6389 - Mayhill Road Widening and Improvements, Addendum 02 - Section 1
Addendum 2 – Page 1
ADDENDUM NO. 2
TO
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
CITY OF DENTON, TEXAS
MAYHILL ROAD WIDENING AND IMPROVEMENTS
IFB 6389
TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS
The Specifications and Contract Documents shall be modified as required by the following
items:
Item 2-1
PROPOSAL: Replace the pricing sheets with those attached to this addendum (Attachment 1 –
AD2).
Item 2-2
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Mobilization: Add
the following sentences to the first paragraph: “The Contractor shall provide a Type C Structure
(Field Office) in accordance with TxDOT Item 504, including internet connectivity. Provide an
all-weather parking area for at least two vehicles, and the office and parking area shall be
fenced.”
Item 2-3
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Median Apron
(Stamped Colored Concrete): Delete the sentence in the General paragraph and replace with the
following: “The requirements of TxDOT Item 528 and notes on the plans are applicable.”
Item 2-4
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Concrete Sidewalks
and Curb Ramps: Replace paragraph 6 related to curb ramps and replace with the following: “All
curb ramps shall be constructed in accordance with standard detail PED-12A in the plans.”
Replace the second and third sentences in the Materials and Construction paragraph with the
following: “Thickness shall be a minimum of 4” for sidewalks less than 8’ wide. Thickness shall
Addendum 2 – Page 2
be a minimum of 5” for sidewalks equal to or greater than 8’ wide. A 1” cushion of approved
sand shall be placed under all sidewalk pavements.”
Replace the sentence “…and dummy joints shall be placed at 5 foot intervals in accordance with
the width of the sidewalk at that location.” with “…and dummy joints shall be placed at spacing
which matches the width of the sidewalk at that location.”
Item 2-5
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Reinforced Concrete
Slab: Add the following sentence to the General section: “Apply a broom or carpet drag finish to
the bridge slab surface.”
Item 2-6
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Rail Type C411:
Add the following sentence to the General section: “Windows shall be Type B. The bronze star
and date detail are not required.”
Item 2-7
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Sediment Control:
Revise the Payment paragraph to read: “Payment for sediment control fence, erosion control logs
and rock filter dams shall be at the contract unit price per linear foot. Per City of Denton
NCTCOG Amendment Item 201, stabilized construction exits shall be subsidiary to the various
erosion control items.”
Item 2-8
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Bid Item VII-10:
Revise the Title to read: “20” Special Class 52 DIP Water Line Installed in Casing”
Item 2-9
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Bid Item VII-13:
Revise the Title to read: “18” Special Class 52 DIP Reuse Line Installed by Casing”
Addendum 2 – Page 3
Item 2-10
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Bid Item VII-18:
Revise the Title to read: “20” Special Class 52 DIP Water Line Installed by Open Cut, Backfill per
Detail U201”
Revise the first sentence to read: “General: The requirements of City of Denton NCTCOG
Amendment Item 501.7 are applicable.”
Item 2-11
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Bid Item VII-19:
Revise the Title to read: “20” Special Class 52 DIP Water Line Installed by Open Cut, Backfill per
Detail U202”
Revise the first sentence to read: “General: The requirements of City of Denton NCTCOG
Amendment Item 501.7 are applicable.”
Item 2-12
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Bid Item VII-20:
Revise the Title to read: “18” Special Class 52 DIP Reuse Line Installed by Open Cut, Backfill per
Detail U201”
Revise the first sentence to read: “General: The requirements of City of Denton NCTCOG
Amendment Item 501.7 are applicable.”
Item 2-13
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Bid Item VII-21:
Revise the Title to read: “16” Special Class 52 DIP Water Line Installed by Open Cut, Backfill per
Detail U201”
Revise the first sentence to read: “General: The requirements of City of Denton NCTCOG
Amendment Item 501.7 are applicable.”
Item 2-14
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Bid Item VII-22:
Revise the Title to read: “16” Special Class 52 DIP Water Line Installed by Open Cut, Backfill per
Detail U202”
Addendum 2 – Page 4
Revise the first sentence to read: “General: The requirements of City of Denton NCTCOG
Amendment Item 501.7 are applicable.”
Item 2-15
SPECIAL CONTRACT REQUIREMENTS AND BID DEFINITIONS: Replace the entire
section with the attached pages (Attachment 2 – AD2). Several pay items have been added,
removed, and replaced to correspond to revisions in the proposal.
Item 2-16
CLARIFICATION: Inlet bottoms may be precast. Inlet tops must be cast in place.
Item 2-17
CLARIFICATION: A stockpile of approximately 50,000 CY of material located at the Denton
Landfill may be used for this project. Contact David Dugger at 940-349-8001 to arrange for
access to the site.
Item 2-18
CLARIFICATION: Per applicable notes on the plans, removal of all items shall be subsidiary
to the project unless otherwise paid for in the contract.
Item 2-19
DRAWINGS, VOLUME I, SHEET 179 and VOLUME II, SHEET 213: Revise the notes on
these sheets as follows:
“8. APPLY AN OPAQUE SEALER TYPE II SURFACE TREATMENT TO ALL
STRUCTURES. THIS ITEM WILL NOT BE PAID FOR SEPARATELY AND SHALL
BE CONSIDERED SUBSIDIARY TO THE VARIOUS BRIDGE ITEMS.”
13. BEARING PADS WILL NOT BE PAID FOR SEPARATELY AND SHALL BE
CONSIDERED SUBDIARY TO THE CONCRETE BEAM BID ITEM.”
Item 2-20
DRAWINGS, VOLUME I, SHEET 77: Revise the note on the west driveways to refer to Sheet
84.
