011
Northing: --
Easting: --
SANDY LEAN CLAY (CLS), very stiff, brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11121
16/6"-18/6"-8/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
CLAYEY SAND WITH GRAVEL (SC), medium
dense, gray-brown
LEAN CLAY WITH SAND (CL), very stiff, dark gray
SANDY LEAN CLAY (CLS), stiff, gray-brown
33
52
71
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCFPLATE 29
= Unconf. Comp.% PASSINGNO. 200 SIEVE0.5 1.0 1.5 2.0
LOG OF BORING
0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Shear Types:
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Project: Mayhill Road
Boring No.: B-19
Groundwater during drilling: Dry
Groundwater after drilling: Dry
= Torvane
PLASTIC LIMIT
Drill Date: 5/13/2011
Northing: --
Easting: --
10 20 30 40 50 60 70 80 90
SHEAR STRENGTH, TSF
MOISTURE CONTENT, %
SOIL/ROCK CLASSIFICATION
3 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11114
122
See Plate 3A for boring location.
= UU Triaxial
SANDY LEAN CLAY (CLS), stiff to hard, reddish
brown-yellowish brown
70
69
68
Shear Types:
PLATE 30
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
= Torvane
Project: Mayhill Road
Boring No.: B-20
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/23/2011
Northing: --
Easting: --
117
5.5 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/1112/6"-21/6"-23/6"
18/6"-50/4.5"
39/6"-50/3.25"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
SILTY CLAYEY SAND (SC-SM), reddish brown
SANDY SILT (MLS), very stiff to hard, reddish brown
CLAYEY SAND (SC), very dense, reddish brown
37
33
56
PLATE 31
= Unconf. Comp.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
DRY DENSITYPCFProject: Mayhill Road
Boring No.: B-21
Groundwater during drilling: Dry
Groundwater after drilling: Dry
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.Shear Types:
LOG OF BORING
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
= Torvane
Drill Date: 5/23/2011
Northing: --
Easting: --
PLASTIC LIMIT LIQUID LIMIT
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
CLAYEY SAND (SC), dark gray
-with asphalt layers % PASSINGNO. 200 SIEVESee Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11LEAN CLAY WITH SAND (CL), stiff to very stiff,
gray-brown
FAT CLAY (CH), very stiff, gray-brown
24
83
96
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= TorvaneShear Types:
0.5 1.0 1.5 2.0
PLATE 32
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Drill Date: 5/13/2011
Northing: --
Easting: --DRY DENSITYPCF = Unconf. Comp.
PLASTIC LIMIT
0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-22
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
CONTENT, %
7.5 inches of ASPHALT PAVEMENT
9/6"-11/6"-15/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11POORLY GRADED SAND WITH SILTY CLAY AND
GRAVEL (SP-SC), loose, reddish brown
LEAN CLAY (CL), very stiff, gray-reddish brown
11
93
8/6"-4/6"-4/6"
0.5 1.0 1.5 2.0
Shear Types:
PLATE 33
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
= Torvane DRY DENSITYPCF = Unconf. Comp.
PLASTIC LIMIT
0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-23
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/24/2011
Northing: --
Easting: --
SANDY LEAN CLAY (CLS), stiff, reddish brown
8 inches of ASPHALT PAVEMENT
CLAYEY SAND (SC), brown-gray
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/112 inches of BASE MATERIAL
3/6"-4/6"-5/6"
See Plate 3A for boring location.
= UU Triaxial
39
CLAYEY SAND (SC), brown-gray
54
48% PASSINGNO. 200 SIEVESOIL/ROCK CLASSIFICATION
DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 34
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/24/2011
Northing: --
Easting: --
= Unconf. Comp.
Project: Mayhill Road
Boring No.: B-24
Groundwater during drilling: Dry
Groundwater after drilling: Dry
0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
0.5 1.0 1.5 2.0
LOG OF BORING
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
PLASTIC LIMIT LIQUID LIMIT
ELEV.
DEPTH,
FEET
11 inches of ASPHALT PAVEMENT
50/4"LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11See Plate 3A for boring location.
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVE0
5
10
15 = UU Triaxial
8 inches of BASE MATERIAL
POORLY GRADED SAND WITH CLAY AND
GRAVEL (SP-SC), very dense, reddish brown
POORLY GRADED SAND WITH CLAY (SP-SC),
very dense, reddish brown
11
7
= Hand Penet.
PLATE 35
Shear Types:DRY DENSITYPCF = Unconf. Comp.
5/6"-14/6"-40/6"
0.5 1.0 1.5 2.0
SHEAR STRENGTH, TSF
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-25
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
PLASTIC LIMIT
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
MOISTURE
= Torvane
10 20 30 40 50 60 70 80 90
Drill Date: 5/13/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
CONTENT, %
24/6"-50/5.25"
SILTY CLAYEY SAND (SC-SM), brown-reddish
brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/1150/5.75"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
SILTY SAND (SM), very dense, gray-brown
25
14
27% PASSINGNO. 200 SIEVEShear Types:
PLATE 36
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
= Torvane DRY DENSITYPCF0.5 1.0 1.5 2.0
= Unconf. Comp.
0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-26
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/13/2011
Northing: --
Easting: --
CLAYEY SAND (SC), brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION
111
108
See Plate 3A for boring location.
= UU Triaxial
97
SANDY LEAN CLAY (CLS), stiff, reddish brown
CLAYEY SAND (SC), gray-brown
SANDY LEAN CLAY (CLS), very stiff, reddish gray
brown
LEAN CLAY (CL), very stiff, gray-brown
44
44 DRY DENSITYPCF = Unconf. Comp.
PLATE 37
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
LIQUID LIMIT
10 20 30 40 50 60 70 80 90
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Shear Types: = Torvane = Hand Penet.