Addendum 2 – Page 5
Item 2-21
ALL WATER LINE AND REUSE LINE DRAWINGS, VOLUMES I AND II: Revise the
sheets as follows: All locations where 16”, 18”, and 20” C-905 DR-14 PVC carrier pipe is called
for; Special Class 52 DIP shall be provided instead. Bid items VII-10, VII-13, and VII-18 thru
VII-22 have been modified as a part of this addendum to address this change from PVC to DIP in
noted pipe diameter ranges.
Item 2-22
DRAWINGS: Replace or add the following attached sheets to the plans (Attachment 3 – AD2).
All detail sheets shall apply to both plan volumes as applicable.
· Volume I, Sheet 64, Proposed Typical Pavement Sections
· Volume I, Sheet 118-119, Culvert Plan and Profile SCULV-1
· Volume I, Sheet 122, Culvert Plan and Profile SCULV-5
· Volume I, Sheet 165A, Channel Details
· Volume I, Sheet 166, Drop Inlet Details
· Volume I, Sheet 178A, Box Culvert Sections
· Volume I, Sheet 178B, Box Culvert Supplement
· Volume I, Sheet 191, BBND
· Volume I, Sheets 255 thru 261, UTIL-DT1 thru UTIL-DT7
· Volume II, Sheet 68, Proposed Typical Pavement Sections
· Volume II, Sheet 134, Storm Drain Plan and Profile Culvert 1
· Volume II, Sheet 135, Storm Drain Plan and Profile Culvert 2
· Volume II, Sheet 185, Storm Drain Line A-3 Outfall Detail
· Volume II, Sheet 188, Channel Details
· Volume II, Sheet 195A, Channel Headwall Inlet
· Volume II, Sheet 212A, Box Culvert Supplement
· Volume II, Sheet 244, IGND
Addendum 2 – Page 6
Exhibit 1 - Revised Addendum 2
IFB 6389 - Pricing Sheet for Mayhill Road Widening and Improvements
i.
ii.
iii.
iv.
v.
ITEM SPEC. NO.
I-1 I-1
I-2 TXDOT 500
I-3 COD NCTCOG AM
ITEM 203.3
I-4 NCTCOG 801
I-5 TxDOT 6001
I-6 TXDOT 105
I-7 TXDOT 104
I-8 NCTCOG 203
I-9 NCTCOG 203
I-10 NCTCOG 301.2
I-11 NCTCOG 301.2
I-12 NCTCOG 301.5
I-13 NCTCOG 302
I-14 NCTCOG 302
I-15 NCTCOG 302
I-16 TXDOT 360
I-17 NCTCOG 301.5
I-18 TXDOT 528
I-19 NCTCOG 303
I-20 NCTCOG 305.1
I-21 NCTCOG 305.2
I-22 NCTCOG 305.2
I-23 NCTCOG 305.2
I-24 NCTCOG 305.2
I-25 NCTCOG 305.2
I-26 NCTCOG 305.2
UNIT I - STREET IMPROVEMENTS
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
Total calendar days after Notice to Proceed is issued by City of Denton for
substantial completion of Base Bid (Maximum of 900):
Total calendar days after Notice to Proceed is issued by City of Denton for
project start:
BASE BID
Respondent's Name:
Principal Place of Business (City and State):
Respondent is a Corporation, Partnership, Sole Proprietorship, or Individual?
-$
SY
RIGHT OF WAY PREPARATION 224 STA -$
BARRICADES, SIGNS, AND TRAFFIC HANDLING 30 MO -$
PROJECT SIGNS 4 EA -$
MOBILIZATION & DEMOBILIZATION 1 LS -$
-$
8" FLEXIBLE BASE 4,557
REMOVE CONCRETE PAVEMENT & MISC. CONCRETE 6,568 SY -$
PORTABLE CHANGEABLE MESSAGE SIGNS 12 EA -$
REMOVE ASPHALT PAVEMENT 49,367 SY -$
EMBANKMENT 165,410 CY -$
LIME TREATED SUBGRADE (6") 146,946 SY
816 SY -$
UNCLASSIFIED EXCAVATION 79,340 CY -$
HMAC TYPE B (PG64-22) 1,727 TON -$
HMAC TYPE B (ASPHALT DRIVEWAY) (PG64-22) 1,548 TON -$
LIME (HYDRATED LIME) (SLURRY) 3,233 TON -$
HMAC TYPE D (PG64-22) 18,520 TON
CONCRETE CURB AND GUTTER 1,083 LF -$
CONCRETE DRIVEWAYS 7,391 SY -$
REINFORCED CONCRETE SIDEWALK (5") 22,160 SY -$
-$
MEDIAN APRON (COLORED TEXTURED CONCRETE) 8,552 SY -$
CONCRETE CURB (MONOLITHIC) 82,505 LF -$
CONTINUOUSLY REINFORCED CONCRETE PAVEMENT
(12")139,391 SY -$
6" GRAVEL DRIVEWAYS
CURB RAMP (TY 1) 26 EA -$
CURB RAMP (TY 1) (10' WIDTH) 8 EA -$
REINFORCED CONCRETE SIDEWALK (4") 10,833 SY -$
CURB RAMP (TY 1) (SHARED LANDING) (ALL WIDTHS) 18 EA -$
Attachment 1 - AD2
I-27 NCTCOG 305.2
I-28 NCTCOG 305.2
I-29 TXDOT 677
I-30 TXDOT 666
I-31 TXDOT 666