SHEAR STRENGTH, TSF
Project: Mayhill Road
Boring No.: B-27
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Drill Date: 5/13/2011
Northing: --
Easting: --
MOISTURE CONTENT, %
PLASTIC LIMIT
LOG OF BORING
See Plate 3A for boring location.
FAT CLAY (CH), very stiff, gray-brown
-with shale seams
SANDY LEAN CLAY (CLS), stiff to very stiff,
brown-gray
CLAYEY SAND (SC), reddish brown
7 inches of ASPHALT PAVEMENT
3 inches of BASE MATERIAL
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11112
91
68
39 DRY DENSITYPCF115
0.5 1.0 1.5 2.0
= UU Triaxial = Unconf. Comp.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 38
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/24/2011
Northing: --
Easting: --
ELEV.
DEPTH,
FEET
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVE0
5
10
15 = Hand Penet.
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
LIQUID LIMIT
MOISTURE CONTENT, %
PLASTIC LIMIT
LOG OF BORING
Project: Mayhill Road
Boring No.: B-28
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11103
= UU Triaxial
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVESANDY LEAN CLAY (CLS), very stiff, reddish brown
FAT CLAY (CH), stiff, gray-brown
-with shale seams
53
83
See Plate 3A for boring location.
13/6"-10/6"-13/6"
0.5 1.0 1.5 2.0
= Unconf. Comp.
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= TorvaneShear Types:
PLATE 39
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCF0
5
10
15
CONTENT, %
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-29
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Drill Date: 5/13/2011
Northing: --
Easting: --
PLASTIC LIMIT
MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
LOG OF BORING
7 inches of ASPHALT PAVEMENT
14/6"-14/6"-16/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SILTY CLAYEY SAND (SC-SM), medium dense to
dense, gray-reddish brown
LEAN CLAY WITH SAND (CL), very stiff, gray-brown
34
81 110
= Torvane
PLATE 40
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
PLASTIC LIMIT
0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-30
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Shear Types:
LOG OF BORING
Drill Date: 5/24/2011
Northing: --
Easting: --
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
= UU Triaxial
LEAN CLAY WITH SAND (CL), very stiff to hard,
reddish brown-gray
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11123
118
See Plate 3A for boring location.
SANDY LEAN CLAY (CLS), very stiff, brown-gray
FAT CLAY (CH), very stiff, brown-gray
76
64
99
6.89DRY DENSITYPCFPLATE 41
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
SOIL/ROCK CLASSIFICATION
= Torvane = Unconf. Comp.
0.5 1.0 1.5 2.0
Project: Mayhill Road
Boring No.: B-31
Groundwater during drilling: Dry
Groundwater after drilling: Dry
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.Shear Types:
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/12/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
LIQUID LIMIT
6.5 inches of ASPHALT PAVEMENT
110
16/6"-7/6"-11/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11CLAYEY SAND WITH GRAVEL (SC), dark brown
SANDY LEAN CLAY (CLS), very stiff to hard, olive
gray-brown
31
59
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
= TorvaneShear Types:DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
PLATE 42
Project: Mayhill Road
Boring No.: B-32
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
PLASTIC LIMIT
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/24/2011
Northing: --
Easting: --
LEAN CLAY WITH SAND (CL), very stiff to hard,
brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11115
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
CLAYEY SAND WITH SILT (SC), reddish
brown-gray
76
76
32
5.56
Shear Types:
PLATE 43
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
PLASTIC LIMIT% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-33
Groundwater during drilling: Dry
Groundwater after drilling: Dry
= Torvane
LOG OF BORING
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/11/2011
Northing: --
Easting: --
SOIL/ROCK CLASSIFICATION
36
45
115
121
See Plate 3A for boring location.
= UU Triaxial
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/114.66
SANDY LEAN CLAY WITH SILT (CLS), stiff to hard,
dark brown-reddish gray
CLAYEY SAND (SC), reddish gray
SANDY LEAN CLAY (CLS), very stiff to hard,
reddish gray
CLAYEY SAND (SC), gray-brown
64
= Unconf. Comp.
0.5 1.0 1.5 2.0
DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 44
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/11/2011
Northing: --
Easting: --
LOG OF BORING
= Hand Penet.
Project: Mayhill Road
Boring No.: B-34
Groundwater during drilling: Dry
Groundwater after drilling: Dry
ELEV.
DEPTH,
FEET
LIQUID LIMIT
0
5
10
15
PLASTIC LIMIT
CONTENT, %
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90% PASSINGNO. 200 SIEVEMOISTURE
CLAYEY SAND (SC), dark brown
115
114
17/6"-18/6"-20/6"
13/6"-24/6"-26/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SANDY LEAN CLAY (CLS), stiff to hard, reddish
brown-dark brown
CLAYEY SAND (SC), dense to very dense, reddish
brown-gray
40
30
22 DRY DENSITYPCF = Unconf. Comp.
PLATE 45
0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project: Mayhill Road
Boring No.: B-35
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
Drill Date: 5/9/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
10 20 30 40 50 60 70 80 90
= TorvaneShear Types:
LEAN CLAY WITH SAND (CL), very stiff to hard,
gray-brown
25
54
26
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/1186
CLAYEY SAND (SC), medium dense to very dense,
gray-brown
SANDY LEAN CLAY (CLS), very stiff, reddish brown
CLAYEY SAND (SC), medium dense, reddish brown
CLAYEY SAND (SC), brown
2.98
LOG OF BORING
10 20 30 40 50 60 70 80 90
SHEAR STRENGTH, TSF
MOISTURE CONTENT, %
PLASTIC LIMIT
Drill Date: 5/9/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= TorvaneShear Types:
PLATE 46a
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
DRY DENSITYPCF = Unconf. Comp.
12/6"-8/6"-12/6"
(12/4.25")-(50/5.25")-(50/3.5")
(12/0.875")-(50/0.875")-(50/0.5")
110
(12/3")-(36/6")-(64/1.5")
(12/0.25")-(50/0.25")-(50/0.25")
(12/6")-(13/6")-(12/6")
50/4.25"
(10/6")-(18/6")-(12/6")
(6/6")-(6/6")-(8/6")
129
117
Project: Mayhill Road
Boring No.: BB36
Groundwater during drilling: 34 feet
Groundwater after drilling: 34 feet
LIQUID LIMIT
= Hand Penet.
ELEV.
DEPTH,
FEET
0
5
10
15
20
25
30
36/6"-34/6"-30/4.5"
See Plate 3A for boring location.% PASSINGNO. 200 SIEVESOIL/ROCK CLASSIFICATION
= UU Triaxial
LEAN CLAY (CL), very stiff to hard, dark gray
-with shale seams
SAND, loose to medium dense, yellowish brown
SANDY LEAN CLAY (CLS), very stiff to hard,
gray-brown
(12/1")-(50/1")-(50/1.75")
32/6"-50/3.75"
(12/1")-(50/0.125")-(50/0")
(12/3")-(50/2.75")-(50/1.375")
30/6"-50/4"
(12/1.25")-(50/1.375")-(50/0.5")
(12/1.75")-(50/0.75")-(50/0.25")
(12/0.75")-(50/0.375")-(50/0.25")LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/1140
94
54
5/6"-50/4"
= Unconf. Comp.
40/6"-50/1.125
0.5 1.0 1.5 2.0
DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 46b
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/9/2011
Northing: --
Easting: --
See Plate 3A for boring location.
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVE = UU Triaxial
30
35
40
45
50
55
60
ELEV.
DEPTH,
FEET
LOG OF BORING
10 20 30 40 50 60 70 80 90
SHEAR STRENGTH, TSF
MOISTURE CONTENT, %
PLASTIC LIMIT
Project: Mayhill Road
Boring No.: BB36
Groundwater during drilling: 34 feet
Groundwater after drilling: 34 feet
LIQUID LIMIT
= Hand Penet.
LIQUID LIMIT
= Hand Penet.
ELEV.
DEPTH,
FEET
60
65
70
75
80
85
90
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 46c
SOIL/ROCK CLASSIFICATION
See Plate 3A for boring location.
(12/1.75")-(50/0.5")-(50/0.375")
(12/1.25")-(50/0.25")-(50/0")
SHALE, hard to very hard, gray
-with sand seams
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11Drill Date: 5/9/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= TorvaneShear Types: = UU Triaxial = Unconf. Comp.DRY DENSITYPCF% PASSINGNO. 200 SIEVEProject: Mayhill Road
Boring No.: BB36
Groundwater during drilling: 34 feet
Groundwater after drilling: 34 feet
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
0.5 1.0 1.5 2.0
10 20 30 40 50 60 70 80 90
SHEAR STRENGTH, TSF
CLAYEY SAND (SC), dense to very dense, gray
34
96
87
83
LEAN CLAY WITH SAND (CL), stiff to hard,
gray-brown
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/114.91
118
0.5 1.0 1.5 2.0
10 20 30 40 50 60 70 80 90
= Unconf. Comp.DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 47a
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/19/2011
Northing: --
Easting: --
122
4/6"-6/6"-8/6"
50/3"
(50/1.5")-(50/1")
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
SHEAR STRENGTH, TSF
% PASSINGNO. 200 SIEVEMOISTURE CONTENT, %
PLASTIC LIMIT
LOG OF BORING
Project: Mayhill Road
Boring No.: BB37
Groundwater during drilling: 32 feet
Groundwater after drilling: Dry
LIQUID LIMIT
= Hand Penet.
ELEV.
DEPTH,
FEET
0
5
10
15
20
25
30
Project: Mayhill Road
Boring No.: BB37
Groundwater during drilling: 32 feet
Groundwater after drilling: Dry
= UU Triaxial
SHALE, hard to very hard, gray
-with sand seams
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11% PASSINGNO. 200 SIEVE(50/1")-(50/0.5")
30
35
40
45
50
55
60
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
See Plate 3A for boring location.
(50/1")-(50/0.5")
(50/1.5")-(50/1")
(50/0.75")-(50/0.5")
SOIL/ROCK CLASSIFICATION
= Unconf. Comp.
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --DRY DENSITYPCF = Torvane
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Shear Types:
PLATE 47b
PLASTIC LIMIT
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/19/2011
Northing: --
Easting: --
CONTENT, %MOISTURE
LOG OF BORING
0.5 1.0 1.5 2.0
CLAYEY SAND (SC), medium dense to dense,
reddish brown
SANDY LEAN CLAY (CLS), very stiff to hard,
reddish brown
CLAYEY SAND (SC), dark brown
6 inches of ASPHALT PAVEMENT
5 inches of BASE MATERIAL
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11111
3.23
43
67
48
8/6"-11/6"-19/6"DRY DENSITYPCF115
0.5 1.0 1.5 2.0
See Plate 3A for boring location.
= Unconf. Comp.
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 48
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/24/2011
Northing: --
Easting: --
ELEV.
DEPTH,
FEET
= UU Triaxial
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVE0
5
10
15 = Hand Penet.
MOISTURE
SHEAR STRENGTH, TSF
LIQUID LIMIT
CONTENT, %
PLASTIC LIMIT
LOG OF BORING
Project: Mayhill Road
Boring No.: B-38
Groundwater during drilling: Dry
Groundwater after drilling: Dry
10 20 30 40 50 60 70 80 90
10 inches of ASPHALT PAVEMENT
104
18/6"-24/6"-50/5"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVELOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SANDY LEAN CLAY (CLS), stiff to very stiff, reddish
brown
CLAYEY SAND WITH SILT (SC), medium dense to
very dense, reddish brown-gray
23
21
11/6"-13/6"-15/6"
0.5 1.0 1.5 2.0
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
= TorvaneShear Types:DRY DENSITYPCF = Unconf. Comp.