I-32 TXDOT 666
I-33 TXDOT 666
I-34 TXDOT 666
I-35 TXDOT 666
I-36 TXDOT 666
I-37 TXDOT 666
I-38 TXDOT 666
I-39 TXDOT 666
I-40 TXDOT 666
I-41 TXDOT 666
I-42 TXDOT 666
I-43 TXDOT 666
I-44 TXDOT 666
I-45 TXDOT 666
I-46 TXDOT 666
I-47 TXDOT 666
I-48 TXDOT 666
I-49 TXDOT 666
I-50 TXDOT 666
ELIMINATE EXISTING PAVEMENT MARKINGS (ALL
WIDTHS)3,000 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (Y) (4")
(BRK)106 LF -$
CURB RAMP (TY 7) 12 EA -$
CURB RAMP (TY 7) (10' WIDTH) 66 EA -$
PAVEMENT MARKERS & MARKINGS (TY I) (W) (4")
(BRK) (2')110 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (W) (6")
(SLD)11,929 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (Y) (4")
(SLD)3,225 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (W) (4")
(BRK) (10')34,668 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (W) (12")
(SLD)1,430 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (W) (24")
(SLD)7,442 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (W) (8")
(BRK) (2')1,445 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (W) (8")
(SLD)5,648 LF -$
PAVEMENT MARKERS & MARKINGS (TY II) (Y) (4")
(BRK)106 LF -$
PAVEMENT MARKERS & MARKINGS (TY II) (Y) (4")
(SLD)3,225 LF -$
PAVEMENT MARKERS & MARKINGS (TY I) (W)
(ARROW)49 EA -$
PAVEMENT MARKERS & MARKINGS (TY I) (W) (WORD) 49 EA -$
PAVEMENT MARKERS & MARKINGS (TY II) (W) (6")
(SLD)11,929 LF -$
PAVEMENT MARKERS & MARKINGS (TY II) (W) (8")
(BRK) (2')1,445 LF -$
PAVEMENT MARKERS & MARKINGS (TY II) (W) (4")
(BRK) (10')34,668 LF -$
PAVEMENT MARKERS & MARKINGS (TY II) (W) (4")
(BRK) (2')110 LF -$
PAVEMENT MARKERS & MARKINGS (TY II) (W) (24")
(SLD)7,442 LF -$
PAVEMENT MARKERS & MARKINGS (TY II) (W)
(ARROW)49 EA -$
PAVEMENT MARKERS & MARKINGS (TY II) (W) (8")
(SLD)5,648 LF -$
PAVEMENT MARKERS & MARKINGS (TY II) (W) (12")
(SLD)1,430 LF -$
Attachment 1 - AD2
I-51 TXDOT 666
I-52 TXDOT 672
I-53 TXDOT 672
I-54 TXDOT 644
I-55 TXDOT 540
I-56 TXDOT 540
I-57 TXDOT 544
I-58 TXDOT 450
I-59 TXDOT 450
I-60 TXDOT 423
I-61 TXDOT 423
I-62 TXDOT 423
I-63 TXDOT 423
ITEM SPEC. NO.
II-1 TXDOT 416
II-2 TXDOT 416
II-3 TXDOT 420
II-4 TXDOT 420
II-5 TXDOT 422
II-6 TXDOT 422
II-7 TXDOT 422
II-8 TXDOT 425
II-9 TXDOT 425
II-10 TXDOT 425
II-11 TXDOT 428
II-12 TXDOT 432
II-13 TXDOT 442
II-14 TXDOT 450
II-15 TXDOT 450
II-16 TXDOT 450
II-17 TXDOT 454
PEDESTRIAN RAIL (COMBINATION TY C1W) 1,101 LF -$
PEDESTRIAN RAIL (TY C221) 413 LF -$
RAISED PAVEMENT MARKER (TY II-A-A) 165 EA -$
SMALL ROADSIDE SIGN ASSEMBLY 124 EA -$
METAL BEAM GUARD FENCE TRANSITION (THRIE-
BEAM)6 EA -$
PAVEMENT MARKERS & MARKINGS (TY II) (W)
(WORD)49 EA -$
RAISED PAVEMENT MARKER (TY II-C-R) 1,422 EA -$
RETAINING WALL (TxDOT TYPE RW 1(H)(C) 6,190 SF -$
RETAINING WALL (TxDOT TYPE CSWD-08 (FW)) 3,385 SF -$
RETAINING WALL TXDOT TYPE RW 1(H)(A) 310 SF -$
METAL BEAM GUARD FENCE 1,652 LF -$
GUARDRAIL END TREATMENT (WOOD POST) (TY I) 10 EA -$
DRILL SHAFT (30") 995 LF -$
DRILL SHAFT (36") 1,398 LF -$
UNIT II - STRUCTURAL
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
RETAINING WALL (MSE) 4,735 SF -$
TOTAL UNIT I -$
SHEAR KEY 42 CY -$
PRESTRESSED CONCRETE GIRDER (Tx40) 2,552 LF -$
CLASS C CONCRETE (ABUTMENT) 162 CY -$
CLASS C CONCRETE (BENT) 208 CY -$
CONCRETE SURFACE TREATMENT 3,489 SY -$
RIPRAP (RR8)587 CY -$
PRESTRESSED CONCRETE BOX BEAM (4B20) 174 LF -$
PRESTRESSED CONCRETE BOX BEAM (5B20) 1,562 LF -$
RAIL TY C223 640 LF -$
RAIL TY PR1 488 LF -$
STRUCTURAL STEEL (MISC NON-BRIDGE) 689 LB -$
RAIL TY C411 1,079 LF -$
SEALED EXPANISION JOINTS (4") 292 LF -$
TOTAL UNIT II -$
REINF CONC SLAB 28,782 SF -$
APPROACH SLAB 330 CY -$
Attachment 1 - AD2
ITEM SPEC. NO.