PLASTIC LIMIT
0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-39
Groundwater during drilling: Dry
Groundwater after drilling: Dry
PLATE 49
LOG OF BORING
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/24/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
5 inches of ASPHALT PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11115
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
SANDY LEAN CLAY (CLS), firm to stiff, yellow
brown
CLAYEY SAND WITH SILT (SC), reddish brown
54
12
23
PLATE 50DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project: Mayhill Road
Boring No.: B-40
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Shear Types:
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/12/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= Torvane
7 inches of ASPHALT PAVEMENT
See Plate 3A for boring location.
105
123
16/6"-39/6"-50/4"LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/115.74
POORLY GRADED SAND WITH CLAY (SP-SC),
gray-brown
LEAN CLAY (CL), stiff to very stiff, gray-brown
LEAN CLAY WITH SAND (CL), hard, reddish
brown-gray
9
99
80
= UU Triaxial
10 20 30 40 50 60 70 80 90DRY DENSITYPCF = Unconf. Comp.
PLATE 51
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
LIQUID LIMIT
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVE0
5
10
15 = Hand Penet.
SHEAR STRENGTH, TSF
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Shear Types:
ELEV.
DEPTH,
FEET
MOISTURE
Drill Date: 5/24/2011
Northing: --
Easting: --
CONTENT, %
PLASTIC LIMIT
LOG OF BORING
Project: Mayhill Road
Boring No.: B-41
Groundwater during drilling: Dry
Groundwater after drilling: Dry
= Torvane
0
5
10
15
See Plate 3A for boring location.
Project: Mayhill Road
Boring No.: B-42
Groundwater during drilling: Dry
Groundwater after drilling: Dry
LIQUID LIMIT
= Hand Penet.LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11PLASTIC LIMIT
CONTENT, %% PASSINGNO. 200 SIEVESOIL/ROCK CLASSIFICATION
= UU Triaxial
SHEAR STRENGTH, TSFELEV.
DEPTH,
FEET
92
6 inches of ASPHALT PAVEMENT
4 inches of BASE MATERIAL
FAT CLAY (CH), stiff to very stiff, brown-gray
FAT CLAY WITH SAND (CH), stiff to very stiff,
gray-brown
LEAN CLAY (CL), very stiff, gary
LOG OF BORING
78
MOISTURE
97
= Unconf. Comp.
0.5 1.0 1.5 2.0
DRY DENSITYPCFSOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
PLATE 52
Shear Types: = Torvane
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Drill Date: 5/24/2011
Northing: --
Easting: --
124
106
10 20 30 40 50 60 70 80 90
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION
115
104
14/6"-8/6"-7/6"
See Plate 3A for boring location.
= UU Triaxial
9 inches of CONCRETE PAVEMENT
FAT CLAY (CH), stiff to very stiff, gray-brown
99
99
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCFShear Types: = Unconf. Comp.
0.5 1.0 1.5 2.0
Project: Mayhill Road
Boring No.: B-43
Groundwater during drilling: Dry
Groundwater after drilling: Dry
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
PLATE 53
= Torvane
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/11/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
LIQUID LIMIT
9 inches of CONCRETE PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11116
109
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
FAT CLAY (CH), stiff to very stiff, brown-gray
CLAYEY SAND (SC), reddish gray
99
96
31
PLATE 54DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project: Mayhill Road
Boring No.: B-44
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Shear Types:
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/12/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= Torvane
9 inches of CONCRETE PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11SOIL/ROCK CLASSIFICATION
106
126
See Plate 3A for boring location.
= UU Triaxial
CLAYEY SAND (SC), brown-gray
FAT CLAY (CH), stiff to very stiff, gray
LEAN CLAY WITH SAND (CL), very stiff, gray
31
98
81 DRY DENSITYPCF = Unconf. Comp.
PLATE 55
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
LIQUID LIMIT
10 20 30 40 50 60 70 80 90
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
Shear Types: = Hand Penet.
SHEAR STRENGTH, TSF
Project: Mayhill Road
Boring No.: B-45
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Drill Date: 5/11/2011
Northing: --
Easting: --
MOISTURE CONTENT, %
PLASTIC LIMIT
LOG OF BORING
= Torvane
See Plate 3A for boring location.
(50/0.25")-(50/0.25")
9 inches of CONCRETE PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11 = UU Triaxial
SOIL/ROCK CLASSIFICATION
% PASSINGNO. 200 SIEVE12/6"-18/6"-25/6"
CLAYEY SAND WITH GRAVEL (SC), dense to very
dens, reddish brown
25
24
33
0
5
10
15Shear Types:
PLATE 56
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA 0.5 1.0 1.5 2.0
= Torvane
18/6"-27/6"-32/6"DRY DENSITYPCF = Unconf. Comp.
CONTENT, %
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
Project: Mayhill Road
Boring No.: B-46
Groundwater during drilling: Dry
Groundwater after drilling: Dry
PLASTIC LIMIT
MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/12/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
LOG OF BORING
9 inches of CONCRETE PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11112
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
SANDY LEAN CLAY (CLS), firm to stiff, gray-brown
CLAYEY SAND (SC), reddish brown-gray
52
31
13
PLATE 57DRY DENSITYPCF = Unconf. Comp.
0.5 1.0 1.5 2.0
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.
LIQUID LIMIT
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
Project: Mayhill Road
Boring No.: B-47
Groundwater during drilling: Dry
Groundwater after drilling: Dry
Shear Types:
LOG OF BORING
PLASTIC LIMIT
CONTENT, %MOISTURE
SHEAR STRENGTH, TSF
10 20 30 40 50 60 70 80 90
Drill Date: 5/11/2011
Northing: --
Easting: --
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
= Torvane
9 inches of CONCRETE PAVEMENT
LOG OF SOIL BORING DG-10-15760 MAYHILL ROAD.GPJ HVJ.GDT 8/15/11113
18/6"-20/6"-23/6"
See Plate 3A for boring location.
= UU Triaxial
SOIL/ROCK CLASSIFICATION
CLAYEY SAND (SC), reddish brown
SILTY CLAYEY SAND (SC-SM), reddish brown
SILTY SAND (SM), dense, reddish brown
46
26
23
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
DRY DENSITYPCFPLATE 58
0.5 1.0 1.5 2.0
= Unconf. Comp.
Project: Mayhill Road
Boring No.: B-48
Groundwater during drilling: Dry
Groundwater after drilling: Dry
% PASSINGNO. 200 SIEVE0
5
10
15
ELEV.
DEPTH,
FEET
= Hand Penet.Shear Types:
Project No.: DG-10-15760
Elevation:
Station: --
Offset: --
LIQUID LIMIT
LOG OF BORING
Drill Date: 5/11/2011
Northing: --
Easting: --
10 20 30 40 50 60 70 80 90
SHEAR STRENGTH, TSF
MOISTURE CONTENT, %
PLASTIC LIMIT
= Torvane
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
KEY TO TERMS AND SYMBOLS
USED ON BORING LOGS
Sampler penetrated full depth under weight of drill rods and hammer
SOIL GRAIN SIZE
PENETRATION RESISTANCE
TERMS DESCRIBING SOIL STRUCTURE
* The N value is taken as the blows required to penetrate the final 12 inches
If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted
Blows required to penetrate each of three consecutive 6-inch increments per ASTM D-1586 *
Concrete
Cement
Portland
Cemented
75 - 200 mm
4.75 - 75 mm
0.075 - 4.75 mm
0.002 - 0.075 mm
< 0.002 mm
Particle Size
DENSITY OF COHESIONLESS SOILS
Descriptive
Very Dense
Medium Dense
Very Loose
0/18"
50/4"
3/6
Fracture planes appear polished or
seams or layers of different soil type
Soil sample composed of alternating
partings of different soil type
Soil sample composed of alternating
extending through the sample
Inclusion greater than 3 inches thick
extending through the sample
Inclusion 1/4 inch to 3 inches thick
extending through the sample
Inclusion less than 1/4 inch thick
as small lenses of sand scattered
Small pockets of different soils, such
with little resistance to fracturing
Breaks along definite planes of fracture
glossy, sometimes striated
through a mass of clay
Resistance "N" *
Dense
Loose
Term Blows/Foot
Penetration
> 50
30 - 50
10 - 30
4 - 10
0 - 4
Concrete
Asphaltic
Clayey
Clay
Construction Materials
Classification
Silt
Boulder
Cobble
Gravel
Sand
Clay
Stabilized
Base
Silty
Debris
Fill or
Sandy
SOIL SYMBOLS
Soil Types
Silt
Modifiers
Sand Gravel
CONSISTENCY OF COHESIVE SOILS
A small mass of irregular shape
Having appreciable quantities of iron
Having appreciable quantities of calcium
stratified structure is not evident
different soil type and laminated or
Soil sample composed of pockets of
carbonate
Very Stiff
Very Soft
Consistency
Hard
Stiff
Firm
Soft
> 2.0
1.0 - 2.0
0.5 - 1.0
0.25 - 0.5
0.125 - 0.25
0 - 0.125
Strength (tsf)
Undrained Shear
SAMPLER TYPES
WATER LEVEL SYMBOLS
open borehole or piezometer
Groundwater level after drilling in
Groundwater level determined during
> 8 in.
3 in. - 8 in.
#4 sieve - 3 in.
#200 sieve - #4 sieve
0.002 mm - #200 sieve
< 0.002 mm
No. (U.S. Standard)
Particle Size or Sieve
Liner Tube
> 200 mm
drilling operations
Split Barrel
Shelby Tube
Thin Walled
Jar Sample
Auger
No Recovery
PLATE 59A DG-10-15760
9200 King Arthur Dr.
Dallas, TX 75247
214-678-0227
214-678-0228 Fax
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
(4/6”) Blows required to penetrate each of two consecutive 6-inches per TEX- 132-E
3/6”
○
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
KEY TO TERMS AND SYMBOLS
USED ON BORING LOGS
Horizontal
Shallow
Moderate
Steep
Vertical
Information on each boring log is a compilation of subsurface
conditions and soil and rock classifications obtained from the
field as well as from laboratory testing of samples. Strata have
been interpreted by commonly accepted procedures. The
stratum lines on the logs may be transitional and approximate in
nature. Water level measurements refer only to those observed
at the times and places indicated, and may vary with time,
geologic condition or construction activity.
REFERENCES:
(1) British Standard (1981) Code of Practice for Site Investigation,
BS 5930.
(2) The Bridge Div., Tx. Highway Dept. Foundation Exploration &
Design Manual, 2nd Division, revised June, 1974.
JOINT DESCRIPTION
Interstice; a general term for pore space
or other openings in rock.
Small solutional concavities.
Containing small cavities, usually lined
with a mineral of different composition
from that of the surrounding rock.
Containing numerous small, unlined
cavities, formed by expansion of gas
bubbles or steam during solidification of
the rock.
Containing pores, interstices, or other
openings which may or may not
interconnect.
Containing cavities or caverns, sometimes
quite large. Most frequent in limestones
and dolomites.
Void
Cavities
Vuggy
Vesicular
Porous
Cavernous
Very Close
Close
Medium Close
Wide
<2"
2"-12"
12"-3'
>3'
SPACING
SOLUTION AND VOID CONDITIONS
Highly
Weathered
Limestone
Weathered
Limestone
Limestone
Dolomite
ROCK TYPES
Weathered
Shale
Shale
Slightly
Moderately
Highly
Completely
Residual Soil
Discoloration indicates weathering of rock material
and discontinuity surfaces.
Less than half of the rock material is decomposed
or disintegrated to a soil.
More than half of the rock material is decomposed
or disintegrated to a soil.