III-1 COD NCTCOG AM
ITEM 202.5
III-2 COD NCTCOG AM
ITEM 202.6
III-3 NCTCOG 202.2
ITEM SPEC. NO.
IV-1 TxDOT 618
IV-2 TxDOT 618
IV-3 TXDOT 624
ITEM SPEC. NO.
V-1 COD NCTCOG AM
ITEM 107.19.3
V-2 NCTCOG 501.6
V-3 NCTCOG 501.6
V-4 NCTCOG 501.6
V-5 NCTCOG 501.6
V-6 NCTCOG 501.6
V-7 NCTCOG 501.6
V-8 NCTCOG 501.6
V-9 NCTCOG 501.6
V-10 NCTCOG 501.6
V-11 NCTCOG 501.6
V-12 NCTCOG 501.6
V-13 NCTCOG 501.6
V-14 NCTCOG 501.6
V-15 NCTCOG 501.6
V-16 NCTCOG 501.6
V-17 NCTCOG 501.6
V-18 NCTCOG 501.6
V-19 NCTCOG 702
V-20 NCTCOG 702
V-21 NCTCOG 702
V-22 NCTCOG 702
SODDING 66,936 SY -$
HYDROMULCH SEEDING 66,936 SY -$
UNIT III - LANDSCAPING
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
CONDUIT (PVC) (SCHD 40) (1") 600 LF -$
CONDUIT (PVC) (SCHD 40) (2") 22,975 LF -$
UNIT IV - ELECTRICAL & LIGHTING
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
TOPSOIL (4") 133,872 SY -$
TOTAL UNIT III -$
TRENCH SAFETY (STORM DRAIN SYSTEM) 29,610 LF -$
UNIT V - STORM SYSTEM IMPROVEMENTS
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
PULL BOX (12" X 12") 231 EA -$
TOTAL UNIT IV -$
RCP (CLASS III) (30") 3,399 LF -$
RCP (CLASS III) (36") 1,213 LF -$
RCP (CLASS IV) (42") 1,573 LF -$
RCP (CLASS III) (18") 5,764 LF -$
RCP (CLASS III) (24") 9,742 LF -$
RCP (CLASS III) (54") 180 LF -$
RCB (5' X 4')133 LF -$
RCP (CLASS III) (42") 2,179 LF -$
RCP (CLASS III) (48") 1,373 LF -$
RCB (8' X 4')840 LF -$
RCB (8' X 8')48 LF -$
RCB (6' X 4') 1,637 LF -$
RCB (7' X 6') 1,013 LF -$
RCB (12' X 6')376 LF -$
RCB (12' X 5')804 LF -$
RCB (9' X 6')810 LF -$
RCB (10' X 6')87 LF -$
JUNCTION BOX (42") (JB-1-02) 10 EA -$
JUNCTION BOX (48") (JB-1-02) 3 EA -$
MANHOLE (COMPLETE)(TYPE 1) 38 EA -$
MANHOLE (COMPLETE)(TYPE 1-C) 18 EA -$
Attachment 1 - AD2
V-23 NCTCOG 702
V-24 NCTCOG 702
V-25 NCTCOG 702
V-26 NCTCOG 702
V-27 NCTCOG 702
V-28 NCTCOG 702
V-29 NCTCOG 702
V-30 NCTCOG 702
V-31 NCTCOG 702
V-32 NCTCOG 702
V-33 NCTCOG 702
V-34 NCTCOG 702
V-35 NCTCOG 702
V-36 NCTCOG 702
V-37 NCTCOG 702
V-38 NCTCOG 702
V-39 NCTCOG 702
V-40 NCTCOG 702
V-41 NCTCOG 702
V-42 NCTCOG 702
V-43 NCTCOG 702
V-44 NCTCOG 702
V-45 NCTCOG 803.3
V-46 NCTCOG 803.3
ITEM SPEC. NO.