All rock material is decomposed and/or
disintegrated into soil. The original mass structure
is still largely intact.
All rock material is converted to soil. The mass
structure and material fabric are destroyed.
Slickensided
Smooth
Irregular
Rough
BEDDING THICKNESS
Very Thick
Thick
Thin
Very Thin
Laminated
Thinly Laminated
INCLINATION
0-5
5-35
35-65
65-85
85-90
(2)
>4'
2'-4'
2"-2'
1/2"-2"
0.08"-1/2"
<0.08"
Polished, grooved
Planar
Undulating or granular
Jagged or pitted
SURFACES
THD Cone
Penetration
Test
Standard
Penetration
Test
Thin-Walled
Tube
WEATHERING GRADES OF ROCKMASS
HARDNESS
Crumbles under hand pressure
Can be carved with a knife
Can be scratched easily with a knife
Cannot be scratched with a knife
SAMPLER TYPES
Friable
Low Hardness
Moderately Hard
Very Hard
Granite
Weathered
Sandstone
Sandstone
Bag Sample
(1)
Rock Core
Auger Sample
PLATE 59 B DG-10-15760
9200 King Arthur Dr.
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
APPENDIX A
SUMMARY OF LABORATORY TEST RESULTS
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-1 DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B- 1 2.3 30 15 15 44 16.9
B- 1 3 0.75
B- 1 4 16.3 123.6 0.95
B- 1 5 1.5
B- 1 6 11.9
B- 1 9.3 18 10 8 46 11.5
B- 2 1.3 13 12 1 32 12.4
B- 2 2 0.83
B- 2 3 19.4 112.3 0.69
B- 2 4 1.17
B- 2 5 33 20 13 50 19.6
B- 2 6 1.5
B- 2 7 12 123.5 2.47
B- 2 9.8 69 17.6
B- 3 1.3 41 17.2
B- 3 2 1.5
B- 3 3 15.3 115.8 2.21
B- 3 4 1.5
B- 3 5 38 18 20 68 15.5
B- 3 6 1.42
B- 3 7 17.8 111.3 1.63
B- 3 9.8 21 18 3 49 10.1
B- 4 0 0.33
B- 4 1 24 16 8 50 15
B- 4 2 0.5
B- 4 3 20.7 105.8 0.66
B- 4 4 0.92
B- 4 5 45 18 27 72 20.3
B- 4 6 0.58
B- 4 7 18 110.8 1.05
B- 4 8 1.25
B- 4 9 41 19 22 73 17
B- 5 1 0.67
B- 5 2 28 15 13 77 15.7
B- 5 3 0.83
B- 5 4 15.1
B- 5 5 1
B- 5 6 27 14 13 60 16.3 108.6 1.05
B- 5 7 0.83
B- 5 8 11.6 117.6 0.6
B- 5 9.5 23 14 9 33 13.1
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-2 DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B- 6 0.5 22 16 6 44 9.1
B- 6 1 1.5
B- 6 2 1.5
B- 6 2.5 10.1 116 2.46
B- 6 4.3 22 6.9
B- 6 8 1.5
B- 6 9 61 25 36 99 20.2
B- 7 1.5 44 6.2
B- 7 2.8 18.1
B- 7 4 1.5
B- 7 5 11.5 125.5 4.68
B- 7 6 1.5
B- 7 7 31 16 15 62 10.7
B- 7 8 1.5
B- 7 9 15.1 116.3 2.55
B- 8 0.4 1.5
B- 8 1.3 25 14 11 61 12.6
B- 8 2 1.5
B- 8 3 10.9 118.9 4.44
B- 8 4 1.5
B- 8 5 38 16 22 68 12.9
B- 8 6 1.33
B- 8 7 15.6 119.3 1.81
B- 8 9 33 15.3
B- 9 0 0.5
B- 9 1 40 18 22 79 20
B- 9 2 0.83
B- 9 3 14.6 116.8
B- 9 4 1.5
B- 9 5 38 16 22 70 17.3
B- 9 6 0.92
B- 9 7 17.5 114.9
B- 9 8 0.58
B- 9 9 41 16 25 87 20.4
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-3 DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B-10 0 0.83
B-10 1 37 16 21 74 20.8
B-10 2 1.5
B-10 3 10.8 123.8 4.27
B-10 4 1.5
B-10 5 37 15 22 70 11.9
B-10 6 1.5
B-10 7 12.1 121.1 2.53
B-10 8 1.5
B-10 9 37 14 23 65 13.9
B-11 2 13 8 5 39 10.5
B-11 3.8 9 6.3
B-11 5 1.25
B-11 6 17.7 112.4 0.62
B-11 7 1.17
B-11 8 16.5
B-11 9 1.5
B-11 9.5 28 14 14 61 18
B-12 1 29 18.9
B-12 3 16.3
B-12 5 20 16 4 41 18
B-12 7 17.6
B-12 9 20 17 3 41 18.9 109.1
B-13 1.3 28 9.7
B-13 3 11.9
B-13 5 24 10.7
B-13 7 15.6 112.1
B-13 9 29 14 15 46 19
B-14 0 1.5
B-14 1 22 14 8 55 10.2
B-14 2 1.5
B-14 3 10.3 121.1 6.66
B-14 4 1.5
B-14 5 39 16 23 88 13.1
B-14 6 1.5
B-14 6.5 7.9
B-14 9.3 70 6.7
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-4 DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B-15 1.5 9.9
B-15 2.8 20 NP NP 21 6.4
B-15 5.3 25 12 13 15 6
B-15 7.3 5.4
B-15 9.3 20 10 10 9 3.1
B-16 1.5 12 4.9
B-16 4.3 18 9.1
B-16 8 0.58
B-16 9 47 14 33 75 18
B-17 0 0.92
B-17 1 33 11 22 53 16.9
B-17 2 1.17
B-17 3 14.6 117.6 1.11
B-17 5 28 9 19 46 14.3
B-17 6.8 19 8
B-17 9 8.8
B-18 1.2 1.33
B-18 1.5 29 14 15 67 16.1 116.6 1.12
B-18 2 1.25
B-18 3 16.2
B-18 4 0.58
B-18 5 28 18 10 74 16.1
B-18 6 1.17
B-18 7 29.7 95.5 0.7
B-18 8 1.5
B-18 9 29 14 15 90 15.2
B-18-1 1.2 0.83
B-18-1 1.5 45 15 30 88 21.4
B-18-1 2.8 14.1
B-18-2 1.5 40 38 2 14 26.1
B-18-2 2 0.58
B-18-2 3 19.1
B-18-2 4 0.92
B-18-2 5 28 13 15 76 17.6 115.7 1.35
B-18-2 6 1.08
B-18-2 7 14.5 119.1 1.66
B-18-2 9 19 12 7 39 11
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-5
DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B-18-3 1 0.5
B-18-3 2 23 13 10 50 21.5
B-18-3 3 0.5
B-18-3 4 14.4
B-18-3 5 0.5
B-18-3 6 15 15 NP 51 13.2
B-18-3 8 0.33
B-18-3 9 22 14 8 65 16
B-19 0 1.5
B-19 1 12
B-19 2.8 33 6.6
B-19 4 1.5
B-19 5 71 16.1
B-19 6 1.33
B-19 7 13 120.7 1.96
B-19 8 0.92
B-19 9 52 12.3
B-20 1 0.5
B-20 2 48 15 33 70 21
B-20 3 1.17
B-20 4 17.8 113.9 1.91
B-20 5 1.33
B-20 6 37 12 25 69 15.3
B-20 7 1.33
B-20 8 13.5 121.6 2.46
B-20 9 1.5
B-20 9.5 30 12 18 68 13.2
B-21 1.3 21 16 5 37 11.5
B-21 2.5 8.5 117
B-21 3.8 19 18 1 56 6.8
B-21 9.8 33 10.1
B-22 1 18 11 7 24 12.5
B-22 2 1.42
B-22 4 0.67
B-22 5 48 13 35 83 20.7
B-22 6 0.83
B-22 8 1.5
B-22 9 59 17 42 96 19.7
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-6
DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B-23 1.5 17.6
B-23 2.8 9.8
B-23 3.8 19 10 9 11 8.3
B-23 9.3 36 15 21 93 12.3
B-24 1.5 31 13 18 48 17.8
B-24 3.5 16.2
B-24 5.3 28 12 16 54 15.3
B-24 9 39 21.1
B-25 2 6.5
B-25 3.8 7 4.4
B-25 9.3 11 14.9
B-26 1 8.5
B-26 3 17 11 6 25 15.2
B-26 5 11.9
B-26 7.3 16 15 1 14 12.7
B-26 9.3 16 15 1 27 23.3
B-27 1 29 12 17 44 16.4
B-27 2 0.92
B-27 3 16.9 110.9 0.69
B-27 5 32 12 20 44 15.5
B-27 6 1.5
B-27 7 19.1 107.7 1.54
B-27 9 48 17 31 97 17.9
B-28 2 16 8 8 39 13.3
B-28 4 12.1
B-28 5 0.58
B-28 6 39 13 26 68 16.7 114.9 1.41
B-28 7 1
B-28 8 17.8 112.2 1.43
B-28 9 1.08
B-28 9.5 56 14 42 91 21.5
B-29 0 1.5
B-29 1 35 16 19 53 14.2
B-29 2 1.5
B-29 2.5 13.9
B-29 8 0.92
B-29 9 51 16 35 83 21.5 103.2 0.57
B-30 2 15.6
B-30 3.8 17 12 5 34 9.3
B-30 8 1.5
B-30 9 42 15 27 81 19.3 110.2 1.74
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-7
DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B-31 0 1.5
B-31 1 37 12 25 76 12.7
B-31 2 1.5
B-31 3 10 122.8 6.89
B-31 4 1.5
B-31 5 34 12 22 64 9.2
B-31 6 1.5
B-31 7 11.7
B-31 8 1.5
B-31 9 54 19 35 99 16.9 117.7 1.55
B-32 2 20 10 10 31 10.6
B-32 3 1.08
B-32 4 18 110 2.01
B-32 5 1.42
B-32 5.5 16.9
B-32 6.8 59
B-32 8 1.5
B-32 9 33 13 20 9.7
B-33 0 1.5
B-33 1 39 19 20 76 17.3
B-33 2 1.5
B-33 3 13 115.2 5.56
B-33 4 1.5
B-33 5 34 15 19 76 11.9
B-33 7 9
B-33 9 23 16 7 32 7.2
B-34 0 0.67
B-34 1 24 17 7 64 13.4
B-34 2 1.5
B-34 3 11.3 114.9 2.48
B-34 5 27 18 9 45 9.1
B-34 6 1.5
B-34 7 11.4 121.1 4.66
B-34 9 29 18 11 36 12.6
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-8
DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B-35 1 25 12 13 40 15
B-35 2 1.17
B-35 3 14.5 114.5 0.7
B-35 4 1.17
B-35 5 11.9 114 2.5
B-35 6.5 28 14 14 30 10.6
B-35 7.8 11.3
B-35 9.3 22 14.4
B-38 2 23 11 12 48 12.4
B-38 3 1.5
B-38 4 14.2 115.1 3.23
B-38 5 1.5
B-38 6 44 19 25 67 18.1
B-38 7 1.5
B-38 7.8 17.9 111.1 1.66
B-38 9.3 30 12 18 43 10.2
B-39 1 1.25
B-39 2 17.8 103.9 0.81
B-39 3.8 22 15 7 23 7.7