VI-1 COD NCTCOG AM
ITEM SS01
VI-2 COD NCTCOG AM
ITEM SS02
VI-3 COD NCTCOG AM
ITEM SS03
VI-4 COD NCTCOG AM
ITEM 107.19.3
VI-5 COD NCTCOG AM
ITEM 505
VI-6 COD NCTCOG AM
ITEM 503.3
VI-7 COD NCTCOG AM
ITEM 503.3
VI-8 COD NCTCOG AM
ITEM 505
VI-9 COD NCTCOG AM
ITEM 505
JUNCTION BOX (MOD) (11' X 9') 2 EA -$
INLET (COMPLETE) (CHANNEL HEADWALL) (10') 5 EA -$
JUNCTION BOX (54") (JB-1-02) 1 EA -$
JUNCTION BOX (MOD) (9' X 5') 2 EA -$
INLET (COMPLETE) (RECESSED CURB INLET 15') 57 EA -$
INLET (COMPLETE) (RECESSED CURB INLET 20') 17 EA -$
INLET (COMPLETE) (TY Y INLET) (4' X 4') 1 EA -$
INLET (COMPLETE) (RECESSED CURB INLET 10') 86 EA -$
HEADWALL & WINGWALLS (TY PW) (SD SCULV-2) (11') 1 EA -$
HEADWALL (TY PW) (CULV-4) (9') 1 EA -$
HEADWALL & WINGWALLS (TY PW) ( SD SCULV-1) (8') 1 EA -$
1 EA -$ HEADWALL (TY PW) ( SD SCULV-1) (8')
HEADWALL & WINGWALLS (TY FW-0) (CULV-4) (9') 1 EA -$
HEADWALL & WINGWALLS (TY FW-0) (SD-01) (3') 1 EA -$
HEADWALL & WINGWALLS (TY PW) (SD SCULV-5) (10') 2 EA -$
HEADWALL & WINGWALLS (TY FW-0) (SD SCULV-2)
(8') 1 EA -$
HEADWALL & WINGWALLS (TY PW) (CULVERT-2) (9') 1 EA -$
HEADWALL & WINGWALLS (TY PW) (SD-6.1) (7') 1 EA -$
HEADWALL & WINGWALLS (TY SW-0) (CULVERT 1) (9') 1 EA -$
HEADWALL & WINGWALLS (TY PW) (CULVERT-2) (8') 1 EA -$
RIPRAP (CONC) (6") 532 CY -$
RIPRAP (STONE) (24") 957 CY -$
TOTAL UNIT V -$
HEADWALL & WINGWALLS (TY FW-S) (SD-28) (7') 1 EA -$
CONCRETE FLUME 437 SY -$
UNIT VI - WASTEWATER SYSTEM IMPROVEMENTS
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
REMOVE SANITARY SEWER MANHOLE 6 EA -$
EXCAVATION SAFETY (TRENCH SAFETY) (SEWER
SYSTEM)5,072 LF -$
CUT AND PLUG EXISTING SANITARY SEWER LINES 34 EA -$
ABANDON SANITARY SEWER MANHOLE 10 EA -$
18"X3/8" THICK STEEL CASING INSTALLED BY BORE 40 LF -$
18"X3/8" THICK STEEL CASING INSTALLED BY OPEN
CUT 40 LF -$
24"X3/8" THICK STEEL CASING INSTALLED BY OPEN
CUT 50 LF -$
20"X3/8" THICK STEEL CASING INSTALLED BY BORE 125 LF -$
16"X3/8" THICK STEEL CASING INSTALLED BY OPEN
CUT 42 LF -$
Attachment 1 - AD2
VI-10 COD NCTCOG AM
ITEM 503.1
VI-11 COD NCTCOG AM
ITEM 503.1
VI-12 COD NCTCOG AM
ITEM 503.1
VI-13 COD NCTCOG AM
ITEM 503.1
VI-14 COD NCTCOG AM
ITEM 501.17
VI-15 COD NCTCOG AM
ITEM 501.17
VI-16 COD NCTCOG AM
ITEM 501.17
VI-17 COD NCTCOG AM
ITEM 501.17
VI-18 COD NCTCOG AM
ITEM 501.17
VI-19 COD NCTCOG AM
ITEM 501.17
VI-20 COD NCTCOG AM
ITEM 501.17
VI-21 COD NCTCOG AM
ITEM 501.17
VI-22 COD NCTCOG AM
ITEM 501.17
VI-23 COD NCTCOG AM
ITEM 501.17
VI-24 COD NCTCOG AM
ITEM 501.17
VI-25 COD NCTCOG AM
ITEM 501.17
VI-26 COD NCTCOG AM
ITEM 501.17
VI-27 COD NCTCOG AM
ITEM 502.1-A
VI-28 COD NCTCOG AM
ITEM 502.1-A
VI-29 COD NCTCOG AM
ITEM 502.1-A
VI-30 COD NCTCOG AM
ITEM 502.1-A
VI-31 COD NCTCOG AM
ITEM 502.10.4
VI-32 COD NCTCOG AM
ITEM 502.12.4
ITEM SPEC. NO.
VII-1 COD NCTCOG AM
ITEM W05
VII-2 COD NCTCOG AM
ITEM W06
VII-3 COD NCTCOG AM
ITEM W04
VII-4 COD NCTCOG AM
ITEM 107.19.3
VII-5 COD NCTCOG AM
ITEM 503.3
VII-6 COD NCTCOG AM
ITEM 505
VII-7 COD NCTCOG AM
ITEM 503.3
VII-8 COD NCTCOG AM
ITEM 503.3
VII-9 COD NCTCOG AM
ITEM 505
VII-10 COD NCTCOG AM
ITEM 503.1
10" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED
IN CASING 125 LF -$
10" SDR-35 PVC WASTEWATER PIPE INSTALLED IN
CASING 42 LF -$
12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED
IN CASING 50 LF -$
12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED
BY OPEN CUT, BACKFILL PER DETAIL U201 115 LF -$
12" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED
BY OPEN CUT, BACKFILL PER DETAIL U202 123 LF -$
8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED IN
CASING 80 LF -$
21" F679 115 PSI PVC WASTEWATER PIPE INSTALLED
BY OPEN CUT, BACKFILL PER DETAIL U202 79 LF -$
10" SDR-26 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 920 LF -$
10" SDR-26 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U202 888 LF -$
12" SDR-26 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 184 LF -$
12" SDR-26 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U202 524 LF -$
8" SDR-26 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 67 LF -$
8" SDR-26 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U202 240 LF -$
8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 121 LF -$
8" C-900 DR-25 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U202 55 LF -$
4' DIA CONCRETE MANHOLE, STANDARD OR DROP (0'-
6')4 EA -$
EXTRA DEPTH OF 4' DIA CONCRETE MANHOLE (OVER
INITIAL 6')16 VF -$
8" SDR-35 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 484 LF -$
8" SDR-35 PVC WASTEWATER PIPE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U202 785 LF -$
6" SANITARY SEWER SERVICES 14 EA -$
CONNECT TO EXISTING MANHOLE BY CORING 2 EA -$
5' DIA CONCRETE MANHOLE, STANDARD OR DROP,
INCLUDING WATERTIGHT LIDS AND VENTS WHERE
SPECIFIED (0'-6')
23 EA -$
EXTRA DEPTH OF 5' DIA CONCRETE MANHOLE (OVER
INITIAL 6')221 VF -$
REMOVE FIRE HYDRANT 6 EA -$
REMOVE AND SALVAGE GATE VALVE 33 EA -$
TOTAL UNIT VI -$
UNIT VII - WATER SYSTEM IMPROVEMENTS
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
36"X1/2" THICK STEEL CASING INSTALLED BY BORE 95 LF -$
36"X3/8" THICK STEEL CASING INSTALLED BY OPEN
CUT 57 LF -$
CUT AND PLUG EXISTING WATER LINES 66 EA -$
EXCAVATION SAFETY (TRENCH SAFETY) (WATER
SYSTEM)17,531 LF -$
24"X3/8" THICK STEEL CASING INSTALLED BY OPEN
CUT 215 LF -$
20" SPECIAL CLASS 53 DIP WATER LINE INSTALLED IN
CASING 95 LF -$
30"X1/2" THICK STEEL CASING INSTALLED BY BORE 30 LF -$
24"X3/8" THICK STEEL CASING INSTALLED BY BORE 125 LF -$
Attachment 1 - AD2
VII-11 COD NCTCOG AM
ITEM 503.3
VII-12 COD NCTCOG AM
ITEM 505
VII-13 COD NCTCOG AM
ITEM 503.1
VII-14 COD NCTCOG AM
ITEM 503.1
VII-15 COD NCTCOG AM
ITEM 503.1
VII-16 COD NCTCOG AM
ITEM 503.1
VII-17 COD NCTCOG AM
ITEM 504.5
VII-18 COD NCTCOG AM
ITEM 501.14
VII-19 COD NCTCOG AM
ITEM 501.14
VII-20 COD NCTCOG AM
ITEM 501.14
VII-21 COD NCTCOG AM
ITEM 501.14
VII-22 COD NCTCOG AM
ITEM 501.14
VII-23 COD NCTCOG AM
ITEM 501.14
VII-24 COD NCTCOG AM
ITEM 501.14
VII-25 COD NCTCOG AM
ITEM 501.14
VII-26 COD NCTCOG AM
ITEM 501.14
VII-27 COD NCTCOG AM
ITEM 501.14
VII-28 COD NCTCOG AM
ITEM 501.14
VII-29 COD NCTCOG AM
ITEM 502.6.2
VII-30 COD NCTCOG AM
ITEM 502.6.2
VII-31 COD NCTCOG AM
ITEM 502.6.2
VII-32 COD NCTCOG AM
ITEM 502.6.2
VII-33 COD NCTCOG AM
ITEM 502.6.2
VII-34 COD NCTCOG AM
ITEM 502.6.2
VII-35 COD NCTCOG AM
ITEM W01
VII-36 COD NCTCOG AM
ITEM W01
VII-37 COD NCTCOG AM
ITEM 501.7
VII-38 COD NCTCOG AM
ITEM 502.3
VII-39 COD NCTCOG AM
ITEM 502.3
VII-40 COD NCTCOG AM
ITEM 502.10.3-A
18" SPECIAL CLASS 52 DIP REUSE LINE INSTALLED IN
CASING 82 LF -$
16" SPECIAL CLASS 52 DIP WATER LINE INSTALLED IN
CASING 44 LF -$
18"X3/8" THICK STEEL CASING INSTALLED BY BORE 178 LF -$
18"X3/8" THICK STEEL CASING INSTALLED BY OPEN
CUT 396 LF -$
CONCRETE ENCASEMENT OF WATER LINES 230 LF -$
20" SPECIAL CLASS 52 DIP WATER LINE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 111 LF
-$
12" C-900 DR-14 PVC WATER LINE INSTALLED IN
CASING 530 LF -$
8" C-900 DR-14 PVC WATER LINE INSTALLED IN
CASING 303 LF -$
16" SPECIAL CLASS 52 DIP WATER LINE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 1,112 LF
-$
16"SPECIAL CLASS 52 DIP WATER LINE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U202 30 LF
-$
20" SPECIAL CLASS 52 DIP WATER LINE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U202 156 LF
-$
18" SPECIAL CLASS 52 DIP REUSE LINE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 108 LF
-$
8" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN
CUT, BACKFILL PER DETAIL U201 865 LF -$
8" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN
CUT, BACKFILL PER DETAIL U202 715 LF -$
12" C-900 DR-14 PVC WATER LINE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U201 1,406 LF -$
12" C-900 DR-14 PVC WATER LINE INSTALLED BY
OPEN CUT, BACKFILL PER DETAIL U202 10,597 LF -$
20" GATE VALVE, VAULT AND BOX 5 EA -$
16" GATE VALVE, VAULT AND BOX 5 EA -$
6" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN
CUT, BACKFILL PER DETAIL U201 190 LF -$
6" C-900 DR-14 PVC WATER LINE INSTALLED BY OPEN
CUT, BACKFILL PER DETAIL U202 125 LF -$
6" GATE VALVE AND BOX (EXCLUDING FIRE
HYDRANT ASSEMBLIES)14 EA -$
4" GATE VALVE AND BOX 5 EA -$
12" GATE VALVE AND BOX 28 EA -$
8" GATE VALVE AND BOX 27 EA -$
6" DUCTILE IRON PIPE 29 LF -$
NEW FIRE HYDRANT ASSEMBLIES 14 EA -$
12"X12" TAPPING SLEEVE AND VALVE 2 EA -$
8"X8" TAPPING SLEEVE AND VALVE 4 EA -$
RESET & RECONNECT TO EXISTING FIRE HYDRANT
ASSEMBLIES 4 EA -$
RELOCATE EXISTING WATER METER VAULT AND ALL
ASSOCIATED APPURTENANCES 1 EA -$
Attachment 1 - AD2
VII-41 COD NCTCOG AM
ITEM 502.10.3-A
VII-42 COD NCTCOG AM
ITEM 502.10.3-A
VII-43 COD NCTCOG AM
ITEM 502.6.3
VII-44 COD NCTCOG AM
ITEM 502.6.3
ITEM SPEC. NO.