B-39 5.3 6.5
B-39 9 21 5.9
B-40 1 0.58
B-40 1.5 54 16.2
B-40 2 0.42
B-40 3 32 12 20 17.3 114.9 0.58
B-40 5 26 13 13 12 14.9
B-40 7 18.3
B-40 9 23 18.2
B-41 2 42 33 9 9 25.5
B-41 3 0.75
B-41 4 22.9 104.7 0.59
B-41 5 1.5
B-41 6 52 19 33 99 16.2
B-41 7 1.5
B-41 7.8 12.8 123.1 5.74
B-41 9.3 25 11 14 80 8.7
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-9
DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B-42 1 1.08
B-42 2 66 20 46 97 20.8
B-42 3 0.75
B-42 4 20.9 105.8 1.05
B-42 5 0.75
B-42 6 66 19 47 78 22.6
B-42 7 1.5
B-42 8 18.5 123.5 0.56
B-42 9 1.5
B-42 9.5 29 13 16 92 7.3
B-43 1 1.5
B-43 1.5 23.9
B-43 2.8 50 25 25 99 18.4
B-43 3.5 1.17
B-43 4.3 17.6 114.7 1.98
B-43 5 1.17
B-43 6 22.1 103.6 0.78
B-43 7 1.33
B-43 8 20.9
B-43 9 1.5
B-43 9.5 68 30 38 99 19.4
B-44 1 1.5
B-44 1.5 59 19 40 99 17.8
B-44 2 1.5
B-44 3 16.9 116.2 0.8
B-44 4 1.5
B-44 5 55 17 38 96 20.6
B-44 6 1.5
B-44 7 22.7 109 1.3
B-44 9 31 17.8
B-45 2 31 14.7
B-45 3 0.75
B-45 4 23.5 105.7 0.56
B-45 5 1
B-45 6 60 26 34 98 24.8
B-45 7 1.5
B-45 8 10.5 125.5 1.7
B-45 9 1.5
B-45 9.5 28 13 15 81 8.8
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-10
DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
B-46 1.5 25 12 13 25 12.4
B-46 3 5.8
B-46 5.5 24 16.4
B-46 9.3 33 17.3
B-47 1 0.33
B-47 2 30 18 12 52 20.3
B-47 3 0.5
B-47 4 19.1 112.4 0.65
B-47 6 23 19 4 31 15.3
B-47 8 17.1
B-47 9.5 13 19.5
B-48 2 25 16 9 46 15.4 113.4
B-48 4 17.4
B-48 6 24 19 5 26 18
B-48 7.8 19.4
B-48 9.3 24 21 3 23 19.1
BB1 1 33 11.4
BB1 2 1.08
BB1 3 14.3 129.3 1.64
BB1 4 1.5
BB1 5 26 17 9 12.3
BB1 6 1.33
BB1 7 16.1 116.1 1.51
BB1 9 20.1
BB1 14.8 49 23.5
BB1 19 1.5
BB1 19.5 97 18.8
BB2 0 1.5
BB2 1 27 16 11 72 16.1
BB2 2 0.83
BB2 3 15.7 114.2 0.97
BB2 4 1
BB2 5 15.9
BB2 6 1.33
BB2 7 26 15 11 50 14.2
BB2 8 0.67
BB2 9 15.5 120.6 0.68
BB2 14 1.5
BB2 19 1.5
BB2 19.5 52 25 27 98 18.2
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-11
DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
BB3 1 23 14 9 44 13.5
BB3 2 1.33
BB3 3 15.3 117.7 2.08
BB3 4 0.5
BB3 5 36 16 20 84 18.4
BB3 6 1.5
BB3 7 12.6
BB3 8 1.17
BB3 9 19.3 105.1 1.07
BB3 14.5 26 14 12 49 13.7
BB3 19.5 17.3
BB3 24.3 26 18.9
BB3 29 1.5
BB3 29.5 59 28 31 18.1
BB36 0.5 25 10.1
BB36 1 0.75
BB36 2 30 13 17 54 16.9 110.1 1.14
BB36 6.5 1.5
BB36 7.3 15.3 116.8 1.93
BB36 8.3 26 11 15 13
BB36 9.3 26 12.7
BB36 14 1.5
BB36 14.5 11.9 128.5 2.98
BB36 19 1.5
BB36 19.5 29 12 17 86 9.4
BB36 30.3 40 11.9
BB36 39.5 54 24.8
BB36 44.5 22.6
BB36 49.5 44 16 28 94 15.3
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933.7388 Ph
281.933.7293 Fax
DRAWING NO.:PROJECT NO.:
APPROVED BY:PREPARED BY:
DATE: 8/15/2011
SUMMARY OF LAB TEST RESULTS
MAYHILL ROAD
Plate A-12
DG-10-15760
RE
FF
Borehole Depth Liquid
Limit
Plastic
Limit PI
Percent
Finer
Than
#200
Sieve
Moisture
Content
(%)
Dry
Unit
Weight
(pcf)
Shear
Strength
(UC)
(tsf)
Shear
Str. (Pkt
Pen)
(tsf)
BB37 0 1.5
BB37 1 24 14 10 83 8.9
BB37 2 1.5
BB37 3 6.5 117.8 4.91
BB37 4 1.5
BB37 5 9
BB37 6 1.5
BB37 7 13.6 121.8 1.18
BB37 8.8 43 14 29 87 20.6
BB37 14.5 8.9
BB37 19.5 36 13 23 96 11.6
BB37 24.5 34 4.9
BB4 0 1.5
BB4 1 24 14 10 56 7.5
BB4 2 1.5
BB4 3 9.6 117 1.27
BB4 5 23 15 8 48 11.3
BB4 7 11.6 113.8
BB4 9 25 16 9 29 15.9
BB4 14.5 16.1
BB4 19.3 9
BB4 19.8 20.6
BB4 24 1.5
BB4 24.5 50 25 25 15
Total Number of
Tests: 127 127 127 161 274 74 67 154
8701 John Carpenter Fwy Suite 250
Dallas, TX 75247
214-678-0227 Ph
214-678-0228 Fax