VIII-1 COD NCTCOG AM
ITEM 201
VIII-2 COD NCTCOG AM
ITEM 201
VIII-3 COD NCTCOG AM
ITEM 201
VIII-4 COD NCTCOG AM
ITEM 201
VIII-5 COD NCTCOG AM
ITEM 201
VIII-6 COD NCTCOG AM
ITEM 201
VIII-8 COD NCTCOG AM
ITEM 201
VIII-9 COD NCTCOG AM
ITEM 201
ITEM SPEC. NO.
IX-1 TxDOT ITEM 681
IX-2 TxDOT ITEM 681
IX-3 TxDOT ITEM 680
IX-4 TxDOT ITEM 680
IX-5 TxDOT ITEM 680
IX-6 TxDOT ITEM 680
IX-7 TxDOT ITEM 680
IX-8 TxDOT ITEM 680
IX-9 TxDOT ITEM 680
ITEM SPEC. NO.
A1-1 TXDOT 360
A1-2 TXDOT 360
COMBINATION AIR AND VACUUM AIR RELEASE
VALVE ASSEMBLY - 2"1 EA -$
COMBINATION AIR AND VACUUM AIR RELEASE
VALVE ASSEMBLY - 1"5 EA -$
WATER SERVICES, ALL SIZES 14 EA -$
WATER METER, ALL SIZES 12 EA -$
STORM WATER POLLUTION PREVENTION PLAN 1 LS -$
TEMPORARY SEDIMENT CONTROL FENCE (INSTALL) 45,949 LF -$
TOTAL UNIT VII -$
UNIT VIII - ENVIRONMENTAL
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
CONSTRUCTION EXITS (TY I) (INSTALL) 6,111 SY -$
CONSTRUCTION EXITS (TY I) (REMOVE) 6,111 SY -$
TEMPORARY SEDIMENT CONTROL FENCE (REMOVE) 45,949 LF -$
BIODEG EROSION CONTROL LOGS (INSTALL) (12")
(INLET PROTECTION)2,095 LF -$
EA -$
UNIVERSITY DRIVE TEMPORARY TRAFFIC SIGNAL 1 EA -$
TOTAL UNIT VIII -$
UNIT IX - TRAFFIC SIGNALS
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
ROCK FILTER DAM (TY 2) 40 LF -$
ROCK FILTER DAM (TY 3) 227 LF -$
UNIVERSITY DRIVE TRAFFIC SIGNAL 1 LS -$
TOTAL UNIT IX -$
MILLS ROAD TRAFFIC SIGNAL 1 LS -$
RUSSELL NEWMAN TRAFFIC SIGNAL 1 LS -$
MORSE STREET TRAFFIC SIGNAL 1 LS -$
MCKINNEY STREET TRAFFIC SIGNAL 1 LS -$
SALVAGE EXISTING TRAFFIC SIGNAL EQUIPMENT
(ALL INTERSECTIONS)1 LS -$
SPENCER ROAD TRAFFIC SIGNAL 1 LS -$
MCKINNEY STREET TEMPORARY TRAFFIC SIGNAL 1
TOTAL BID ALT 1 -$
BID ALTERNATE 1
DESCRIPTION
ESTIMATED
QUANTITY UNIT UNIT PRICE AMOUNT
CONTINUOUSLY REINFORCED CONCRETE PAVEMENT
(12")(139,391) SY -$
CONTINUOUSLY REINFORCED CONCRETE PAVEMENT
(10")139,391 SY -$
Attachment 1 - AD2
TOTAL BID
ALTERNATE 1 -$
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 -$
Attachment 1 - AD2
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.
Attachment 2 - AD2
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. The Contractor shall provide a Type
C Structure (Field Office) in accordance with TxDOT Item 504, including internet connectivity.
Attachment 2 - AD2
D - 3
Provide an all-weather parking area for at least two vehicles, and the office and parking are shall be
fenced.
Payment: Payment for this item shall be in accordance with TxDOT Item 500.
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. Temporary pavement
markings shall be subsidiary to this item.
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.
Attachment 2 - AD2
D - 4
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
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 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 Remove Concrete Pavement & Misc. 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.
Removing concrete pavement shall include all pavement type sections located in the existing
roadway. Pavement areas are typically 6” or greater in depth.
Payment: Payment shall be at the contract unit price per square yard.
Item I-8 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
Attachment 2 - AD2
D - 5
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-9 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
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-10 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
Attachment 2 - AD2
D - 6
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
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-11 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.
Attachment 2 - AD2
D - 7
Item I-12 Flexible Base
General: The requirements of NCTCOG Item 301.5 are applicable.
Payment: Payment shall be made at the contract unit price per square yard of flexible base installed
at the depth specified in the plans.
Items I-13, I-14 & I-15 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 or in the plans.
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.
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.
Attachment 2 - AD2
D - 8
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-16 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.
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.
Attachment 2 - AD2
D - 9
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.
Item I-17 Gravel 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.
Attachment 2 - AD2
D - 10
Item I-18 Median Apron (Stamped Colored Concrete)
General: The requirements of TxDOT Item 528 and notes on the plans are applicable.
Payment: Payment for this item shall be at the contract price per square yard.
Item I-19 and I-20 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-21 Concrete Driveways
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".
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"
Attachment 2 - AD2
D - 11
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-22 thru I-28 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-
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.
Attachment 2 - AD2
D - 12
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 constructed in accordance with standard detail PED-12A in the plans.
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" for sidewalks less than 8’ wide. Thickness
shall be a minimum of 5” for sidewalks equal to or greater than 8’ wide. A 1" 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 spacing
which matches 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,
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-29 Eliminate Existing Pavement Markings (All Widths)
Attachment 2 - AD2
D - 13
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-30 thru I-53 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
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
Attachment 2 - AD2
D - 14
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
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,
Attachment 2 - AD2
D - 15
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:
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
Attachment 2 - AD2
D - 16
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 Contractor’s 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
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.
Attachment 2 - AD2
D - 17
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.
Item I-54 Small Roadside Sign Assembly
General: The requirements of TxDOT Item 644 are applicable.
Payment: Payment for this item shall be at the contract price per each.
Item I-55 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.
Attachment 2 - AD2
D - 18
Item I-56 Metal Beam Guard Fence Transition (Thrie-Beam)
General: The requirements of TxDOT Item 540 are applicable.
Payment: Payment for this item shall be at the contract price per each transition.
Item I-57 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.
Items I-58 through I-59 Pedestrian Rails
General: The requirements of TxDOT Item 450 are applicable.
Payment: Payment shall be at the contract unit price per square foot.
Items I-60 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.
Items II-5 Reinforced Concrete Slab
General: The requirements of TxDOT Item 422 are applicable. Apply a broom or carpet drag
finish to the bridge slab surface.
Attachment 2 - AD2
D - 19
Payment: Payment for this item shall be at the contract price per square foot.
Items II-6 and II-7 Shear Key and Approach Slab
General: The requirements of TxDOT Item 422 are applicable.
Payment: Payment for this item shall be at the contract price per cubic yard.
Item II-8 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-9, II-10 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-11 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-12 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-13 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-14 Rail Type C411
General: The requirements of TxDOT Item 450 are applicable. Windows shall be Type B. The
Attachment 2 - AD2
D - 20
bronze star and date detail are not required.
Payment: Payment for this item shall be at the contract price per linear foot.
Item II-15 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.
Items II-16 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-17 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.
Items IV-1, IV-2 Conduit
Attachment 2 - AD2
D - 21
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 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-2 thru V-9 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.
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.
Attachment 2 - AD2
D - 22
4. Backfill Materials: Backfill shall consist of crushed rock to the spring line of the pipe. Backfill
above crushed rock shall be an approved select backfill or granular material in accordance with
NCTCOG Section 504.2.2.3.
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-10 thru V-18, V-31 thru V-43 Concrete Headwalls, Box Culverts, and Wingwalls
Materials and Construction: Use Class C concrete for cast-in-place and precast concrete units unless
otherwise shown on the plans. Box culverts may be either cast-in-place or precast. The requirements
of NCTCOG Item 702 are applicable.
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-19 thru V-30 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.
Attachment 2 - AD2
D - 23
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
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.
Attachment 2 - AD2
D - 24
Items V-44 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-45 Concrete 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 V-46 Stone 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.
Attachment 2 - AD2
D - 25
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.
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.
Attachment 2 - AD2
D - 26
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.
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.
Attachment 2 - AD2
D - 27
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.
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.
Attachment 2 - AD2
D - 28
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.
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.
Attachment 2 - AD2
D - 29
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.
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.
Attachment 2 - AD2
D - 30
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.
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” 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-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” Special Class 52 DIP 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.
Attachment 2 - AD2
D - 31
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.
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” Special Class 52 DIP Water Line Installed by Open Cut, Backfill per Detail U201
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 linear foot.
Item VII-19 20” Special Class 52 DIP Water Line Installed by Open Cut, Backfill per Detail U202
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 linear foot.
Item VII-20 18” Special Class 52 DIP Reuse Line Installed by Open Cut, Backfill per Detail U201
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 linear foot.
Item VII-21 16” Special Class 52 DIP Water Line Installed by Open Cut, Backfill per Detail U201
General: The requirements of City of Denton NCTCOG Amendment Item 501.7 are applicable.
Attachment 2 - AD2
D - 32
Payment: Payment for this item shall be at the contract price per linear foot.
Item VII-22 16” Special Class 52 DIP Water Line Installed by Open Cut, Backfill per Detail U202
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 linear foot.
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.
Attachment 2 - AD2
D - 33
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.
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 Valve 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 Valve 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 4” Gate Valve 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-35 12’x12” Tapping Sleeve and Valve
General: The requirements of City of Denton NCTCOG Amendment Item W01 are applicable.
Attachment 2 - AD2
D - 34
Payment: Payment for this item shall be at the contract price per each.
Item VII-36 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-37 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.
Item VII-38 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-39 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-40 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-41 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-42 Water Meter, All Sizes
General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable.
Attachment 2 - AD2
D - 35
Payment: Payment for this item shall be at the contract price per each.
Item VII-43 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-44 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.
Items VII-2 thru VII-9 Sediment Control
General: The requirements of City of Denton NCTCOG Amendment Item 201 are applicable.
Payment: Payment for sediment control fence, erosion control logs and rock filter dams shall be at
the contract unit price per linear foot. Per City of Denton NCTCOG Amendment Item 201, stabilized
construction exits shall be subsidiary to the various erosion control items.”
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.
Attachment 2 - AD2
D - 36
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.
Attachment 2 - AD2